Loading...
HomeMy WebLinkAboutPW13-099 - Original - C.R. Contracting, LLC - 2013 Crack Sealing - 06/12/2013 + 7 ... MW T Records Mana""gemetn ', KEN WASHY„GTON Document Ilk .VA "Ll CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: C. R. Contracting Vendor Number: JD Edwards Number q Contract Number: 19W 13- ��/ This is assigned by City Clerk's Office Project Name: 2013 Crack Sealing Amendment Contract Description: ❑ Intertocal Agreement ❑ ChangeOrder ❑O e ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 45 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dave Brock Department: PW Operations Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing approximately 18_tons of rubberized asphalt for crack sealing asphalt roadway sections. S Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Crack Sealing BIDS ACCEPTED UNTIL BID OPENING May 21, 2013 May 21, 2013 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR �0 KENT WAS H IN G T O N TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Crack Sealing Specifications Tab 6 Location Maps and Site Description Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Crack Sealing BIDS ACCEPTED UNTIL BID OPENING May 21, 2013 May 21, 2013 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. WAS PUBLIC WORKS DIRECTOR c } 'P 36878 4 �IS7�RF SSIQNAL� C> • KENT WASHINGTON BIDDER'S NAME r.�. lnr,lVar.tinu CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Crack Sealing BIDS ACCEPTED UNTIL BID OPENING May 21, 2013 May 21, 2013 11:45 A.M. 12:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 '40�• KENT WASH IN G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Crack Sealing Specifications Location Maps and Site Description Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 21, 2013 up to 11:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 12:00 p.m. for the City of Kent project named as follows: 2013 Crack Sealing The project consists of installing approximately 18 tons of rubberized asphalt for crack sealing asphalt roadway sections. The Engineer's estimated range for this project is approximately $200,000 - $250,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Dave Brock at (253) 856- 5658. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 301h day of April, 2013. Ronald F. ore, y Clerk �IZPublished in Kent Reporter on May 10, 2013 Daily Journal of Commerce on May 7 and 14, 2013 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order *11246) Date OS/1(o t za1� This statement relates to a proposed contract with the City of Kent named 2013 Crack Sealing I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: S�Z? " A� Signature/Title Rz,d, j29 97`701 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2013 Crack Sealing/Brock 1 April 30, 2013 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of M , 2013. By: I�, ,�� `ao For: Title: trr4ia�Grn Date: D5�/cal2Dl� 2013 Crack Sealing/Brock 2 April 30, 2013 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2013 Crack Sealing/Brock 3 April 30, 2013 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that ' Z�sr_ll rl)' s (?. Q. CM,4 -vU�.GLd. .. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2013 Crack Sealing for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2013 Crack Sealing/Brock 5 April 30, 2013 SCHEDULE I — See Schedule I Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 2)000.00 $ 2 0Do,00 WSDOT LUMP SUM Per LS ` 1005 5-04.5 3 RoadSaver Low Tack for Crack $ 7 9670.00 $ 2311B5o.vo * KSP TONS Sealing Per TON 1010 1-10.5 80 Traffic Control Labor $ 50.00 $ 14,000,00 * KSP HOURS Per HR 1015 1-10.5 20 Traffic Control Supervisor $ (o0.00 $ il2oo.00 * KSP HOURS Per HR 1020 1-10.5 1 Temporary Traffic Control $ 14200.00 $ kjZW. 00 KSP LUMP SUM Devices Per LS 1025 1-10.5 4 Portable Changeable Message $ 120.00 $ y80,00 * KSP DAYS Sign (PCMS) Per DAY 1030 1-10.5 4 Sequential Arrow Sign (SAS) $ /oo.00 $ Cloo.00 * KSP DAYS Per DAY 1035 1-04.4(1) 1 Minor Changes $1,500.00* $1,500.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule I Total $ ,3z/, tP30 2013 Crack Sealing/Brock 6 April 30, 2013 SCHEDULE II — See Schedule II Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2000 1-09.7 1 Mobilization $ 2,000.00 $ 2.loo0, 00 WSDOT LUMP SUM Per LS 2005 5-04.5 3 RoadSaver Low Tack for Crack $ 7 950 $ 23,850.00 * KSP TONS Sealing Per TON 2010 1-10.5 80 Traffic Control Labor $ 50-00 $ yo00 * KSP HOURS Per HR 2015 1-10.5 20 Traffic Control Supervisor $ 60.00 $ ii260.00 * KSP HOURS Per HR 2020 1-10.5 1 Temporary Traffic Control $ 1,700.00 $ I,2e0.00 KSP LUMP SUM Devices Per LS 2025 1-10.5 4 Portable Changeable Message $ 12o.00 $ 1-/80.00 ;K KSP DAYS Sign (PCMS) Per DAY 2030 1-10.5 4 Sequential Arrow Sign (SAS) $ /oO.00 $ y00.00 * KSP DAYS Per DAY 2035 1-04.4(1) 1 Minor Changes $1,500.00* $1,500.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule II Total $ 3y �30, oo 2013 Crack Sealing/Brock 7 April 30, 2013 SCHEDULE III - See Schedule III Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3000 1-09.7 1 Mobilization $ q,ObO,tic) $ N�000-00 WSDOT LUMP SUM Per LS 3005 5-04.5 8 RoadSaver Low Tack for Crack $7,950.00 $ (o3�(opp.cZ� * KSP TONS Sealing Per TON 3010 1-10.5 160 Traffic Control Labor $ 50.o0 $ 8,000.00 * KSP HOURS Per HR 3015 1-10.5 40 Traffic Control Supervisor $ (,,b.00 $ ?L( OU.Oo * KSP HOURS Per HR 3020 1-10.5 1 Temporary Traffic Control $ 12oo,oa $ ijzo0.003 KSP LUMP SUM Devices Per LS 3025 1-10.5 8 Portable Changeable Message $ I7o.00 $ 9(ob.o0 * KSP DAYS Sign (PCMS) Per DAY 3030 1-10.5 8 Sequential Arrow Sign (SAS) $ /00.00 $ 500.00 * KSP DAYS Per DAY 3035 1-04.4(1) 1 Minor Changes $1,500.00* $1,500.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule III Total $ p3Z.y(w. 00 2013 Crack Sealing/Brock 8 April 30, 2013 SCHEDULE IV - See Schedule IV Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4000 1-09.7 1 Mobilization $ 31000,00 $ ?,boo-co WSDOT LUMP SUM Per LS 4005 5-04.5 4 RoadSaver Low Tack for Crack $ 7,950.ot) $ ?�1,$00.00 * KSP TONS Sealing Per TON 4010 1-10.5 80 Traffic Control Labor $ So.00 $ gj000.60 * KSP HOURS Per HR 4015 1-10.5 20 Traffic Control Supervisor $ (�V,on $ -yao.aU * KSP HOURS Per HR 4020 1-10.5 1 Temporary Traffic Control $ l"Zoo.vo $ IjZoo.00 KSP LUMP SUM Devices Per LS 4025 1-10.5 4 Portable Changeable Message $ fZo.00 $ ygo op * KSP DAYS Sign (PCMS) Per DAY 4030 1-10.5 4 Sequential Arrow Sign (SAS) $ /ao.00 $ '100.00 * KSP DAYS Per DAY 4035 1-04.4(1) 1 Minor Changes $1,500.00* $1,500.00 WSDOT CALC Per CALC *Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule IV Total $ q3{SBD, 00 2013 Crack Sealing/Brock 9 April 30, 2013 BID SUMMARY Schedule I 3y11(ZO,00 Schedule II �14 . (Ao.vo Schedule III 8z 4 'firgo.00 Schedule IV q1 5?;,O,o0 TOTAL BID AMOUNT 2013 Crack Sealing/Brock 10 April 30, 2013 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2013 Crack Sealing Subcontractor Name i 1) G Item Numbers UV J / )/0 0/6 14)?Cf ?6? /O?n 7U/U, ;>C)l Z02-0 ;>G7S.7G3C7 �o/Sty 70� Zo�n i �1hJr riO/S� �Lfr�� 4r�i?S.4D2p Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2013 Crack Sealing/Brock it April 30, 2013 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: L'. �_ ��� fin, Project Name: 2013 Crack Sealing Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: A/ Plumbing Subcontractor Name: Electrical Subcontractor Name: N/A Signature of Bidder Date 2013 Crack Sealing/Brock 12 April 30, 2013 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility Inherently Involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to Its citizens and Its taxpayers to administer Its budgets and complete Its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of Inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make Its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any Information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2013 Crack Sealing/Brock 13 April 30, 2013 If the bidder falls to request a modification within the time allowed, or falls to appeal a determination that the bidder is not responsible within the time allowed, the city will make Its determination of bidder responsibility based on the Information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the Information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: _.�. NAME: `/��.ssell `I�«;s . C.k ADDRESS: (p1�iF3D Vd fkkr.c T.2L. Thud t!�fZ 51--101 PRINCIPAL OFFICE: C.R. Con�V-C iel ADDRESS: A,-_res E o� 9��01 PHONE: FAX: scl- (dc - 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. .1.2 Provide your current state unified business identifier number. (oD3-089-228_ /1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 2013 Crack Sealing/Brock 14 April 30, 2013 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 9 yea,� 2.2 How many years has your organization been in business under Its present business name? '? yeea:� 2.2.1 Under what other or former names has your organization operated? /Vone 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of Incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: � ;},d 1,1 J �rinc,;p .l 3. LICENSING .D6� Q� o. 3+�i z ?o : 3/2-9/2A0LI 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and Indicate license numbers, if applicable. Affc,c,t,dA Slvixe+ 3.2 List jurisdictions in which your organization's partnership or trade name is filed. c3pec/CJr• a-n.J 4. EXPERIENCE v 4.1 List the categories of work that your organization normally performs with Its own forces. AIfake-d skee+' 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 2013 Crack Sealing/Brock 15 Apnl 30, 2013 4.2.2 Are there any judgments, claims, arbitration proceedings or suits No pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) A/p 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major e ui ment. S. REFERENCES 5.1 Trade References: kc"A-A-A Sk e, 5.2 Bank References: WeIIS ID.rJo ( 5Nl 5.3 Surety: L'o�Pc""7 of Cwl,hvrri �cL 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: / 6. FINANCING all sw s+� i3o '944,LdlOR 9-7T07 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that Information. The City's request for this information shall not be construed as an award or as an Intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 2013 Crack Sealing/Brock 16 April 30, 2013 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and Income statement showing the following Items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued Income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the Identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement Is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this day of 12013. Name of Organization: 111. ,( By: Title: I �, r$s A, �ie 4. 7.2 &c 5dl d) lS , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 0.� , 2013. Notary Public: 0FF9VL.SEAL My Commission Exp s: S NOT a COMM OW NOJ MY ION 2013 Crack Sealing/Brock 17 April 30, 2013 SECTION 1: SCOPE OF WORK 1.0.0 INTRODUCTION 1.1.0 DETAILED STATEMENT OF WORK [I Sawcut and remove 1380 sf of 2" thick+l-exist Asphalt pavement to top of coal room roof 2 Remove exist bike rack 3 Prepare concrete surface, vertical structures and perimeter base rock to remove surface irregularities per manufacturer's requirements 4 Place waterproof membrane "sopralene flam antirock"with "elastocol 500 primer" by soprema per manufacturer's specifications 5 Place 3/8"-level 3 mhmac, pg 64-22 to match exist Line and grade 6 Sand seal pavement joints to exist ac and structures with asphalt crack sealant seal surfaces 7 Re-stripe playground games with paint per PPS requirements Those goods and services comprising the material, labor, tools, equipment, appliances, machinery, systems, transportation and appurtenances necessary to perform and complete the contract, and such additional items not specifically indicated or described which can be reasonably inferred as belonging to the Item described or indicated and as required by good practice to provide a complete, functioning, and satisfactory system or structure shall comprise the work ("Work") The Work to be performed under this contract shall be performed In compliance with all terms and conditions of this contract, including without limitation all plans, specifications, design standards, and drawings (collectively, "Exhibits") The Exhibits to this contract include the following [Exhibit A-Sample Contract and Insurance Exhibit B - Portland Public Schools Design Standards Exhibit C —Construction Documents 1.2.0 PROJECT TIME LINE Anticipated Notice to Proceed May 27. 2013] Anticipated Substantial Completion Date [June 21,2013] Anticipated Final Completion Date [June 28, 2013] SECTION 2: QUOTATION INSTRUCTIONS AND REQUIREMENTS 2.0.0 QUOTATION FORMAT Quotations shall be typewritten or prepared in ink and submitted on this quotation document The Quotation must be returned by the Quote Provider In its entirety by the Due Date specified on the cover page 2.1.0 QUOTATION REQUIREMENTS The Quote Provider's Signature Page must be completed and signed In each space provided Quotations must be signed by a person authorized to sign for Quote Provider If a Quotation is signed by an agent of the Quote Provider, a Power of Attorney showing the authority of the agent to sign must be submitted with the Quotation or the Quotation will be rejected 2.2.0 CONTRACT WAGE RATES District requires Contractor pay equal to or higher than current District Council Unions (DCU) wage rates plus fringe on this project The current DCU rates are provided here as Attachment B Certified payrolls must be Included with each pay application 5- FAM Small Construction Project Quote Form & / 2 / ) § �{ & \ Q / / z U / / \ a \ § \ \ � c U \ � / ) / / / / \ @ J xxc / i3 Q / / MASTER LICENSE SERVICE PO Box 9034•Olympia WA 98507-9034•(360) 664-1400 REGISTRATIONS AND LICENSES STATE OF + � WASFIINGTON 1 Unified Business ID #: 603 089 228 � + f;6 Foreign Limited Liability Company Business ID #: 1 Location: 1 C, C.R. CONTRACTING LLC 1065 SE PAIUTE WAY �a BEND OR 97702 3392 1 i 6� TAX REGISTRATION l' INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE ( I �I LICENSING RESTRICTIONS: � t, Not licensed to hire persons under age 18 at this location. r� i IL � i �+1 1 f� f t n � �IA BiJ Y 1� t' The licensee named above has been Issued the business registrations or licenses listed By accepting this document the licensee certifies the information provided /� ) on the application for these licenses was complete,true and accurate to the best of his or her knowledge and that business will be conducted in compliance with Director,Department of Licensing all applicable Washington state,county,and city regulations i� Ph. 541-306-6216 CeRb Fax 54I-6I0-17I5 P.O. Box 6717 Bend, OR 97708 A Pavement Solutions Company russeII@crcontract.com COMraCt.COfTI www.crcontract.com C.R. Contracting.. including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of C.R. Contracting. are not and have not been in the past three (3) years, disqualified from bidding on any public works contracts under RCW 39.06.010 or 39 12 065 (3). Signed: 'P Title. Ly;,_L,7t- Company Name: C.,e Date:/�[�/2 n,3 OR CCB #: 174967 WA Lic: CRCONRC896DG Ph- 541-306-6216 Fax. 54 I-6 I 0-1715 7' P.0 Box 6717 Bend, OR 97708 A Pavement Solutions Company russell@crcontract.com www.crcontract.com 3.1 Trade Categories: Asphalt repair/maintenance,road construction, concrete rehabilitation, asphalt/concrete joint rehabilitation, bridge maintenance and construction. Oregon. CCB#: 174967 WA Lic. CRCONRC896DG 4.1 Crack sealing, concrete/asphalt joint rehabilitation, bridge joint maintenance/construction, membrane waterproofing, pavement mterlayer applications, sealcoating, pavement fog sealing/rejuvenators. 4.4 Major construction projects in progress 1) Name- County Wide Overlays Owner: Whitman County, WA Engineer: Whitman County Contract amount: $289,910.00 % complete- 0 Scheduled completion date: Mid July 2013 2) Name: US 12 to Valley Mall Blvd VIC Paving Owner: WSDOT Engineer: WSDOT Contract amount. $21,303.00 % complete. 0 Scheduled completion date: Summer 2013 3) Name: 2013 Pavement Maintenance Program Owner City of Tualatin Engineer. OTAK Engineering Contract amount: $41,595 00 % complete: 0 Scheduled completion date: July 2013 4.4.1 Total worth of work in progress and under contract: $677,337.00 4.5 1) Project Name: Spring Crack Seal Owner: City of Tigard, OR Engineer: City of Tigard (Mike McCarthy) Contract amount: $98.940 00 Date of completion 05/03/2013 % of work performed in-house: 100% 2) Project Name: District 13 Crack Seal Project OR82, OR3 and I-84 Owner: ODOT Engineer- ODOT Contract amount $48599.28 Date of completion: 4/13/2013 %of work performed in-house: 100% 3) Project Name: Willapa Road Improvement Project Owner: Pacific County Engineer: Pacific County Contract amount: $54,750 00 Date of completion- 4/24/2013 % of work performed in-house: 100% 4) Project Name: Crack Sealing Hwy 99E MP .43 - 3.01 Owner- ODOT Engineer: ODOT Contract amount: $79,870.72 Date of completion: 8/7/2012 % of work performed in-house: 100% 5) Project Name: E Fork Lewis River Bridge to Todd Road Vicinity Owner: WSDOT Engineer: WSDOT Contract amount. $142,055.00 Date of completion- 6/30/2012 % of work performed in-house: 100% 6) Project Name: East Valley Highway Resurfacing Owner: City of Sumner, WA Engineer: Unknown Contract amount: $96,661 50 Date of completion. 09/13/2012 % of work performed in-house- 100% 4.5.1 Average annual amount of construction work: $1.4 million 4.6 Name Title Experience Russell Davis President 16 years experience in the asphalt industry(crack sealing,ect) Tyler Vetter Project Manager 1 I years ex enence in project management Jim Pate Estimator 10 years experience in project management/estimating Andron Higgins Foreman 6 years experience as a project foreman Josh Rogers Foreman 12 years experience in construction%foreman 4.7 Equipment Cimline Crack sealer Interlayer installation tractor Crafco Crack sealer Tanker trailer Crafco Crack Sealer Vermeer Vac Trailer Bearcat Crack Sealer Joint sealing pumps (silicone/2-part) Freightliner tanker truck Ingersoll Rand 185 towable air compressor Ingersoll Rand 175 towable air compressor 5.1 Trade References 1) Special Asphalt Product (503.295.6490) 2) ACF West (503.771.5115) 3) Crafco (503.284.4330) 4)Pacific Geo Source (503.261.3515) 5)Phoenix Asphalt (541 647.2356) OR CCB #: 174967 WA Lic: CRCONRC896DG PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty five (45) I working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Nove— Receipt of Addendum No.'s O , 6 , C, 0 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: c, l� L. Cn7rg c yinv NAME OF BIDDER BY: E."J, Signature (Print Name and Title) 4o29,.w goyd Ar-ycs rkd Address OR 9-770( 2013 Crack Sealing/Brock 18 April 30, 2013 e 05/08/20t3 2:32PM FAX 5416101715 C.R CONTRACTING ?0002/0002 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, CR Contracting, LLC , as Principal, and Indemnity Company of California , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 5% of Amount Bid Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2013 Crack Sealing According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 9th DAY OF May 2013. PRINCIPAL CR Contracting =- SURETY Indemnity Compnr�,Gflqahfoc+uw- Sierra Proctor-Attorney in Fact = 20_. Received return of deposit in the sum of $ 2013 Crack Sealing/Brock 19 April 30,2013 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA 92623 (949)263 3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint ***Sierra Proctor,Stacy Gulnac, Heather Chesbro,Jeff Weichnnan,Chris Intlekofer,jointly or severally*** as their true and lawful Adomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attorney(s)-in-Fact full power and authority to do and to perform every act necessary,requisite or proper to be done in connection therewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation,and all of the acts of said Attorneys)-m-Fact,pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as of January 1st,2008 RESOLVED,that a combination of any two of the Chairman of the Board the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorneys)named in the Power of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship,and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authonzed to attest the execution of any such Power of Attorney, RESOLVED FURTHER that the signatures of such officers maybe affixed to any such Power ofAttomey or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respechve officers and attested by their respective Secretary or Assistant Secretary this October 41h,2011 J „.,• ">, By ,'°�.'��..,. ..AND,rmQ%, btq,PANYpF Daniel Young,Semor Vice-President .,JQ',�pr,0R4 .Fy',. hG �p,p0gq 5�G �� E .�i, h G 90 (/�wti� �tt OCT n 'z OCT 5 O SteveA Tvedt,Vice-President By 'o: 1236 a r U3 1967 `-i�'p•.,/OW',P :tad O� C'94iFOP��� State of California County of Orange October 4 2011 before me Antonio Alvarado,Notary ry Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Steve A Tvedt Names)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)israre subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherAheirauthonzed AN7pNlp ALVARA capacityQes),and that by hislhedtheir signatures)on the instrument the person(s),or the entity upon behalf of which the persons)acted,executed the instrument � Ct?MM.fitIt3d084.3 PI�LlC I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct oatrri.eo¢iire6 Atty.B,2431 WITNESS my hand and official seal 6_49y Place Notary Seal Above Signature ' Antonio Alvarado,Notary Public CERTIFICATE The undersigned as Secretary orAssistant Secretary of DEVELOPERS SURETYAND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate This Certificate is executed in the City of Irvine,California,this day of M'yLl .7AI By regg Oku stant Secretary ID-1380(Rev10/111 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that In connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed In the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified In the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein Is true to my knowledge and belief. 2013 Crack Sealing NAME OF PROJECT C.�. ! nTYCu1"in�l NAME OF BIDDEAFS FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 2013 Crack Sealing/Brock 20 Apnl 30, 2013 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not Inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (Incl. applicable WSST) Current Contract Amount $ (Inch Prewous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days 2013 Crack Sealing/Brock 21 April 30, 2013 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, Including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte , P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: 2013 Crack Sealing/Brock 22 Apnl 30, 2013 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Order of Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Bid the same unit price for asterisk (*) bid items.......................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractorslisted properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand notarized ..............................................................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed• A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2013 Crack Sealing/Brock 23 April 30, 2013 PAYMENT AND PERFORMANCE BOND �•/ KCNT TO CITY OF KENT Bond Number 754573P KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, CR Contracting, LLC as Principal, and Indemnity Company of California a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 195,300 00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2013 Crack Sealing (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2013 Crack Sealing/Brock 24 Apnl 30, 2013 TWO WITNESSES: CR Contracting, LLC PRINCIPAL (enter principal's name above) BY: / )-ex— Ve'ty�' TITLE: Owner DATE: W7113 DATE: Co/_/7ot� 1 CORPORATE SEAL: &O PIkINT NAME DATE: l indemnity Company of California SURETY CORPORATE SEAL: BY: DATE: 06/07/2013 TITLE: Attorney In Fact ADDRESS: PO Box 17925 - - Irving, CA 92623 = — CERTIFICATE AS TO CORPORATE SEAL r✓ -_ I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that 7:19ce"tr O `.,s Who signed the said bond on behalf of the Principal C.AR. Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. 9 - RY OR ASSISTANT SECRETARY 2013 Crack Sealing/Brock 25 April 30, 2013 POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725,IRVINE,CA92623 (949)263-3300 KNOW ALL BY THESE PRESENTS that except as expressly limited,DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each hereby make,constitute and appoint ***Sierra Proctor,Stacy GUInaC, Heather Chesbro,Jeff Weichman,Chris Intlekofer,jointly or severally*** as their true and lawful Attomey(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations,as sureties,bonds,undertakings and contracts of surety- ship giving and granting unto said Attomey(s)-m-Fact full power and authonty to do and to perform every act necessary,requisite or proper to be done in connection(herewith as each of said corporations could do,but reserving to each of said corporations full power of substitution and revocation and all o,the acts of said Attorneys)-ir-Fact,pursuant to these presents, are hereby ratified and confirmed This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA effective as of January 1st,2008 RESOLVED,that a combination of any two of the Chairman of the Board the President,Executive Vice-President,Senior Vice-President or any Vice President of the corporations be,and that each of them hereby is,authorized to execute this Power of Attorney,qualifying the attorney(s)named in the Power of Attorney to execute,on behalf of the corporations,bonds undertakings and contracts of suretyship,and that the Secretary or any Assistant Secretary of either of the corporations be,and each of them hereby is,authorized to attest the execution of any such Power of Attorney, RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond,undertaking or contract of suretyship to which it is attached IN WITNESS WHEREOF,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this October 41h,2011 By I .siAND"�yo ptppANVpc Daniel Young,Senior Vice-President ,•h�P,,ARpO;q ,,Fx� �(� QppOq� ti t+ F n N� B 'so- bCT z OCT 5 y 3i3 m w ' 1967 Steve ATvedt,Vice-President g41F0F1�� State of California County of Orange On October 4,2011 before me, Antonio Alvarado Notary Public Date Here Insert Name and Title of the Officer personally appeared Daniel Young and Steve A Tvedt Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s)islare subscribed to W the within instrument and acknowledged to me that helshelthey executed the same in hislherltheir authorized ANTONiO ALVARAW capacty(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of COMIllil 1VARAD which the person(s)acted,executed the instrument I certify under PENALTY OF PERJURY underthe laws of the State of California that the foregoing paragraph is true and correct Mywnan.wgtiroa .8,2013 � ,,,—� WITNESS m hand and official seal JJ/� Jar Place Notary Seal Above Signature y Antonio Alvarado,Notary Public CERTIFICATE The undersigned,as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA,does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and,furthermore,that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certuicate This Certificate is executed in the City of Irvine,California,this -' day of �3AQ_ 10\1 By C'/c regg Oku istant Secretary ID-1380(Rev10/11) CONTRACT THIS AGREEMENT, made in duplicate, is entered Into between the CITY OF KENT, a Washington municipal corporation ("City"), and C. Z , organized under the laws of the State of Y, ..•.., , located and doing business at (.22&C, Re, d A-.-,, r?d L ,4, Jrlk q f2o t ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2013 Crack Sealing in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within forty five (45) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2013 Crack Sealing/Brock 26 April 30, 2013 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, Injuries, damages, losses or suits, Including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2013 Crack Sealing/Brock 27 April 30, 2013 CITY OF KENT BY: SUZ C KE, MAY R DATE: ATTEST: RONALD F. OOR , CITY CL RK AZPP AS O FOR r l�Wl_ KENT LAW DEPART EN CONTRACTOR BY: PRINT NAME: IsSc-_ll ��tS TITLE: t5,a, DATE: 2013 Crack Sealing/Brock 28 April 30, 2013 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, Insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain Insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2013 Crack Sealing/Brock 29 April 30, 2013 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily Injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 2013 Crack Sealing/Brock 30 April 30, 2013 EXHIBIT A (Continued) G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2013 Crack Sealing/Brock 31 ApM 30, 2013 1 ® DATE(MMIDDIYYYY) A� CERTIFICATE OF LIABILITY INSURANCE 6/11/2013 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les) must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsements) PRODUCER NAMEACT Sierra Proctor Century Ins Group LLC PHONE (541)382-4211 FAX NoL (541)382-7468 815 SW Bond Street Suite 130 -MAIL Sierra@centuryins.com -ADDRESS INSURERS AFFORDING COVERAGE NAIC# Bend OR 97702 INSURER A Nationwide Mutual Insurance Co 23787 INSURED INSURER SAIF CR Contracting, LLC INSURER PO BOX 6717 -INSURER I INSURER E Bend OR 97708 INSURER COVERAGES CERTIFICATE NUMBER 12/13 renewal cert REVISION NUMBER THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS IN SR TOOL SUER POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DDIYYYY MMIDD/YYYY GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 AMA ETOREN 100,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea oaumence E A CLAIMS-MADE FOOCCUR KCP7505235857 8/21/2012 8/21/2013 MED EXP(Any one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG S 2,000,000 POLICY X PRO LOC $ JFCT AUTOMOBILE LIABILITY Eaa aocdaDLSINGLE LIMIT 1 000 000 BODILY NJURV(Per person) W3,000,000 AIx ANY AUTO ALL OWNED X SCHEDULED CP7505235857 /21/2012 8/21/2013 BODILY INJURY(Per accident) AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS X AUTOS Per accident Medical payments X UMBRELLA LIAB X OCCUR EACH OCCURRENCE A EXCESS LIAB CLAIMS-MADE AGGREGATE DIED RETENTION CP7505235857 8/21/2012 8/21/2013 $ TH- B WORKERS COMPENSATION X VJCSTATU- 0ER AND EMPLOYERS'LIABILITY YIN .NV PROPRIETORIPARTNERIEXECUTIVE NIA EL EACH ACCIDENT $ 500,000 (Mandatory ER H)EXCLUDED7 997827 /1/2012 /1/2013 EL DISEASE-EA EMPLOYE $ 500,000 (Mantla[ory in NH) If yes,describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY LIMIT E 500,000 DESCRIPTION OF OPERATIONS!LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space Is required) The City of Kent WA is named as an additional insured with respects to General Liability. Waiver of Subrogation Applies. Coverage is Primary and Non-Contributory. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS The City Of Kent WA 400 West Gowe Kent, WA 98032 AUTHORIZED REPRESENTATIVE Sierra Proctor/SPV'— ACORD 25(2010/05) ©1988-2010 ACORD CORPORATION All rights reserved. INSn25 r7minri O'I The A(`(3RIl name nnrl Inns are rurnefernrl marl,c of A(`npn Policy number ACP7505235857 COMMERCIAL GENERAL LIABILITY Y CG 73 23 11 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS ENHANCEMENT PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM LOST KEY COVERAGE "Loss" means unintentional damage or SECTION I — COVERAGES, COVERAGE A destruction but does not include disappearance, BODILY INJURY AND PROPERTY DAMAGE theft, or loss of use LIABILITY, coverage is extended to include the NON-OWNED WATERCRAFT following SECTION I — COVERAGES, COVERAGE A If a customer's master or grand key, excluding BODILY INJURY AND PROPERTY DAMAGE electronic key card, is lost while in your care, LIABILITY, 2 Exclusions is amended as follows custody or control we will pay the cost of g, Aircraft, Auto Or Watercraft (2) (a) is replacing the keys, including the master lock and replaced with all keys used in the same lock, the cost of (a) Less than 51 feet long, and adjusting locks to accept the new keys, or the cost to replace the locks, whichever is less EXPANDED PROPERTY DAMAGE COV- Limit of Insurance - The most we will pay for ERAGE "loss" arising out of any one "occurrence" is For the purposes of this endorsement only $5,000 SECTION I — COVERAGES, COVERAGE A SECTION V DEFINITIONS is amended as BODILY INJURY AND PROPERTY DAMAGE follows LIABILITY, 2 Exclusions is amended as follows The following definition applies to Lost Key a. Exclusions j (3),j (5), and j (6) are Coverage deleted in their entirety "Loss' means unintentional physical damage or b. Exclusion j (4) is deleted in its entirety destruction to tangible property, including theft or and replaced by the following- disappearance Tangible property does not Personal property in the care custody or include money or securities control of the insured VOLUNTARY PROPERTY DAMAGE 1. for storage or sale at premises you SECTION I — COVERAGES, COVERAGE A own, rent or occupy, or BODILY INJURY AND PROPERTY DAMAGE 2. while being transported by any LIABILITY, coverage is extended to include the aircraft, "auto" or watercraft owned following- or operated by or rented to or loaned At your request, we will pay for"property damage"to to any insured property of others caused by you and while in your c. The following exclusions are added possession, arising out of your business operations 1. The coverage provided by this and occurring during the policy period endorsement does not apply to Limit of Insurance-The most we will pay for "property damage" arising out of the "loss" arising out of any one 'occurrence" is disappearance or loss of use of $500 personal property SECTION V—DEFINITIONS is amended as 2. The coverage provided by this follows endorsement does not apply to The following definition applies to Voluntary "property damage" included in the Property Damage coverage "products-completed operations hazard". CG 73 2311 11 Includes copyrighted material of Insurance Services Office, Inc , Page 1 of 6 with its permission CG 73 2311 11 Limit of Insurance - The most we will pay b. Up to $2,500 for cost of bail bonds for "property damage" provided by this required because of accidents or traffic coverage in anyone "occurrence" is $5,000 law violations arising out of the use of Deductible - Our obligation to pay for a any vehicle to which the Bodily Injury covered loss applies only to the amount of Liability Coverage applies We do not loss in excess of$250 have to furnish these bonds This insurance is excess over any other valid 2• 1.d. replaced with and collectible insurance d. All reasonable expenses incurred by the DAMAGE TO PREMISES RENTED TO YOU insured at our request to assist us in the SECTION I — COVERAGES, COVERAGE A investigation or defense of the claim or .suit", including actual loss of earnings BODILY INJURY AND PROPERTY DAMAGE up to LIABILITY, the last paragraph of 2. Exclusions $500 a day because of time off from work of is replaced by the following NEWLY FORMED AND ACQUIRED If Damage to Premises Rented to You is ORGANIZATIONS not otherwise excluded, exclusions c. through n. do not apply to damage by fire, SECTION II — WHO IS AN INSURED is lightning, explosion, smoke or sprinkler amended as follows leakage to premises while rented to you or 1. 3.a is replaced with, temporarily occupied by you with permission a. Coverage under this provision is of the owner A separate limit of insurance afforded only until the 180`h day after you applies to this coverage as described in acquire or form the organization or the Section III-Limits of Insurance. end of the policy period, whichever is SECTION III — LIMITS OF INSURANCE, earlier, paragraph 6 is replaced with ADDITIONAL INSURED — WHEN REQUIRED 6. Subject to 5. above, the Damage To IN AN AGREEMENT OR CONTRACT WITH Premises Rented To You Limit is the most YOU PRIMARY AND NON-CONTRIBUTORY we will pay under Coverage A for damages The following is added to SECTION II—WHO IS because of "property damage" to any one AN INSURED premises, while rented to you or in the case 4 Any person(s) or organization(s) with whom of damage by fire, lightning, explosion, you have agreed in a valid written contract or smoke or sprinkler leakage, while rented to written agreement that such person or you or temporarily occupied by you with organization be added as an additional permission of the owner. The limit is insured on your policy during the policy increased to$300,000 period shown in the Declarations Such SECTION IV — COMMERCIAL GENERAL person or organization is an additional LIABILITY CONDITIONS, 4 Other Insurance, insured only with respect to liability for b. Excess Insurance (1) (a) (ii) is replaced "bodily injury", "property damage" or with .personal and advertising injury" (ii) That is Fire, Lightning, Explosion, The person or organization added as an Smoke or Sprinkler leakage insurance insured by this endorsement is an insured for premises rented to you or temporarily only to the extent you are held liable due to. occupied by you with permission of the a. Lessors of Leased Equipment owner Maintenance, operation or use of SUPPLEMENTARY PAYMENTS equipment leased to you by such person SECTION I — COVERAGES, SUPPLEMEW or organization This insurance does not TARY PAYMENTS — COVERAGES A AND B is apply to any "occurrence" which takes amended as follows* place after the equipment lease expires 1. 1. b replaced with However, their status as additional insured under this policy ends when their lease, contract or agreement with you for such leased equipment expires Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc , CG 73 23 11 11 with its permission CG 73 23 11 11 b. Managers or Lessors of Premises The insurance does not apply to The ownership, maintenance or use of (1) "bodily injury", 'property damage", or that part of the premises you own, rent, "personal and advertising injury" arising lease or occupy out of the rendering of or the failure to This insurance does not apply to* render any professional architectural, (1) Any "occurrence" which takes place engineering or survey services, after you cease to be a tenant in that including premises (a). The preparing, approving, or failing to prepare or approve maps, shop (2) Structural alterations, new con- drawings, opinions, reports, survey, struction or demolition operations field orders, change orders or performed by or on behalf of the drawings and specifications or person or organization (b) Supervisory, inspection, architec However, their status as additional tural or engineering activities insured under this policy ends when you cease to be a tenant of such premises (2) "Bodily injury" or "property damage" c. State or Political Subdivision - occurring after- Permits (a) All work, including materials, parts or equipment furnished in Operations performed by you or on your connection with such work, on the behalf for which the state or political project (other than service, subdivision has issued a permit maintenance or repairs) to be This insurance does not apply to performed by or on behalf of the (1) "Bodily injury" or "property damage" additional insured(s) at the location or "personal or advertising injury" of the covered operations has been arising out of operations performed completed, or for the state or municipality, or (b) That portion of "your work" out of 2 "Bodily injury" or " ro"property damage" which the injury or damage arises ( ) Y P P Y 9 has been put to its intended use by included within the "products- any person or organization other completed operations hazard" than another contractor or However, such state or political subcontractor engaged in subdivision's status as additional insured performing operations for a principal under this policy ends when the permit as a part of the same project ends However, a person or organization's d Owners, Lessees, or Contractors I status as additional insured under this "Bodily injury", "property damage" or policy ends when your operations for "personal and advertising injury" caused, in that additional insured are completed whole or in part, by With respect to paragraph 4 of SECTION II (1) Your acts or omissions,or WHO IS AN INSURED, Condition 4. Other Insurance of Section IV — Commercial (2) The acts or omissions of those acting on General Liability Conditions is replaced by the your behalf, following in the performance of your ongoing 4. Other Insurance operations performed for that additional If other valid and collectible insurance is insured, whether the work is performed by available to the insured for a loss we cover you or on your behalf under Coverages A or B of this Coverage Part, our obligations are limited as follows a. Primary Insurance This insurance is primary if you have agreed in a written contract or written agreement• CG 73 23 11 11 Includes copyrighted material of Insurance Services Office, Inc, Page 3 of 6 with its permission CG 73 23 11 11 (1) That this insurance be primary If other insurance is also primary, we (2) When this insurance is excess, we will share with all that other will have no duty under Coverages A insurance as described in c. below; or B to defend the additional insured or against any"suit" if any other insurer (2) The coverage afforded by this has a duty to defend the additional insurance is primary and non- insured against that "suit" If no contributory with the additional other insurer defends, we will insured's own insurance undertake to do so, but we will be Paragraphs 1 and 2 do not apply entitled to the additional insured's ( ) ( ) pP y rights against all those other to other insurance to which the insurers additional insured has been added as an additional insured or to other (3) When this insurance is excess over insurance described in paragraph b. other insurance, we will pay only our below share of the amount of the loss, if b. Excess Insurance any, that exceeds the sum of- This insurance is excess over (a) The total amount that all such other insurance would pay for (1) Any of the other insurance, whether the loss in the absence of this primary, excess, contingent or on insurance,and any other basis• (b) The total of all deductible and (a) That is Fire, Extended self-insured amounts under all Coverage, Builder's Risk, that other insurance Installation Risk or similar (4) We will share the remaining loss, if coverage for"your work", any, with any other insurance that is (b) That is fire, lightning, or not described in this Excess explosion insurance for Insurance provision and was not premises rented to you or bought specifically to apply in temporarily occupied by you with excess of the Limits of Insurance permission of the owner, shown in the Declarations of this (c) That is insurance purchased by Coverage Part you to cover your liability as a c. Method Of Sharing tenant for "property damage" to If all of the other insurance available to premises rented to you or the additional insured permits temporarily occupied by you with contribution by equal shares, we will permission of the owner, or follow this method also Under this (d) If the loss arises out of the approach each insurer contributes equal maintenance or use of aircraft, amounts until it has paid its applicable "autos" or watercraft to the limit of insurance or none of the loss extent not subject to Exclusion remains, whichever comes first g. of Section I — Coverage A — If any of the other insurance available to Bodily Injury And Property the additional insured does not permit Damage Liability contribution by equal shares, we will (e) That is any other insurance contribute by limits Under this method, available to an additional each insurer's share is based on the insured under this endorsement ratio of its applicable limit of insurance to covering liability arising out of the total applicable limits of insurance of the premises or operations, or all insurers products completed operations, for which the additional insured has been added as an additional insured by that other insurance Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc , CG 7323 11 11 with its permission CG 73 23 11 11 EMPLOYEE BODILY INJURY TO ANOTHER MEDICAL PAYMENTS EMPLOYEE SECTION III — LIMITS OF INSURANCE, SECTION II — WHO IS AN INSURED The Paragraph 7. is replaced following Paragraph is added to 2.a.(1) 7. Subject to 5. above, the higher of. Paragraphs 2.a.(1)(a), (b) and (c) do not a. $10,000,or apply to "bodily injury" to a co-"employee" in b. The amount shown in the Declarations the course of the co-"employee's" for Medical Expense Limit is the most employment by you, or to "bodily injury" to a we will pay under Coverage C for all co-"volunteer worker" while performing medical expenses because of "bodily duties related to the conduct of your injury" sustained by one person. business BROAD FORM NAMED INSURED This coverage does not apply if Coverage C — SECTION II — WHO IS AN INSURED The Medical Payments is excluded either by the provisions of any coverage forms attached to the following Paragraph is added to 2. policy or by endorsement e Any business entity incorporated or KNOWLEDGE OF AN OCCURRENCE organized under the laws of the United State SECTION IV — COMMERCIAL GENERAL of America (including any State thereof), its LIABILITY CONDITIONS, The following is added territories or possessions or Canada (including any Province thereof) in which the to 2. Duties In The Event Of Occurrence, Named Insured shown in the Declarations Offense, Claim Or Suit condition- owns during the policy period, an interest of e. Knowledge of an occurrence, offense, claim more than fifty percent If other valid or suit by an agent or employee of any collectible insurance is available to any insured shall not in itself constitute business entity covered by this solely by knowledge of the insured unless you, a reason of ownership by the Named Insured partner, if you are a partnership, or an shown in the Declarations in excess of fifty executive officer or insurance manager, if percent, this insurance is excess over the you are a corporation receives such notice of other insurance, whether primary, excess, an occurrence, offense, claim or suit from contingent, or on any other basis the agent or employee AGGREGATE LIMIT PER LOCATION f. The requirements in Section IV — SECTION III — LIMITS OF INSURANCE The Conditions Paragraph 2.b. will not be following paragraph is added to paragraph 2 considered breached unless there is The General Aggregate Limit under Section knowledge of occurrence as outlined in III Limits of Insurance applies separately to paragraph e. above each of your locations owned by or rented to UNINTENTIONAL FAILURE TO DISCLOSE you or temporarily occupied by you with the HAZARD permission of the owner For the purposes of SECTION IV — COMMERCIAL GENERAL this provision, location means premises LIABILITY CONDITIONS, 6. Representations is involving the same or connecting lots, or amended to include premises whose connection is interrupted d. Your failure to disclose all hazards or prior only by a public street, roadway, waterway or .occurrences" or offenses existing as of the railroad right-of-way inception date of the policy shall not AGGREGATE LIMIT PER PROJECT prejudice the coverage afforded by this SECTION III — LIMITS OF INSURANCE The policy provided such failure to disclose all following paragraph is added to paragraph 2• hazards or prior "occurrences" or offenses is The General Aggregate Limit under Section not intentional This provision does not III Limits of Insurance applies separately to affect our right to collect additional premium each of your construction projects away from or exercise our right of cancellation or non- premises owned by or rented to you renewal CG 73 23 11 11 Includes copyrighted material of Insurance Services Office, Inc, Page 5 of 6 with its permission CG 73 23 11 11 WAIVER OF SUBROGATION BROADENED BODILY INJURY DEFINITION SECTION IV — COMMERCIAL GENERAL (MENTAL ANGUISH) LIABILITY CONDITIONS, 8. Transfer of Rights SECTION V — DEFINITIONS is amended as of Recovery Against Others to Us is amended follows- to include 1. 3. `Bodily injury" is deleted and replaced with If required by a written contract executed the following prior to loss, we waive any right of `Bodily injury" means physical injury, subrogation we may have against the sickness or disease to a person and, if contracting person or organization because arising out of the foregoing mental anguish, of payments we make for injury or damage mental injury, shock or humiliation, including arising out of your ongoing operations or death at any time resulting therefrom "your work" done under a contract with that person or organization and included in the "products-completed operations hazards" LIBERALIZATION SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 10. Liberalization is added as follows If we revise this coverage form to provide more coverage without additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in your state All terms and conditions of this policy apply unless modified by this endorsement. Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc, CG 73 2311 11 with its permission Policy number ACP7505235857 CA 2D 46(C2-99) THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the follo%mng: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement the provisions of the Coverage Form apply unless modified by this endorsement This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not altar coverage provided In the Coverage Form. SCHEDULE Name of Person(s)or Organization(s): The City of Kent (If no entry appears above, Information required to complete this endorsement Wit be shown in the Declarations as applicable to the endorsement) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extant that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained In Section II of the Coverage Form. Copyright Insurance Services Office, Inc., 199E CA 20 48(02 99) KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ........................................1-1 1-01 Definitions and Terms.........................................................1-1 1-02 Bid Procedures and Conditions.............................................1-2 1-03 Award and Execution of Contract..........................................1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public.................. 1-15 1-08 Prosecution and Progress .................................................. 1-20 1-09 Measurement and Payment ............................................... 1-24 1-10 Temporary Traffic Control ................................................. 1-27 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 DIVISION 9 MATERIALS...............................................................9-1 9-04 Joint and Crack Sealing Materials .........................................9-1 CRACK SEALING SPECIFICATIONS................................................... A-1 LOCATION MAPS AND SITE DESCRIPTION....................................... A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 PREVAILING WAGE RATES............................................................... A-4 2013 Crack Sealing/Brock Apnl 30, 2013 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments Issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, Its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may Include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 2013 Crack Sealing/Brock 1 - 1 April 30, 2013 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract Includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2013 Crack Sealing/Brock 1 - 2 April 30, 2013 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for Its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2013 Crack Sealing/Brock 1 - 3 April 30, 2013 I Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS, SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2013 Crack Sealing/Brock 1 - 4 April 30, 2013 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The Cityalso reserves the right to include or omit an or all schedules s g y or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "4S CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 30-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 2013 Crack Sealing/Brock 1 - 5 Apnl 30, 2013 No claim for delay shall be granted to the Contractor due to Its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located In Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 2013 Crack Sealing/Brock 1 - 6 April 30, 2013 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, Increases or decreases in quantity for any bid item shall be paid at the appropriate bid Item contract price, Including any bid Item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. 2013 Crack Sealing/Brock 1 - 7 April 30, 2013 Limits of construction are Indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 2013 Crack Sealing/Brock 1 - 8 April 30, 2013 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected Immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe If its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the Items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2013 Crack Sealing/Brock 1 - 9 April 30, 2013 2. Only minor Incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for Its Intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for Its Intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-OS.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work Incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. 2013 Crack Sealing/Brock 1 - 10 April 30, 2013 Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. 2013 Crack Sealing/Brock 1 - 11 April 30, 2013 Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: 2013 Sidewalk Repairs. Work consists of replacing intermittent sections of sidewalks along East Valley Highway and 64th Avenue South. Said work will require temporary lane closures and staging of construction equipment. 2013 Asphalt Grinding and Repairs. Work consists of asphalt grinding and repairs on West Meeker Street west of 64th Avenue South, James Street east of 64th Avenue South, and 64th Avenue South north of South 2281h Street. 2013 Thermoplastic Markings. Project consists of replacing thermoplastic markings at various locations throughout the City. Some markings may be replaced on streets identified for crack sealing. SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 2013 Crack Sealing/Brock 1 - 12 April 30, 2013 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All Information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following Information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and Identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall Include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product Information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid Item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 2013 Crack Sealing/Brock 1 - 13 April 30, 2013 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for Its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. 2013 Crack Sealing/Brock 1 - 14 Apnl 30, 2013 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will Indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. 2013 Crack Sealing/Brock 1 - 15 April 30, 2013 SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be Included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of 2013 Crack Sealing/Brock 1 - 16 April 30, 2013 tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of Installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. 2013 Crack Sealing/Brock 1 - 17 April 30, 2013 SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BYADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS. 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 2013 Crack Sealing/Brock 1 - 18 April 30, 2013 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through Its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the Insurance requirements in the project Contract, which constitute the Contractor's Insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are Indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. 2013 Crack Sealing/Brock 1 - 19 April 30, 2013 The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 2013 Crack Sealing/Brock 1 - 20 April 30, 2013 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved In writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control 2013 Crack Sealing/Brock 1 - 21 April 30, 2013 requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 2013 Crack Sealing/Brock 1 - 22 April 30, 2013 If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate Information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency In the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. 2013 Crack Sealing/Brock 1 - 23 April 30, 2013 SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific Impact on the critical path, and except in cases of concurrent delay, was the sole cause of such Impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 2013 Crack Sealing/Brock 1 - 24 April 30, 2013 6. Weighman's Identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.5 Deleted or Terminated Work The bidders and Contractor should note that in the case the unit bid prices exceed those anticipated by the City of Kent, the City reserves the right to delete portions of the work to avoid re-bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted funds. Deletions would be made if bids exceed available funds, if weather conditions are poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following location lists: i4.HEDUl�'I;� ! �T !i; ;IIIi� , 'e;#;I!II;�j I;;�r;";,=. IIt n _ ';; ''Street 1 From To East Valley Highway South 212th Street South 1801h Street SCHEDULE If Street From To 68th Avenue South South 277th Street SR 516 '!Street From To 64th Avenue South West Meeker Street South 2281h Street SCHEDULE IV Street From ";' To 58th Place South Russell Road South 1941h Street 62"d Avenue South South 1901h Street South 196th Street 641h Avenue South South 190th Street South 194th Street 2013 Crack Sealing/Brock 1 - 25 April 30, 2013 661h Avenue South South 1901h Street South 196th Street South 190th Street Cut-de-sac(West) 68th Avenue South South 194th Street 58th Place South 661h Avenue South South 196th Street Russell Road 72nd Avenue South South 196th Street 78th Avenue South 84th Avenue South Russell Road South 2001h Street South 196th Street SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. 2013 crack Sealing/Brock 1 - 26 April 30, 2013 It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 2013 Crack Sealing/Brock 1 - 27 April 30, 2013 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, construction signage, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are Included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, 2013 Crack Sealing/Brock 1 - 28 April 30, 2013 and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control La bor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Seguential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2013 Crack Sealing/Brock 1 - 29 April 30, 2013 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, Irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 2013 Crack Sealing/Brock 1 - 30 April 30, 2013 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-04 HOT MIX ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.1 Description Streets may be removed from this project or additional streets may be added to this project as the City's project budget allows. SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials The crack sealant materials shall be Roadsaver Low Tack and Detack by Crafco, Incorporated. See Appendix A-1. 5-04.3 Construction Requirements SECTION 5-04.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(5)C Crack Sealing Where directed by the Engineer, at locations specified in Appendix 1 of this Document, the Contractor shall perform crack sealing on existing asphalt concrete streets in accordance with the product manufacturers installation instructions except where modified herein. Crack sealing shall not be performed on severe alligator cracking. Severe alligator cracking is defined as a series of interconnecting cracks ranging from 3/8- Inch to 1/2-inch in width in an asphalt pavement surface forming a pattern that resembles an alligator's hide. Individual pieces are severely spalled, appear loose, and may move under traffic. All cracks shall be cleaned, no more than ten (10) minutes prior to applying crack sealant by air blasting equipment capable of producing a pressure of 100 psi. Air blasting shall be performed using either an air lance or a hot air lance. The air blasting equipment shall be equipped with moisture and oil traps to assure the side walls of the crack are not contaminated by the blowing operation. If the cracks contain vegetation, it shall be completely removed before crack sealing begins. The prepared cracks shall also be free of moisture, dust, loose aggregate, and other contaminates prior to the application of sealant. The Contractor shall be required to provide protective screening if the Engineer determines that cleaning and conditioning operations could cause damage to or interference with traffic in adjacent lanes. Sealant material shall not be placed if weather conditions are raining or wet. Should the Contractor place sealant and rain should fall before the sealant has properly cured, the Contractor shall remove and replace the wet/contaminated sealant with no extra compensation due from Owner. 2013 Crack Sealing/Brock 5 - 1 April 30, 2013 Sealing shall be placed in an overband (simple band-aid) configuration whereas the sealant is placed Into and over the crack. Overbanding shall be controlled using a sealing disk, having a concave underside, to provide a smooth flush pavement surface with a minimum width of 2 Inches, a maximum width of 3 Inches, and a maximum band-aid sealant thickness of 1/8-inch. If, in the opinion of the Engineer, the Contractor's method of sealing results in an excessive amount of sealant, sealing shall be stopped, corrected, and the method changed. Contractor shall clean any excess overflow from the pavement surface. Contractor shall apply Detack to sealant and allow sealant to cure sufficient time to prevent tracking prior to allowing traffic to travel on sealed area. Any damage by traffic to the treated pavement areas shall be repaired by the Contractor at no expense to the Owner. If the existing pavement markings are obliterated as a result of the crack sealing work, temporary pavement markings shall be placed by Contractor before the roadway is opened to the traffic. If said work is required, it shall be considered incidental. Any cracks or joints that do not remain completely filled after one week after installation shall be topped off with additional rubberized asphalt sealant material. Crack sealing operations shall not be permitted below 40 degrees Fahrenheit air temperature, or as directed by the Engineer. Sealant shall not be removed from their packaging until immediately before it is placed in the melter. All packaging shall be marked with manufacturers information. On a daily basis, the Contractor shall provide a report to the Engineer with the following information: 1. Job number and street. 2. Crew Superintendent. 3. Date, air temperature (OF), AM and PM weather. 4. Amount of material in melter at the start of the day. 5. Number and weight of containers of material on site. 6. Amount of material in the melter at the end of the day. 7. Number and weight of containers of materials at the end of the day. 8. Beginning and ending locations for the day, including lane(s) and direction. 9. Traffic control used, including number of hours. 10. Volume of Detack used. Contractor shall sign each day's report certifying that material was heated pursuant to the manufacturers recommendations. 2013 Crack Sealing/Brock 5 - 2 April 30, 2013 SECTION 5-04.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.4 Measurement "RoadSaver Low Tack for Crack Sealing" shall be measured by the ton. The quantity of RoadSaver Low Tack necessary for this project is unknown. As such, the quantity entered in the Proposal is an estimate and Intended to provide a common bid base and this bid Item tonnage is subject to change. SECTION 5-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.5 Payment The unit contract price per ton for "RoadSaver Low Tack for Crack Sealina" shall be full pay for all costs of material, labor, tools, and equipment necessary for the application of the crack sealant and Detack as specified. All costs associated with preparation, placing, blotting, spreading, temporary pavement markings, or any other material, tool, equipment, or labor shall be considered incidental to the unit contract price for "RoadSaver Low Tack for Crack Sealing." 2013 Crack Sealing/Brock 5 - 3 April 30, 2013 DIVISION 9 - MATERIALS SECTION 9-04 IS DELETED IN ITS ENTIRETY, 9-04 JOINT AND CRACK SEALING MATERIALS 2013 Crack Sealing/Brock 9 - 1 April 30, 2013 CRACK SEALING SPECIFICATIONS 2013 Crack Sealing/Brock A - 1 Apnl 30, 2013 CRAFW,NC INSTALLATION INSTRUCTIONS • -• '• AN ERGON W COMPANY • - -- ' - • 420 N.Roosevelt Ave.•Chandler AZ 85226 1-800-528-8242•(602)276-0406•FAX(480)961-0513 JANUARY 2008 www.crafco.com READ BEFORE USING THIS PRODUCT GENERAL: These products are hot-apphed, single component ASPHALT PAVEMENT CRACK SEALING Crack sealing polymer/tubber modified asphalts supplied in solid form used to seal or fill consists of installing extensible sealants into routed reservoirs in cracks or joints in asphalt concrete or Portland cement concrete pavements working cracks in pavements in good condition, These products are not fuel resistant and should not be used in fuel or oil spill prone areas.To use,product is removed from the package,heated in a melter Resenvir Odfing; Based on the 98% LTPPBIND temperature range and applied to the pavemem Details on product spccdicahons,chmate and (differeneefrombightn"v), cracks are tobe routed asfollows usage suitability,and product selection ate contained mProduct Data Sheets Temperature Grade Range Reservoir Width Reservoir Depth MELTING AND APPLICATION: These products must be 80°C or less 1/2"(12 min) %"(19 min) melted in jacketed double boiler melters with effective agitation that 86°C '/a"(19 min) '/4"(19 min) meet requirements of Appendix Xl I of ASTM D6690 Ciafco 92°C 1 1/8"(28 min) /2"(12 min) Supershot,EZ Series 2, and EZ Pour melters are recommended Do 980 or greater 1 %2"(38 min) /z"(12 min) not use direct fired or air heated machines IIeat transfer oil should not exceed 525°F(274°C) The melter must be capable of safely heating Reservoir width should not exceed 1 1/"(38 mm).Cutting should remove product to 400°F(204°C) CAUTION Stop agitation when adding at least 1/8"(3 min)from each side and produce vertical,intact surfaces product to prevent splashing Product is heated to between the with no loosely bonded aggregate The pavement should be sound minimum application temperature and the maximum heating enough to resist significant spelling during cutting Final reservoir width temperature which are shown on product containers and Product Data should not exceed twice the cutter width or 1'/"(38 mm)maximum Sheets These products are most effectively applied with pressure feed Installation and Finishing- After cleaning, sealant at the required wand systems RoadSaver,PolyFlex and Packing Lot products can also temperature is installed in the reservoir Sealant can be installed with up to be applied using gravity feed pour pots(Part No 40200 and 40201). a 3/8"(10 min)underfill,flush fill,or with an oveiband cap that does not exceed 1/16"(1 5mm)above the pavement surface,and not greater than a APPLICATION LIFE:Application life when heated to application 2" (50 min) width beyond crack edges, depending on project temperature is approximately 12 to 15 hours and may be extended by specifications These configurations are achieved using appropriate wand adding fresh product as quantity in the melter decreases Product shall tips,shoes or squeegees To reduce surface tack,Crafco DeTack or other be agitated during installation Product may be reheated once to approved material may beapplied application temperature,after initial heat up.When application life has been exceeded, RoadSaver and Parking Lot products will thicken, ASPHALT PAVEMENT CRACK FILLING: Crack filling consists become "stringy" and may then gel If this occurs, product should of installing flexible,haffrc resistant product into prepared,cleaned,non- immediately be removed from the melter and discarded Asphalt working pavement cracks Filler can be installed in muted or unrouted Rubber and PolyFlex products will soften when overheated or healed cracks or in surface overbands for too long. Routed Resei voir—Routed teservors are recommended for longest life Guidelines for determmmg reservoir use are- PAVEMENT TEMPERATURES: Apply product Nvben pavement 1. Crack density should not exceed approxmcately 20%(linear feet temperature exceeds 40°F(4°C) Lower temperatures may result in reduced of cracks per square feet of pavement area) adhesion due to presence of moisture or lee If pavement temperature is 2. Pavement should be sound enough to resist significant spalhng lower than 40°F(4°C),it may be warned using a heat lance(Part No during cutting(Final reservoir width should not exceed double the 45650)that puts no direct flarie on the pavement If installing at lower critter width,or 1%2"(38 min)maximum pavement temperature than 40°F(4°C), extreme care should be used to Reservoir Dimensions—Determined as follows- insure that cracks or joints are dry and Tice from ice and other contaminants 1. The cut should remove at least 1/8"(3mm)from each side of the Product temperature should be maintained at the maximum heating crack and cut back to sound pavement temperature If installing product at night,assure that dew is not forming on 2 Minimum width is%2"(12 mm),maximum is I'h"(38 nun). the pavement surface Applied product should be checked by qualified 3. Recommended cut depth is (19 mm) personnel to assure that adhesion is adequate 4. Reservoirs are then cleaned with compressed air. Cleared Uniouted Cracks—Cracks may be cleaned and filled without reservorts,but longer life is achieved with reservoirs Cleaning consists of using high-pressure dry, clean compressed air, brushing, or vacuum techniques to remove debris Surface Overbands—Product can be applied in overbands after crack CRACK/JOINT CLEANING: For appropriate adhesion,cracks cleaning with compressed air Overbands should not exceed 1/16"(1.5 or Joints must be thoroughly clean and dry immediately prior to product min)high above the pavement surface and not extend greater than 2"(50 installation After widening or debris removal,and just prior to product min)beyond each crack edge. installation, final cleaning shall use high pressure 90 psi (620kpa) Filler Installation and Finishing—Same as sealant installation and minimum,dry,oil free compressed air to remove any remaining dust frashing Both sides of the crack or Joint shall be cleaned.Surfaces should be PORTLANTD CEMENT CONCRETE PAVEMENT JOINT inspected to assure adequate cleanliness and dryness SEALING AND RESEALING: Joint sealing and resealing consist of C2008,Crafco,7m.,All Risher Reserved installing extensible sealants into sawn and cleaned joint reservoirs in not adhere to asphalt or concrete pavements surfaces that are PCC pavements contaminated with oil spills Reservon Saiving—New concrete should be cured for at least 7 days Crack Sealing or FrOarg in Pavements with Surface Treatments: prior to sawing the joint reservoir Joint spacing should beat the design When crack sealing or filling pavements with clip seals,slurry seals, dimension generally from approximately 12 to 20 ft (3 7 to 6 2m) and open graded friction courses, touting should he deep enough to i Joints shall be at least %4" (6nun) wide, and should not exceed 1'h" extend through the surface treatment layer into the underlying asphalt (38mm) For new pavements designed with narrow Joints using the concrete. Tlus anchors product into solid pavement foi better bonding initial nat row saw cut as the reservoir,spaced at 15 ft(5m)maximum, and when using low modulus type sealants,joint width may be as CLEAN OUT: If melters used require clean out, follow manufacturer's narrow as 1/8 inch(3mm) Contact Crafco for mote details Reservoir instructions If solvent is used,insure it does not contaminatepindudbecause depth should allow a sealant depth to width ratio of 1 1 to 2 1,sufficient dilution and flash problems may occur. depth for backer rod,and the specified surface recess Reservoirs shall be cut no deeper than required When resealing, old sealant can be STORAGE: Pallets of product are protected with a weather resistant removed by knives,plows or sawing Sawing shall slightly widen the covering During storage,this covering must be intact to prevent boxes r Joint by 1/8 to'i/a inch(3-6nun)to remove all traces of old sealant and from getting wet. If wet,boxes may lose strength and crush Rips in the produce clean, intact vertical surfaces Maximum Joint width is 1 rh pallet covering should be repaired to maintain packaging integrity. t inch(38mm) Pallets should be stored on a dry, level surface with good drainage Reservoir Cleaning—After sawing joints shall be flushed with water to Pallets should not be stacked because crushing of bottom boxes may remove sawing slurry and allowed to dry Just prior to installing sealant, occur Product properties are not affected by packaging deterioration both joint surfaces shall be cleaned using sandblasting, brushing or other means to remove any remaining of sawing residue Final cleaning SAFETY PRECAUTIONS: Since these products are heated to is then done with high-pressure(mimmum 90 psi, 62N/em2) clean, elevated temperatures, it is essential that operations be conducted dry, oil free compressed air the same day that sealant is installed safely All personnel need to be aware of hazat ds of using hot applied Moisture and oil traps are required on the compressor Joints must be materials and safety precautions Before use,the crew should lead and t inspected to assure cleanliness by rubbing a finger along each face to understand product use and safety information on the box and the spot dust or other contaminants If found,recleaning should occur until product MSDS User should check D.O T tequirements for ' joints are completely clean and dry The objective of sawing and transportation of product at elevated temperatures above 2t2°F clearing is to provide vertical,intact, clean concrete bonding surfaces (100°C) free from all contaminants and are dry HAZARDS ASSOCIATED {VITH HOT-APPLIED Backer Rod—After cleaning,heat resistant backer rod(ASTM D5249, MATERIALS: Skin contact with hot materials causes bums Over Type I)appiox 25%larger than the Joint width shall be installed to the exposure to fumes may cause respiratory tract irritation, nausea, or required depth without damage or punctures. Punctures or damage to headaches Precautions are to be taken to prevent contact with hot backerrod may cause sealant bubbling material and to avoid inhalation of fumes for everyone in the vicinity, Sealant Installation—Concrete should be cured at least 7 days prior to Safety precautions should include installing sealant Sealant heated to required temperature is installed per 1 Protective clothing to prevent skin contact with hot material project specifications Typical installations include a recess up to'/4 inch 1 Care when adding product to inelters to reduce splashing (6mm), flush, or with a surface overhand (maximum 1/16" (1.5mm) 3 Careful operation of wands or pour pots that apply product above the surface,and 2"(50 mm)maximum beyond each Joint edge) 4 Traffic and pedestrian control measures which meet or exceed MUTCD requirements to prevent access to work areas while INSTALLATION PRECAUTIONS: In certain situations, product is in a molten state additional consideration needs to be given to product selection and 5. Avoidance of material fumes. application geometries 6 Proper application configurations with a minimum amount of Parking lots and other areas subjected 10 slow proving traffic and material excess pedestrians: Product used must be stiff enough at hot summer 7. Appropriate clean up ofexcessive applications or product spills, temperatures to resist pick up and should not be applied on top of the pavement surface Product should have a high temperature grade at least ADDITIONAL INFORMATION: Additional mfomration one step above the LTPPBIND grade for the climate For even better pick- regarding these products is available by contacting your distributor or up resistance,increase by two grades Crafco,Inc Tins information includes. Pavement to receive air Overlgv, Surface Treatment, or Seal Coat: 1. Product Data Sheets Product will be subjected to overlay heat effects and carriers for surface 2. Material Safety Data Sheet, treatments and seal coats If product is applied on top of the pavement, 3. Safety Manual and an overlay is then placed,bumps may occur during compaction 4. Sealing Cracks and Joints in Parking and Pedestrian Areas Refer to`Bump Formation&Prevention in Asphalt Concrete Overlays 5. `Bump Formation & Prevention In Asphalt Concrete Overlays Which Have Been Crack Sealed" (www crafco com) for more Which Have Been Crack Sealed" information Solvents or other carvers in surface treatments may soften 6. Sealant Selection Guide product Prior to placing a surface treatment or seal coat,a test strip should be placed to verify compatibility ofthe product and treatment High Severity Cracked Areas: Highly cracked areas(fatigue cracks in wheel paths)should not be treated by coveting cracks because pavement fiction may be affected These cracks can be filled if followed by a surface treatment or overlay to restore friction. Fuel or Oil Spill Areas•These products should not be used in fuel or oil spill areas due to softening of the sealant that may occur. Sealant will C M8,Cmfen,Inc,All RtOts Reserved PRODUCT DATA SHEET INC ROAD - AN ERGON MI COMPANY LOW TACK PART NO 34543 420 N.Roosevelt Ave.-Chandler AZ 85226 JANUARY 2008 1-800-528-8242-(602)276-0406-FAX(480)961-0513 www crafco coin READ BEFORE USING THIS PRODUCT GENERAL RoadSaver Low Tack is a single component,hot-applied petroleum based product which is used to fill cracks in both asphalt and Portland cement concrete pavements in moderate to hot climates. RoadSavet Low Tack is supplied in solid form which when melted and properly applied forms a high stiffness,adhesive and flexible compound that resists cracking at winter temperatures and is highly resistant to flow or pick-up at extreme summer temperatures RoadSaver Low "lack can be used in highway,street,airfield and parking lot pavements It can be applied to pavement cracks using either pressure feed melter applicators or pour pots At application temperature it is a free flowing,self-leveling product RoadSaver Low Tack is specifically formulated to be a stiff,flow resistant,yet flexible product which is suited for use in areas subject to slow moving vehicle traffic where high resistance to pick-up or tracking is required VOC=0 g/1 USAGE GUIDELINES RoadSaver Low Tack pavement temperature performance High Temperature Grade(eC) limits we 82-16 for crack filling. Usage recommendations are shown in Crafco pavement rj temperatute grade charts shown at the right Refer to Crafco Product Selection Procedures to eC 58 64 70 76 82 detemime sealant or filler use andpavement temperature grades -4 Cl -t 0 16 — O -Sited for Um -22 `v ® Recommended � -28 . Llmr Pe .34 rformance b 3 -40 hot Recommended O r4 46 Pavement Temp for Fillei Usage SPECIFICATION CONFORMANCE RoadSaver Low Tack meets the following requirements of ASTM D6690,Type I,"Joint and Ciack Sealants,Hot-applied,for Concrete and Asphalt Pavements",(formerly ASTM D1190,AASHTO M173 and Federal Specification SS-S- 164) Specifications as follows• Test ASTM D6690,Type I Soec.Limits Cone Penetration 90 max. Softening Point 176F(80C)min. Asphalt Compatibility Pass Recommended Pour Temperature 380-F(193-C) Maximum Heating Temperature 400°F(204°C) Additional specifications when heated to the maximum heating temperature in accordance with ASTM D5167: Resilience,(ASTM D5329) 30%min Softening Point(ASTM D36) 200°F(93°C)min. Ductility,770F(250C)(ASTM D113) 50 cm min. Flexibility,0°F(-18°C),180 degree Pass 5 see, 1/2"(12 mm)din (ASTM D3111) INSTALLATION The unit weight of RoadSaver Low Tack is 10 6 Ibs per gallon(1 27 kg/L)at 60F(15 5C). Prior to use.the user must read and follow Installation Instructions for Hot Applied RoadSaver, PolyFlex, Parking Lot and Asphalt Rubber Products to verify proper product selection, heating methods, pavement preparation procedures, application geometry, usage precautions and safety procedures These instructions are provided with each pallet of sealant PACKAGING Packaging consists of individual boxes of product which are palletized into shipping units Boxes contain a non-adherent film which perinrts easy removal of the sealant Each pallet contains 72 boxes which are stacked in six layers of 12 boxes per layer the weight of product in each box does not exceed 40 lbs (18kg)and pallet weights do not exceed 2,880 Ibs (1310kg) Pallets of product are weighed and product is sold by the net weight of product Product boxes are manufactured from double wall kraft board producing a mimmum bursting test certification of 350 psi(241 N/cm')and using water resistant adhesives Boxes use tape closure and do not contain any staples Boxes are labeled with the product name, part number, lot number, specification conformance,application temperatures and safety instructions Palletized units are protected from the weather using a three mil thick plastic bag,a weather and moisture resistant cap sheet and a minimum of two layers of six month u v protected stretch wrap Pallets are labeled with the product part number,lot number and net weight Installation Instructions are provided with each pallet in a weather resistant enclosure WARRANTY CRAFCO, Inc warrants that CRAFCO products meet applicable ASTM, AASHTO, Federal or State specifications at time of shipment Techniques used for the preparation of the cracks and joints prior to sealing or filling are beyond our control as are the use and application of the products,therefore,Crafco shall not be responsible for improperly applied or misused products Remedies against Crafco,Inc,as agreed to by Crafco,are limited to replacing nonconforming product or refund(full or partial)of purchase price from Crafco,Inc All claims for breach of this warranty must be made within three(3)months of the date of use or twelve(12)months from the date of delivery by Crafco,Inc whichever is earlier There shall be no other warranties expressed or implied For optimum performance,follow Crafco recommendations for product installation. 02D08,Crafco,Inc,All%ghls Reserved PRODUCT DATA SHEET INC AN ERGON 6 COMPANY 'n ' PART NO 34681 420 N Roosevelt Ave •Chandler AZ 85226 JANUARY 2008 1-800-528-8242•(602)276-0406 a FAX(480)961-0513 www.crafco.com READ BEFORE USING THIS PRODUCT GENERAL Crafco DETACK when applied to the surface of hot-melt pavement crack and joint sealants,immediately removes surface tack of the applied sealant to permit quicker opening to traffic Use of DETACK is recommended in pavement areas such as parking lots, driveways,city streets, intersections, pedestrian areas, etc where quick removal of sealant surface tackiness is desued Also,DETACK assists with removing sealant tack when sealing during hotter months of the year, when applied sealant generally is softer and remains tacky for longer time periods after installation Use o£DETACK does not alter properties of the sealant VOC=0 g/I APPLICATION DETACK is supplied ready to use in 5 gallon(19L)plastic pads To use,DETACK is poured into typical hand pump pressurized garden sprayers The spray pattern should be adjusted to a medium fan DETACK can be applied to the sealant immediately after sealant is placed, or at any time after sealant is placed when surface tack is present Usage rate of DE l ACK is typically 1 gallon (3 8L)per 1000-2000 feet(305-610m)of sealed cracks, DETACK should be applied to cover the sealant surface with minimal excess of application onto the pavement surface. The use of this product in no way supersedes the warnings and instructions furnished with the sealant used follow Application Instructions on the product container prior to use DETACK is a water based product and should not be exposed to freezing temperatures. CLEAN UP DETACK cleans with water. Flush the sprayer with water when finished with each application. SAFETY When used as dnected,DETACK does not pose any health hazards When handling DETACK,use appropriate precautions to avoid eye contact or ingestion Impeivious gloves and safety glasses should be worn during use. For eye contact,flush with water for 15 minutes and get immediate medical attention. For ingestion,drink large quantities of water. DO NOT induce vomiting Get immediate medical attention Foi skin contact, wash with soap and water Wash hands after use prior to eating. t 02008,Crafw.Inc,All Rights Reserved LOCATION MAPS AND SITE DESCRIPTION 2013 Crack Sealing/Brock A - 2 April 30, 2013 oz. Y> f � t �AV Z51 15 C / I I o C -i rr R9{ t fit,•{ �" a • /f / ___ WT N - I L _ =j Nll� J c,7 N 'AOA 4V LL' -9S DAV 4zL d �9SOAV944 _ IA� Y §v4vNb't" T _ LU rry N,((( �o o W b� _ N{' ` LO _ V U = _ PN>Iooaq uu_9 Z ©1, 4(. i �=. - :I � -� t , � . _ s v`46 N o� P - L M _ eoIPeJdi1 av - `r--II—= - -+----,--•_•---�`^—hn'°"`""y'��=_"""�;�_.=,E H V to MR a dif yam, Sony-g9' ' w,• �oo mg `00 f �' �� ,i2 floss „ 'Q? -`".--'� s go � Sr�MH�iaioed Et ry If Sa�V C N _`� s r` IV 6d.1/3 jjO1 i 7 t m 0 i�'�Z' �t -'3: i T� axe �> � i r Y Iry ..._„ Tt "-tl "Z 7dS m a 3Y`V Zri4 (..... n ?AV jpL uj Nat yp ll NI , 1 t•��k, _ Sa ` '' —^ _� - .�- 'fir.,- _ _._ ' "m co - _ — 330AV8EF- � T -3S a - If VbZ6 3SaTy9Ll _ w3 - _++u-._..... S6AV 9L6 3s aw qn, �` •, i >� �I � y _ a e J"}ws.-^s.�.r, � `ram° ��__'___7 Jd 10 - _ p2!dal IeA 3 i � V p w to na OAV(b `„.. 3 i i` `✓' -- W `y Mass %{ - Lo 5�I ��£mO£ rY -dit rp 44 ?11 1 S aAV bZ� "" _ L �rrres«=- N a £ k A N _ 'H' " No li.._ "" _r— v f m s... T, Of -€- �il E. oE 8 Z a�a,❑ o - 4 s o , T co, f 77f`— c N w EL 1.......t—: RRR I + +n __ . S=anV 6ZL - IN in LW LU, aAV SOL'w n d ,y s �ps mooagBw dS°.'Fu,,;-r� IN ruA OAV U (" _BeO3l'e anV —T'r„-_-- '- .+an`� FMH 6a11eA M + Ly � antlSS pLU cm a a l�MJ..� (� r"Tf"t"' - �' S ,aAV_j_y"` 9_t 1_._._ ` -� 9yJ�i� Nfi t17, \\ / E m p __ CDoL ��_a -- .. ".� o m � ^ 3SaAVl54 • CL C 71 , - "y d LL 39 DAV 6tl r ' All f ';3S aAV t, � m,-j V5 =� S;AV t, --a �k— __ i�' ' ri rz. �C 3SUji rill Y ^ 3S aAV AS OA LO PH if OC niq Le 10 to N aMiliea El jr � I nay m MH O51 an 1" fQ �r'at,+i§rlS S� c t 1 .,._'v' g any E --t----' TRAFFIC CONTROL PLANS 2013 Crack Sealing/Brock A - 3 April 30, 2013 41 41 CHANNELIZATION DEVICE I a .w SPACING (FEET) a TAPER TANGENT Y WORK VEHICLE 3 (OPTIONAL) 10 10 DISTANCE I °• °o °o ROAD TYPE BETWEEN SIGNS • • • A B G ARROW BOARD URBAN 200 FT 200 FT 200 FT ■ (SEQUENTIAL CHEVRON) 25/30 MPH ■ URBAN STREETS RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT 350 FT I I ■ L 35/40 MPH ■ RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH MINIMUM TAPER LENGTH =L (FEET) sz LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 W4-2L 10 105 150 205 270 450 IW20-1 11 115 165 225 295 495 ( I 12 125 180 245 320 540 —5R GENERAL NOTES 1. ALL SIGNS AND SPACING SHALL CONFORM I I TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. LEGEND 2. PRIORITY PASSAGE THROUGH WORK AREA SZZ SIGN LOCATION FOR EMERGENCY VEHICLES SHALL BE (TEMPORARY MOUNT) PROVIDED AT ALL TIMES 3. SPOTTER AND OR SPOTTERS SHOULD BE I I ■ TEMPORARY TRAFFIC CONSIDERED TO WARN/DIRECT DRIVEWAY CONTROL DEVICE (CONES) USERS 4 PROTECTIVE VEHICLE RECOMMENDED-MAY BE <M ARROW BOARD A WORK VEHICLE (SEQUENTIAL CHEVRON) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES I I PROTECTIVE/WORK 6. ALL SIGNS 48"z48" 8/0 UNLESS OTHERWISE VEHICLE SPECIFIED 19r� 7 CHANNEUZATION DEVICES ARE STANDARD TRAFFIC CONES. TRAFFIC CONTROL PLAN 8 ALL SPACING MAY BE ADJUSTED TO TYPICAL ACCOMMODATE AT GRADE INTERSECTIONS e AND/OR DRIVEWAYS KENT RIGHT LANE CLOSURE 9 ALERT AFFECTED RESIDENTS AND " '"'"""" BUSINESSES. CITY OF KENT SCALE HT' EXHIBIT ENGINEERING DEPARTMENT DATE APRIL 2013 1 41 CHANNELIZATION DEVICE SPACING (FEET) c; Y. WORK VEHICLE TAPER TANGENT 3 (OPTIONAL) 10 10 DISTANCE I I • • ROAD TYPE BETWEEN SIGNS ARROW BOARD A I B (FLASHING CAUTION) URBAN • • 25/30 MPH 200 FT 200 FT URBAN STREETS RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT I I L 35/40 MPH • RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH LANE CENTER MINIMUM TAPER LENGTH =L (FEET) CLOSED OR LANE LANE WIDTH POSTED SPEED (MPH) AHEAD CLOSED (FT) 25 30 35 40 45 10 105 150 205 270 450 I I ROAD 11 115 165 225 295 495 WORK 12 125 180 245 320 540 AHEAD -1 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2 PRIORITY PASSAGE THROUGH WORK AREA LEGEND FOR EMERGENCY VEHICLES SHALL BE SZ SIGN LOCATION PROVIDED AT ALL TIMES I I (TEMPORARY MOUNT) 3. SPOTTER AND OR SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY ■ TEMPORARY TRAFFIC USERS CONTROL DEVICE (CONES) 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE �_l ARROW BOARD 5 DEVICES SHALL NOT ENCROACH INTO I I (FLASHING CAUTION) ADJACENT LANES 6. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE SPECIFIED PROTECTIVE/WORK 7 CHANNEUZATION DEVICES ARE ' f° VEHICLE STANDARD TRAFFIC CONES 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS 9. ALERT AFFECTED RESIDENTS AND TRAFFIC CONTROL PLAN BUSINESSES TYPICAL KENT TURN LANE CLOSURE w-{.�,.,.e.e. CITY O 1 KENT SCALE WS Ex"'9'T ENGINEERING DEPARTMENT 1 2 i OV3HV NNOM o Y o OVO8 Qo o w L—OZAA 3 a &S 01 I� (IlVd3Nd 38 £—OZA1 LEGEND VL—OZAA SL SIGN LOCATION \0 / (TEMPORARY MOUNT) WORK VEHICLE DISTANCE FLAGGER LOCATION ROAD TYPE BETWEEN SIGNS A B C it URBAN 200 FT 200 FT 200 FT 25/30 MPH ,w WORK VEHICLE URBAN STREETS a, RESIDENTIAL & Y BUSINESS DISTRICTS 350 FT 350 FT 350 FT o ROTECTIVE VEHICLE 35/40 MPH (SHOULD CONSIDER) RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 500 FT FLASHING BOARD 45/55 MPH • • (SHOULD CONSIDER) GENERAL NOTES: 1. ALL SIGNS AND SPACING MALL CONFORM 50' min TO THE MUTCD AND CITY OF KENT 100' max SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES, 4> A 3. SPOTTER AND OR SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY W20-7A USERS 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE 5. DEVICES (IF NEEDED) SHALL NOT ENCROACH B INTO ADJACENT LANES j 4--- W20-4 6. ALL SIGNS 48°x48" B/O UNLESS OTHERWISE sz SPECIFIED 7. CHANNEUZATION DEUCES (IF NEEDED) ARE STANDARD TRAFFIC CONES c 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS ROAD AND/OR DRIVEWAYS sz WORK 9. ALERT AFFECTED RESIDENTS AND AHEAD - BUSINESSES. W20-1 TRAFFIC CONTROL PLAN TYPICAL KENT FLAGGER CONTROL w�en�.oro. CITY OF KENT SCALE ITS EXWBIT ENGINEERING DEPARTMENT PATE APflIL 2013 W Y O 41 3 CHANNELIZATION DEVICE SPACING (FEET) TAPER TANGENT 10 10 DISTANCE ' ROAD TYPE BETWEEN SIGNS A e i URBAN WORK VEHICLE 25/30 MPH 200 FT 200 FT URBAN STREETS • • RESIDENTIAL & ARROW BOARD BUSINESS DISTRICTS 350 FT 350 FTJ . • • (FLASHING CAUTION) 35/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A LANE CLOSED AHEAD 500'+ - B ROAD WORK GENERAL NOTES: sz AHEAD 1. ALL SIGNS AND SPACING SHALL CONFORM I I W20-1 TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2 PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. SPOTTER AND OR SPOTTERS SHOULD BE CONSIDERED TO WARN/DIRECT DRIVEWAY I I USERS LEGEND 4. PROTECTIVE VEHICLE MAY BE A WORK SZ SIGN LOCATION VEHICLE (TEMPORARY MOUNT) 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES a TEMPORARY TRAFFIC 6. ALL SIGNS 48"x48" 8/0 UNLESS OTHERWISE I CONTROL DEVICE (CONES) SPECIFIED 7. CHANNEUZATION DEVICES ARE F-1 ARROW BOARD STANDARD TRAFFIC CONES (FLASHING CAUTION) 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS PROTECTIVE/WORK 9. ALERT AFFECTED RESIDENTS AND k VEHICLE BUSINESSES f- -Ld 1 TRAFFIC CONTROL PLAN LANE CLOSURE NEAR �•/ KENT INTERSECTION W wsMluaTOu CITY OF KE NT SCALE "TS EXHIBIT ENGINEERING DEPARTMENT DATE APRIL 2013 4 I I CHANNELIZAT10N DEVICE SPACING (FEET) i TAPER TANGENT 10 10 DISTANCE ROAD TYPE BETWEEN SIGNS A B Q, URBAN 200 FT 200 FT 25/30 MPH I Y URBAN STREETS a RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT 35/40 MPH WORK VEHICLE RURAL ROADS & j URBAN ARTERIALS 500 FT 500 FT I • • 45/55 MPH 6 MINIMUM TAPER LENGTH =L (FEET) low ARROW BOARD (HASHING CAUTION) LANE WIDTH POSTED SPEED (MPH) I I (FT) 25 30 35 40 45 10 105 150 205 275 450 A Ti-- 115 165 225 295 495 WE 12 125 1 1540 sz CLOSED AHEAD a ROADXD WORK GENERAL NOTES A AHEAD 1. ALL SIGNS AND SPACING SHALL CONFORM W20-1 TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE LEGEND PROVIDED AT ALL TIMES 3 SPOTTER AND OR SPOTTERS SHOULD BE Q SIGN LOCATION CONSIDERED TO WARN/DIRECT DRIVEWAY (TEMPORARY MOUNT) USERS 4. PROTECTIVE VEHICLE MAY BE A WORK ARROW BOARD VEHICLE. I I (SEQUENTIAL CHEVRON) 5. DEVICES (IF NEEDED) SHALL NOT ENCROACH INTO ADJACENT LANES PROTECTIVE/WORK 6. ALL SIGNS 48"x48" B/O UNLESS OTHERWISE t 6 VEHICLE SPECIFIED. , 7. CHANNEUZATION DEVICES (IF NEEDED) ARE STANDARD TRAFFIC CONES & ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS 9. ALERT AFFECTED RESIDENTS AND BUSINESSES � TRAFFIC CONTROL PLAN TYPICAL * T LANE CLOSURE w........0 ' CITY OF KENT SCALE NTS EXHIDIT ENGINEERING DEPARTMENT I DATE APRIL 2013 5 PREVAILING WAGE RATES 2013 Crack Sealing/Brock A - 4 April 30, 2013 rayc i vl i�r � State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 05/21/2013 'County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $40.83 5D 1H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M I King Brick Mason Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service Employees Janitor $19.98 5S 2F King Building Service Employees Traveling Waxer/shampooer $20.39 5S 2F King Building Service Employees Window Cleaner (Scaffold) $24.52 5S 2F King Building Service Employees Window Cleaner(non-scaffold) $23 66 5S 2F King Cabinet Makers (ln Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter g$49.57 5D 1M King Carpenters Carpenters on Stationary Tool9.70 5D 1M King Carpenters Creosoted Material 9.67 5D 1MKing Carpenters Floor Finisher 9.57 5D 1M King Carpenters Floor Layer 9.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers & Tenders Diver $100.28 5D 1M 8A King Divers & Tenders Diver On Standby $56.68 5D 1M King Divers Et Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $51.07 5D 3G King Dredge Workers Assistant Mate(deckhand) $50.56 5D 3G 1 r ayc c vl iv lKing Dredge Workers Boatmen $51.071 5D 313 King Dredge Workers Engineer Welder r$51 5D 3G King Dredge Workers Leverman, Hydraulic 5D 3GKing Dredge Workers Maintenance 5D 3G King Dredge Workers Mates 5D 3G King Dredge Workers Oiler 5D 3G King Drywall Applicator Journey Level $49.741 5D I King Drywall Tapers Journey Level $49.79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.041 7C 2W King Electricians - Inside Certified Welder (tunnel) $66 651 7C 2W King Electricians Inside Construction Stock Person $34.191 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A i Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians - Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 5B 2K Products Work Only i 'King Fence Erectors Fence Erector $15.18 1 King FlagQers Journey Level $34.61 7A 2Y 'King Glaziers Journey Level 1 $52.761 7L 1Y A1" ^ /^ ^4 rayc J VI lV King Heat ft Frost Insulators And Journeyman $56.93 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $68 52 7F 1 E King Hod Carriers 8 Mason Tenders Journey Level $42.11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.32 5B 1K King Inland Boatmen Cook $48.89 5B 1K j King Inland Boatmen Deckhand $48.96 5B 1K King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer $31.49 1 Sewer Ft Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Seating, Of Head Operator $24.91 1 t Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19 33 1 Sewer ft Water Systems By Remote Control King Inspection/Cteanin /Seahn; Of Tv Truck Operator $20.45 1 Sewer & Water Systems By r Remote Control King Insutation Applicators Journey Level $49.57 5D 1M King Ironworkers Journeyman $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed i King Laborers Airtrac Drill Operator $42.11 7A 2Y l King Laborers Ballast Regular Machine $40.83 7A 2Y King Laborers Batch Weighman $34.61 7A 2Y King Laborers Brick Pavers $40.83 7A 2Y King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40.83 7A 2Y t King Laborers Burner $40.83 7A 2Y King Laborers Caisson Worker $42.11 7A 2Y ; King Laborers Carpenter Tender $40.83 7A 2Y a King Laborers Caulker $40.831 7A 2Y King Laborers Cement Dumper-paving $41.59 7A 2Y King Laborers Cement Finisher Tender $40.83 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y Over) r oyc -r King Laborers Choker Setter $40.831 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y ;King Laborers Clary Power Spreader 541.59 7A 2Y King Laborers Clean-up Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y Operator King Laborers Concrete Form Stripper $40.831 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34.61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y King Laborers Demolition: Wrecking Et Moving $40.83 7A 2Y (incl. Charred Material) I i King Laborers Ditch Digger $40.83 7A 2Y King Laborers Diver $42.11 7A 2Y :King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40.83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller Et Bucker Chain Saw $41.59 7A 2Y King Laborers Fine Graders $40.83 7A 2Y King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40.83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker Et Transit $42.11 7A 2Y Person King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker (level $42.11 7A 2Y A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) King Laborers Hazardous Waste Worker (level $40.83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbeam Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King Laborers Manhole Builder-mudman $41.59 7A 2Y ruyc J VI iV King Laborers Material Yard Person $40.831 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41.59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gumte, Shotcrete, Water Bla King Laborers Pavement Breaker r$42.11 7A 2Y King Laborers Pilot Car 7A 2Y King Laborers Pipe Layer Lead 7A 2Y King Laborers Pipe Layer/tailor 7A 2Y King Laborers Pipe Pot Tender 7A 2Y King Laborers Pipe Relinerj 1.59 7A 2Y l King Laborers Pipe Wrapper41.59 7A 2Y King Laborers Pot Tender40.83 7A 2Y King Laborers Powderman42.11 7A 2Y King Laborers Powderman's H40.83 7A 2Y King Laborers Power Jacks41.59 7A 2Y King Laborers Railroad Spike 1.59 7A 2Y King Laborers Raker - Asphalt42.11 7A 2Y King Laborers Re-timberman4211 7A 2Y King Laborers Remote Equipm41.59 7A 2Y King Laborers Rigger/signal P41.59 7A 2Y King Laborers Rip Rap Person40.83 7A 2YKing Laborers Rivet Buster41.59 7A 2Y i King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air $41.59 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $41.59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) i King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y y King Laborers Topper $40.83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y a King Laborers Track Liner (power) $41.59 7A 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers ITraffic Control Supervisor $37.01 7A 2Y 8R rUJ- _ V VI 1V King Laborers Truck Spotter $40.831 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y 8� Worker 0-30 psi i King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y 8D Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 8D Worker 44.01-54.00 psi 'King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 8D Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77 52 7A 2Y 8 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $79.42 7A 2Y 8D Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1H 880 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1H 8D Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y 8D Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y 8D King Laborers Vibrator $41.591 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $40.83 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $49.74 5D 1H King Marble Setters Journey Level $49.071 5A 1M King Metal Fabrication (In Shoo Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 i King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (in Shops Painter $11 10 1 CKing Metal Fabrication fin Shop) Welder $15.48 1 King Millwright Journey Level $50 671 5D 1M King Modular Buildings Cabinet Assembly 1 $11.56 1 r ayc i v� iv King Modular Buildings Electrician $11.56 1 King Modular Buildinas Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular BuildinLs Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49.82 5D 1M ; King Plasterers Journey Level $48 23 7Q 1 R King Playground Et Park Equipment Journey Level $9.19 1 Installers King Plumbers Et Pipefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $51.40 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $51.40 7A 3C 8P Concrete King Power Equipment Operators Bobcat $48.62 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $48.62 7A 3C 8P Equipment King Power Equipment Operators Brooms $48.62 7A 3C 8P King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P King Power Equipment Operators Cableways $51.89 7A 3C 8P King Power Equipment Operators Chipper $51.40 7A 3C 8P King Power Equipment Operators Compressor $48.62 7A 3C 813 King Power Equipment Operators Concrete Pump: Truck Mount $51.89 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50.98 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P ' Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) r ayc � vl i� King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) 'King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $53 01 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes. Friction Over 200 Tons $53.57 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $51 89 7A 3C 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Over King Power Equipment Operators Dozers D-9 8: Under $50.98 7A 3C 8P (King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $51.40 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51 40 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Attachments 'King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road Equipment 45 Yards. 8: Over ;King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C 8P Locator King Power Equipment Operators Honzontal/directional Drill $51.40 7A 3C 8P Operator r King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons King Power Equipment Operators Hydrahfts/boom Trucks, 10 $48.62 7A 3C 8P Tons And Under 1 King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $50.98 7A 3C 8P King Power Equipment Operators Locomotives, All $51.40 7A 3C 8P d King Power Equipment Operators Material Transfer Device $51 40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P j King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mote, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P } Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons l King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons I 'King Power Equipment Operators Pavement Breaker $48 62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.981 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P 100 Feet In Height Based To Boom i King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving Equipment � King Power Equipment Operators Rigger And Bellman $48.62 7A 3C 8P King Power Equipment Operators jRoLlagon $51.89 7A 3C 8P A n1"^4 ^ rayc �.v vl l� i King Power Equipment Operators Roller, Other Than Plant Mix $48.621 7A 3C 8P King Power E uipment Operators Roller, Plant Mix Or Multi-lift $50.98 7A 3C SP Materials s King Power Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P King Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P 45 Yards ;King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $48.62 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P ` Over 90 Metric Tons King Power Equpment Operators Slipform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $51.89 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P ,King Power Equment Operators Tower Bucket Elevators $50.98 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $50.98 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $51.40 7A 3C 8P King Power Equipment Operators Welder $51.89 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $48.62 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.401 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $51.89 7A 3C 8P Underground Sewer £i Water King Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer Et Water ILL _ /jr- / AA I- -1 _1. A1� ^1 ^4 "1 rays ii vl to King Power Equipment Operators- Barrier Machine (zipper) $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Qperators Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Bump Cutter $51 40 7A 3C 8P C Underground Sewer Et Water King Power Equipment Operators- Cableways $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Chipper $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P UnderQround Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators- Cranes- 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib With Attachments) °King Power Equipment Operators- Cranes. 45 Tons Through 99 $51.89 7A 3C 8P a Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer Et Water Under I I I I I King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A I 3C I 8P s-_-__ . .- ­ ./1 _• / .-� __1_ /- - -u/_--1-_1_ -___. w /1f f^ ^4 ^ r uyc is VI iu Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53 57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $50.98 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $51 40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 2P Underground Sewer Et Water King Power- Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P Underground Sewer Et Water- Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48 62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards Et Over King Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards 'King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Honzontal/directional Drill $51.40 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer Et Water 10 Tons :King Power Equipment Operators- Hydrahfts/boom Trucks, 10 $48.62 7A 3C 8P r ayc 1.J UI iU Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P ; l Underground Sewer Et Water Over `King Power Equipment Qperators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $51.40 7A 3C 8P { Underground Sewer Fx Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $52.44 7A 3C 8P Underground Sewer Ft Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Motor Patrol Grader - Non- $50.98 7A 3C 8P Underground Sewer Et Water finishing lKing Power Equipment Qperators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P ; Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Under round Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P ! d Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P s Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A 3C 8P ' Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P r ayc 1-r vl iv Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Under r� ound Sewer Et Water King Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer £t Water King Power Equipment Oper ators- Roller, Plant Mix Or Multi-lift $50.98 7A X 8P Underground Sewer Et Water Materials King Power Equipment Qperators- Roto-mill, Roto-grinder $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $50 98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Equipment Operators Scrapers - Concrete It Carry All $50.98 7A 3C 8P _ Underground Sewer Et Water King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Underground Sewer & Water Yards And Over !King Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P Underground Sewer Et Water ;King Power Equipment Operators- Shotcrete/gunite Equipment $48.62 7A 3C 8P Underground Seweg- & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Underground Sewer & Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer & Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P L aa.��_ I/L�.l._��� .--� ��- -/1 �• /---_ -_1_�1..- /_-_ AAI_ w /mil G\ 1' ^41 rayc 1.J V1 1V Underground Sewer Et Water Height Base To Boom I King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type 'King Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P Underground Sewer Et Water 100 Tons King Power Equipment Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $51.89 7A 3C 8P i Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38.38 5A 4A i Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers tKing Refrigeration £t Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $38.60 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1 E King Residential Electricians JOURNEY LEVEL $30.44 1 King Residential Glaziers Journey Level $35.10 7L I King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.461 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration It Air Journey Level $70.46 6Z 1G l i Conditioning Mechamcs King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $41.78 5A 3D s A 1^ ^ 1"^4 '1 rayc iv v1 iv King Residential Sprinkler Fitters Journey Level $40.81 5C 2R (Fire Protection} King Residential Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.901 5A 1R King Roofers Using Irritable Bituminous $46.90 5A 111 Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $39.66 7M 1H (King Shipbuilding £t Ship Repair Carpenter $38.24 70 3B King Shipbuilding £s Ship Repair Electrician $37.821 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.93 5J 15 King Shipbuilding Et Ship Repair Laborer $36 78 70 3B iKing Shipbuilding Et Ship Repair Machinist $37.81 70 3B King Shipbuilding Et Ship Repair Operator $40.15 70 3B '=.King Painter $37.81 70 3B King Shipbuilding Et Ship Repair Pipefitter $37.771 70 313 King Shipbuilding Et Ship Repair Rigger r$37.76 70 3B King ShipbuildingEt ShipRepair Sandblaster 70 3B King Shipbuilding Et Ship Repair Sheet Metal 70 3B King Shipbuilding Et Ship Repar Shipfitter 70 3B :King Shipbuilding Et Ship Repair Trucker 70 3B King Shipbuilding Es Ship Repair Warehouse $37.65 70 3B :King Shipbuilding Et Ship Repair Welder/Burner $37.76 70 3B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 JElectncal� King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $41.78 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $49.07 5A 1M 'King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor King Surveyors Chainman $50.46 7A 3C 8P I- - I I I---1--1-.._ __._.. w /^ n /"n a ^I rQtJ.G 1/ VI 1V King Surveyors Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35.09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B I Outside iKing Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside King Telephone Line Construction Special Aparatus Installer 1 $35.09 5A 2B Outside ;King Telephone Line Construction - Special Apparatus Installer 11 $34.37 5A 2B Outside King Telephone Line Construction Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction Telephone Equipment Operator $32.62 5A 2B I Outside (Light) King Telephone Line Construction Telephone Lineperson $32.62 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B Outside King Telephone Line Construction Television Technician $26.43 5A 2B Outside King Telephone Line Construction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level $45.43 5A 1M King Tile Setters Journey Level $21.65 1 i King Tile, Marble Et Terrazzo Finisher $37.76 5A 1 B Finishers King Traffic Control Stripers Journey Level $41.53 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L ' WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L gg Council 28) I King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers 1 King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 1 I- _ .\•/_ __1_ _1.. A /"f11" ^4 �1 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 *****w*sss*s**s*ss*s***ssssas*ss***zz**zswss*sssssz*zzzzzz*zzzzzzzzzzzzzzzzzz***s**sss*ss******wssw*ss**sw** Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C The first two (2)hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half tunes the hourly rate of wage All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage D The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly late of wage F The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly late of wage All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage G The first ten(10) hours worked on Saturdays and the first ten(10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10) hours per day Monday through Satiu day and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half tines the hourly rate of wage All houis worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage i The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked oNer ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage K All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage M All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-halt times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage O The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays, holidays and after twelve(12)hours,Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage P. All hours worked on Saturdays(except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (I0) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage All hours worked on Clurstmas day shall be paid at two and one-half times the hourly rate of wage R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays and all other overtime hours worked, except Labor Day shall be paid at double the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays (except Labor Day) shall be paid at two tunes the hourly rate of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage V All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at double the how ly rate of wage W All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage All houis worked on holidays shall be paid at double the hourly rate of wage X The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage Y All hours worked outside the hours of 5.00 am and 5 00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8) hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage (except for employees who are absent fiom work without prior approval on a scheduled workday duung the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek) All hours worked Monday through Saturday over twehe(12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at two times the hourly late of wage F The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay All hours woi ked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage G All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H All hours worked on Sunday shall be paid at two times the hourly rate of wage All hours worked on holidays shall a be paid at one and one-half times the hourly rate of wage K All hours worked on holidays shall be paid at two tunes the hourly rate of wage in addition to the holiday pay O. All hours worked on Sundays and holidays shall be paid at one and one-half tunes the hourly rate of wage R All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage W The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage All other hours worked on the fifth, sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage Y All hours worked on Saturdays(except for make-up days)shall be paid at one and one-half times the hourly rate of wage All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate Hours worked over twelve hours(12)in a single shift and all work performed after 6 00 pin Saturday to 6 00 am Monday and holidays shall be paid at double the straight time rate of pay Any shift starting between the hours of 6 00 pm and midnight shall receive an additional one dollar($1 00)per hour for all hours worked that shift The employer shall have the sole discretion to assign overtime work to employees Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shalll be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more 1 3 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3 B The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-halt times the hourly rate of wage All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage All work performed after 6 00 pm Saturday to 5 00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight(8) hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D All hours worked between 6 00 pm Monday through 6 00 am Saturday,shall be paid at an overtime rate of 15% over the hourly rate of wage All other hours worked after 6 00 am on Saturdays,shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate G Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established, or forty(40)hours of straight time per week, Monday through Friday, ,and all work on Saturdays shall be paid at time and one-half the straight time rate Hours worked over twelve houi s(12) in a single shift and all work performed after 8 00 am Sunday to 8 00 am Monday and Holidays shall be paid at double the straight time late of pay After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8) hours or more 4 ALL HOURS WORKED iN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage Holidav Codes 5. A. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day(7) B Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas, and Christmas Day(8) C. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8) D Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8) H. Holidays New Year's Day,Memorial Day, Independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6) 4 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 5. 1. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Fnday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7) K. Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Chi istrnas Day(9) L. Holidays- New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(8) N Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9) P. Holidays New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) if A Holiday Falls On Sunday, The Following Monday Shalt Be Considered As A Holiday Q. Paid Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6) R. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day (7 1/2) S Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z Holidays- New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8) Holidav Codes Continued 6. A. Paid Holidays New Year's Day, Presidents' Day, Memorial Day, independence Day, Labor Day, Thanksgiving s Day,The Friday After Thanksgiving Day,And Christmas Day(8) E Paid Holidays New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day, And A Half-Day On Christmas Eve Day (9 1/2) G Paid Holidays New Year's Day,Martin Luther King Jr Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Veterans' Day Thanksgiving Day,The Friday After Thanksgiving Day, Christmas Day,And Christmas Eve Day(11) H Paid Holidays New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10) I. Paid Holidays New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7) 5 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 6 T Paid Holidays- New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day. The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9) Z Holidays New Yeai's Day,Memorial Day, Independence Day, Laboi Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Saturday, the preceding Friday shall be consideied as the holiday If a holiday falls on Sunday the following Monday shall be considered as the holiday Holiday Codes Continued 7. A Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8) Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday if any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day B Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Satinday shall be obwived as a holiday on the preceding Fiiday C Holidays New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Clistmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fiiday D. Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8) Unpaid Holidays President's Day Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday E Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday F Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday G. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday H Holidays New Year's Day, Martin Luther King Jr Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 1 Holidays New Year's Day, President's Day,Independence Day, Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday 6 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 7. J. Holidays- New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday K Holidays New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Clu istmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday L Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday M. Paid Holidays New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day, And the Day after or before Christmas Day 10) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday N Holidays New Year's Day, Memorial Day, Independence Day. Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday O Paid Holidays: New Year's Day, The Day After Or Before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, The Day After Or Before Christmas Day, And The Employees Birthday 11) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding H iday P. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Q Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the piecedmg Friday shall be a regulai work day R. Paid Holidays New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day Christmas Day,and the day after or before Christmas Day(10) If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays New Year's Day. Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, Clistmas Day,The Day After Christmas,And A Floating Holiday(9) if any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considei ed a holiday and compensated accordingly Note Codes 8. A In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more Over 50'To 100'-$2 00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3 00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4 00 per Foot for Each Foot Over 150 Feet Over 220'-$5 00 per Foot for Each Foot Over 220 Feet 7 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 C In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more Over 50' To 100'-$1 00 per Foot for Each Foot Over 50 Feet Over ]00'To 150'-S] 50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-S2 00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Then Own Price D Workers working with supplied air on hazmat projects receive an additional $1 00 per hour L. Workers on hazmat projects receive additional hourly premiums as follows-Level A $0 75,Level B $0 50,And Level C $0 25 M Workers on hazmat projects receive additional hourly premiums as follows Levels A&B $1 00,Levels C&D $0 50 N Workers on hazmat projects receive additional hourly premiums as follows -Level A $1 00, Level B $0 75,Level C $0 50,And Level D $0 25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit $2 00,Class B Suit- $1 50,Class C Suit $1 00,And Class D Suit$0 50 Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations Flaggers and Spotters shall be posted wheic shown on approved Traffic Control Plans or where directed by the Engineer All flaggei s and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana,or Idaho These classifications are only effective on or after August 31, 2012 S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho This classification is only effective on or after August 31,2012 T Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All daggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho This classification is only effective on or after August 31,2012 8 KENT NING"1N�✓ Agenda Item: Bids - 9B a S TO: City Council DATE: June 4, 2013 SUBJECT: 2013 Crack Sealing - Accept MOTION: Move to award the 2013 Crack Sealing Project contract to C.R. Contracting in the amount of $195,300 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: Crack sealing is a maintenance treatment used to prevent water from infiltrating cracks in a roadway. When water does infiltrate through these cracks, it leads to accelerated damage of the roadway. Historically, Public Works Operations crews have performed crack sealing. While these crews still perform a significant amount of crack sealing work annually, the volume of work has exceeded the resources and time available of in-house personnel. Therefore, several roadways in the valley were identified to have crack sealing performed by a Contractor. The Bid opening for this project was held on May 21, 2013 with four bids received. The lowest responsive bid was submitted by C.R. Contracting, in the amount of $195,300. The Engineer's estimate was $238,800. The Public Works Director recommends awarding this contract. The project consists of installing approximately 18 tons of rubberized asphalt for crack sealing the identified asphalt roadway sections. EXHIBITS: Public Works Memo dated 5/21/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: Contract will be paid with Business & Occupation tax revenue. REQUEST FOR MAYOR'S SIGNATURE `� KENT Please Fill in All Applicable Boxes J s [�ewewed by Director Originator's Name: Dave Brock Dept/Div. PW O eratio Extension: 5658 Date Sent: (, „ /3 Date Required: Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 45 working days VENDOR: C. R. Contracting DATE OF COUNCIL APPROVAL: 6/4/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with C. R. Contracting for the 2013 Crack Sealing Project. The project consists of installing approximately 18 tons or rubberized asphalt for crack sealing asphalt roadway sections. For additional information, see the attached Council motion sheet. r] �uN 12 2013 OfflCe"' All Contracts Must Be Routed Through The Law Departmettr i I E C E 15/ EDarea to be completed by the Law Department) Received: JUN 12 i013 Approval of Law De t.: KENPT LAW DEPT. Law Dept. Comments: WY� Date Forwarded to Mayor: b I Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: t`L �l Disposition: FV1Z'4g i'W�hy ���� Date Returned: