Loading...
HomeMy WebLinkAboutPW14-215 - Original - Northwest Cascade, Inc. - SE 240th St Stabilization & Restoration Project - 08/29/2014 Records Managemeai KENT Document WASHINGTON r n 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. ( i Vendor Name: Northwest Cascade, Inc. Vendor Number: ]D Edwards Number Contract Number: This is assigned by City Clerk's Office WOO- Project Name: SE 240th St. Slope Stabilization and Pavement Restoration Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date:4s working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Stephen Lincoln Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of repairing the road due to slope failure on the northerly portion of SE 240th St. between_ 144th Ave. SE and 146th i i S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 11/08 i i I I KENT Agenda Item: Consent Calendar - 7D NnsniNc rax TO: City Council DATE: July 1, 2014 SUBJECT: SE 240th Street Slide Repair Project Pre-Approval - Authorize MOTION: Authorize the Mayor to sign all necessary documents to enter into a construction contract for the SE 240th Street Slide Repair Project, subject to final terms and conditions acceptable to the City Attorney and the Public Works Director up to a maximum amount of $700,000. SUMMARY: A section of the northerly portion of SE 240th Street between 144th Avenue SE and 146th Place has begun to suffer slope failure, resulting in damage to the road. This failure is a result of the wet winter weather and the steep side slopes. These cracks are threatening the integrity of the roadway and it is imperative that this roadway be repaired before this coming fall/winter. In order to proceed to construction in a timely manner, the Public Works Department is requesting that the Council authorize the Mayor to sign all necessary documents to enter into a contract with the lowest responsible bidder once bids are opened. Depending on the schedule of the Committee and Council meetings, staff expects that we will be able to inform either the Public Works or the Operations Committee of the bid results prior to the actual bid award, EXHIBITS: GeoEngineers, Inc. Consultant Services Agreement RECOMMENDED BY: Public Works Committee YEA: Fincher - Ralph - Higgins NAY: BUDGET IMPACTS: Funding to be determined. i I PUBLIC WORKS DEPARTMENT TimothyJ. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 I CITY OF KENT KING COUNTY, WASHINGTON SE 240t" Street Slope Stabilization and Pavement Restoration Project Project Number: 14-3014 ADDENDUM No. 1 August 8, 2014 FROM% The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH 0 - GENERAL NOTES ON THE PROJECT Due to refinements in the design and steel selection, the estimated cost of the project identified in the Invitation to Bid has been reduced from $1,500,000 to $700,000. I - BIDDER'S DOCUMENTS I The following changes are included in the attached replacement pages of the Bidder's Document. Bidders must use the replacement pages. j SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS I I 1075 2-09.5 68 Gravel BerFew Backfill for $ $ WSDOT 30 Walls, Including Haul Per TON I TONS and Compaction ($2.50 Min) i 1095 5-04.5 40 HMA for Full Width Overlay $ $ KSP 45 Class 3W 112", PG 64-22 Per TON TONS 1100 5-04.5 40 HMA Class 1/2", PG 64-22 $ $ KSP 39 Per TON TONS I 1110 5-04.5 -a40 Planing Bituminous Pavement $ $ I KSP 393 PerSY SQ YDS SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4219 05s -1 XSP -EAGH StetteHI g Per Eft SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5095 8-22.5 2-1� Yellow Center Line Paint $ $ KSP 124 Stripe Per LF LN FT I 5100 8-22.5 24-5 White Edge Line Paint Stripe $ $ KSP 248 Per LF LN FT SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT I 6000 8-01.5 0.04 Seeding, Fertilizing, and $ $ KSP 0.06 Mulching Per AC ACRE 6005 8-01.5 398 Filter Fabric Fence $ $ KSP 335 Per LF LN FT SCHEDULE VII - STRUCTURES ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 7001 6-16.5 2457 Shaft - 36" Diameter $ $ WSDOT 1,080 Per LF LN FT 7002 6-16.5 3520 Furnish Soldier Pile - $ $ WSDOT 1,188 W21x44,)3 - Per LF LN FT 7003 6-16.5 888 Lagging $ $ WSDOT 1146 Per SF SQ FT 7004 6-17.5 35 Permanent Ground Anchor $ $ WSDOT 36 Per EA EACH ITEM SEGHBN "^xzPP^I GX. 1TEM HNI TOTAL *G. Nev $UA+M4* PR4GE *T 84GS 8 20.5 2-26 install itility Provided Conduit $ $ X-SP LlS1-FF Pef-L-F i I Page 13 - Bid Summary DELETE Schedule VIII. II - KENT SPECIAL PROVISIONS Page 2-1 - Section 2-02.3 - Construction Requirements ADD the following; 2-02 CLEARING GRUBING AND ROADSIDE CLEANUP SECTION 2-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING. 2-01.3(1) Clearing S. Only cut limbs as required for equipment access and as approved by the Engineer. If limbs greater than 3 inches in diameter will be cut and removed, the work must be completed by a qualified arborist in a manner that will maintain the health of the tree. Page 2-4 — Division 2 Earthwork DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: ADD the following: 2-10 Temporary Excavation for Lagging and Permanent Ground Anchor Installation 2-10.1 Description Temporary Excavation for Lagging and Permanent Ground Anchor Installation consists of excavating and replacing or disposing of all natural material or man-made objects that must be removed to make way for permanent ground anchor construction and lagging installation as shown in the Plans. This Work also includes removing whole or partial Structures, grubbing Structure sites that would not otherwise be grubbed, building and later removing shoring, pumping or draining excavated areas, protecting excavated or imported materials from the weather, and supplying, placing and compacting backfill. 2-10.2 Materials This section is not used. 2-10.3 Construction Requirements I 2-10.3(1) General Requirements All excavations, trenching, and shoring shall be performed in strict compliance with WAC 296-155 as well as all other applicable local, Contracting Agency, and Federal laws and regulations. 2-10.3(1)A Limits of Excavation I The limits of the excavation shall be determined by the contractor as needed to construct, tension, and test the Permanent Ground Anchors but shall not exceed the excavation limits shown on the plans. 2-10.3(1)B Disposal of Excavated Material Excavated material that will not be reused as backfill will be disposed of in accordance with 2-03.3(7)C of the Kent Special Provisions. 4 2-1O.3(1)C Backfiliing The excavation will be backfilled with material derived from the excavation. The Contractor may supply an imported material when approved by the Engineer. if the Contractor stockpiles excavated material for use as backfill, it j shall be protected with plastic sheeting or by some other method from contamination and weather damage. If the material becomes too wet or contaminated in the stockpile, the Contractor shall dispose of and replace it with an equal amount of suitable material, all at no expense to the Contracting Agency. The Contractor shall not stockpile material within 15 feet of the face of the soldier pile wall. Backfill shall be placed in layers no more than 1 foot thick (loose), with each layer tamped and graded so that final settling will leave the backfill as shown on the plans. If water prevents the Contractor from properly placing and compacting backfill, it shall be removed by pumping or other means approved by the Engineer. 2-10.5 Measurement and Payment The cost for work required for Temporary Excavation for Lagging and Permanent Ground Anchor Installation shall be included by the Contractor in the unit contract price of other bid items. Page 4-1 - Section 4-03 - Gravel Borrow DELETE section 4-03 in its entirety 0 EL RROW 4-83:t Besc��#+ert This waFl,, shall consist of I =ef6trt -ene-er-ret�-e€�rr�deF�e++ev� � the plans eF as established b the Kent Gravel ................h !l? iiill�. S Gravel befFew shall be unifeFFnly spread upen the prepared subgfa4e-to-thre 4-94.3 4-03-4 Measurement GFavel barrow will be ngeasured in the same fnann �r pFescribed for the I 4 84,1: Payment bid items The Hnir�rF# priee der tee €er Gr I T I a - . 1 , grade, and ee-mpalet�� in th Page 5-4 - Section 5-04.5 - Payment REVISE "HMA for Class 3t4", PG 64-22" as follows: "HMA for Full Width Overlay Class Il2"4l4 , PG 64-22" Page 5-5 ADD The Following New Division: DIVISION 6 - STRUCTURES 6-16 SOLDIER PILE AND SOLDIER PILE TIEBACK WALL SECTION 6-16,3(6)D IS SUPPLEMENTED BYADDING THE FOLLOWING; 6-16.3(6)D Installing Lagging and Permanent Ground Anchors j Permanent Ground Anchors shall be installed using equipment located above the Soldier Pile Wail. Only personnel and hand- operated equipment will be allowed below the Soldier Pile Wall. Timber lagging shall be installed with a %-inch vertical space between timbers to allow for drainage. The vertical space shall be maintained with a wood spacer or other method approved by the engineer. 6 i I i 6-17 PERMANENT GROUND ANCHORS THE FIRST PARAGRAPH OF SECTION 6-17.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 6-17.2 Materials Materials required, including materials for permanent ground anchors, shall be as shown in the Plans. Page 7-1 — Section 7-04.2 — Materials REVISE Ductile Iron Pipe Class as follows: Ductile Iron Pipe Class 69 52 (Unlined)....................9-05.13 Page 7-2 — Section 7-04.5 — Payment REVISE Payment as follows: The unit contract price per lineal foot for "Storm Sewer Pipe, 12 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; bedding, backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. Page 7-3 — Section 7-05.5 — Payment I REVISE Payment as follows: The unit contract price per each for "Catch Basin, Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, bedding, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Vaned Catch Basin Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or 7 grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit eentraet price per each fer „Thermeplastie Storm Drain tendmig+r eenstitEitea-eefliptete-eenipei�r�ien far furnishing all laber, teals, -, supplies and materials neeessaF( or inei jental to the installation of the Page 7-7 - Section 7-08.4 - Measurement I DELETE section 7-08.4 in its entirety /gy 7 08.4 w �w�� " It tt rs and be made. will ineidental to the utility being installed-. Page 7-9 - Section 7-08.5 - Payment REVISE Payment as follows: No separate payment for "Pipe Zone Bedding"and 'Trench Backfill" wili be made. "Pipe Zone Bedding'and 'Trench Backfill"are considered incidental to the utility being installed. Th nice -t �� n eemperi t anent neeessaFy or incidental to fufnls-h�plaee bedding 4.,� -43�V4Pi ITT .l .� In•r1- .-4,^.11 .,nip M., vI limited leading, hauling, ) ) f E6mpae g. Refer--nee—vcnn-�vc' -Stana- dTran Q cv_�-5.20 nvv equlpi����idental to furnish and plaee the baflk-Fuff-gra� This includes but shall met be lingited te: excavating, leadin i t t ) ) f i Page 8-8 - Section 8-04 - Curbs, Gutters, and Spillways 8 REVISE Section 8-04.5 Payment as follows: SECTION 8-04.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-04.5 Payment Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Asphalt Extruded Curb" The unit contract price per linear foot for shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. Page 8-9 - Section 8-20 - Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical DELETE this section in its entirety. 8 20 16LUMINATION, TRAFFIG SIGNAL l SYSTEMS TOITTAT TRANSPORTATION SYSTEMS AND nl EGTRIGAI The unit-Ge19tfaet-�er linear foot feF"Install trenches; and all other Work-fl-ecessar� 1+?3tal�att6f�-E�1'E:19E`-f III - APPENDIX Appendix i - Kent Standard Plans ADD the following: WATER 3-22 Typical Pipe Trench Appendix 2 - Road Closure/Detour/PCMS Plan REPLACE the Road Closure/Detour/PCMS Plan Sheet with the attached Road Closure/Detour/PCMS Plan Sheet. I IV - PLANS 9 REPLACE The Plan Set included with Bid Package with the attached Plan Set. END OF ADDENDUM No. 1 Chad Bieren, P.E. Date City Engineer Attachments: Bid document - pages 6, 7, and 11 Kent Standard Plan - 3-22 III it 10 i PROPOSAL To the City Clerk City Hall Kent, Washington 98032 i The undersigned hereby certifies that 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 SE 240t" Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014 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 {*). I 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 I Any bids not filled out properly may be considered non-responsive. i SE 240"St. Slope Stabilization/Lincoln 5 August 8, 2014 Project Number: 14-3014 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1010 2-02.5 190 Remove Existing Asphalt $ $ KSP SQ YDS Concrete Pavement Per SY 1050 2-02.5 410 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF 1060 2-03.5 100 Roadway Excavation Incl. $ $ WSDOT CU YDS Haul Per CY 1075 2-09.5 30 Gravel Backfill for Walls, $ $ WSDOT TONS Including Haul Per TON and Compaction ($2.50 Min) 1080 4-04.5 63 Crushed Surfacing Top $ $ KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 45 HMA for Full Width Overlay $ $ KSP TONS Class 1/2", PG 64-22 Per TON I 1100 5-04.5 39 HMA Class 1/2", PG 64-22 $ $ KSP TONS Per TON i I 1110 5-04.5 393 Planing Bituminous Pavement $ $ KSP SQ YDS Per SY 5 1125 5-04.5 TONS Cold Plant Mix for Temporary $ $ KSP Pavement Patch Per TON SE 24&St.Slope Stabilization/Lincoln 6 August 8,2014 Project Number: 14-3014 i SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1215 8-04.5 220 Asphalt Extruded Curb $ $ KSP LN FT Per LF i 1305 8-11.5 220 Beam Guardrail Type 1 $ $ WSDOT LN FT Per LF 1310 8-11.5 2 Beam Guardrail Anchor $ $ WSDOT EACH Type 1 Per EA Schedule I Total $ I I I I i I SE 24V St. Slope Stabilizatlon/Uncoln 7 August S,2014 Project Number: 14-3014 SCHEDULE IV — STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 76 Storm Sewer Pipe, $ $ KSP LN FT 12 Inch Diameter Per LF 4080 7-05.5 1 Catch Basin, Type 1 $ $ KSP EACH Per EA 4120 7-05.5 1 Vaned Catch Basin $ $ KSP EACH Frame and Grate Per EA 4160 8-15.5 2 Light Loose Riprap $ $ WSDOT TONS Per TON Schedule IV Total $ i I I I SE 240� St. Slope Stabilization/Lincoln 8 August 8, 2014 Project Number: 14-3014 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 5005 1-10.5 40 Traffic Control Labor $ $ KSP HOURS Per HR 5010 1-10.5 540 Construction Signs Class A $ $ WSDOT SQ FT Per SF 5015 1-10.5 40 Traffic Control Supervisor $ $ KSP HOURS Per HR 5030 1-10.5 160 Portable Changeable Message $ $ KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 2 Type III Barricade $ $ KSP EACH Per EA 5095 8-22.5 124 Yellow Center Line Paint $ $ KSP LN FT Stripe Per LF 5100 8-22.5 248 White Edge Line Paint Stripe $ $ KSP LN F- Per LF i i I Schedule V Total $ i I I SE 24&St. Slope Stabilization/Lincoln 9 August 8, 2014 Project Number: 14-3014 SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-01.5 0,10 Seeding, Fertilizing, and $ $ KSP ACRE Mulching Per AC I I 6005 8-01.5 335 Filter Fabric Fence $ $ KSP LN FT Per LF Schedule VI Total $ I II SE 24&St. Slope Stabilization/Lincoln 10 August 8, 2014 Project Number: 14-3014 SCHEDULE VII - STRUCTURES ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7001 6-16.5 1080 Shaft - 36" Diameter $ $ WSDOT LN FT Per LF 7002 6-16.5 1188 Furnish Soldier Pile - $ $ WSDOT LN FT W21x44 Per LF I' 7003 6-16.5 1146 Lagging $ $ WSDOT SQ FT Per SF 7004 6-17.5 36 Permanent Ground Anchor $ $ WSDOT EACH Per EA 7005 6-17.5 3 Permanent Ground Anchor $ $ WSDOT EACH Performance Test Per EA Schedule VII Total $ II i SE 2401h St.Slope Stabilizatlon/Uncoln it August 8, 2014 Project Number: 14-3014 BID SUMMARY Schedule I Schedule IV Schedule V Schedule VI i Schedule VII TOTAL BID AMOUNT I SE 240"St. Slope Stabilization/Lincoln 12 August 8, 2014 Project Number: 14-3014 PAVEMENT RESTORATION PER STANDARD PLANS 6-64THRU 6.68 SAWCUT(TYP.) EXIST.PAVEMENT SURFACE SURFACE RESTORATION AS SPECIFIED ON APPROVED PLANS "GRAVEL BORROW"PER WSDOT STD. SPEC.9 03.14 OR SUITABLE EXCAVATED MATERIAL.COMPACT TO 90%OF MAX. r SEE STANDARD PLAN 6-64 TO DENSITY. STANDARD PLAN 6-68 FOR \ TRENCH RESTORATION UNDER PAVEMENTS. i �r 12"MIN. BENCH AS NEEDED FOR / SHORING OR TRENCH BOX r "BEDDING MATERIAL FOR RIGID PIPE"PER WSDOT STD (TYP.)WHEN DEPTH IS 4 FT. SPEC 9-03,16 OR SUITABLE EXCAVATED MATERIAL. AND GREATER. PIPE 4"MIN. SEE NOTE UNPAVED AREAS PAVED AREAS NOTE: MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE *30"FOR PIPE UP TO AND INCLUDING 12"NOMINAL DIAMETER. *O.D.PLUS 16"FOR PIPE LARGER THAN 12"NOMINAL DIAMETER. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SOSEP.� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ''11� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT�w�F W Nsyl�61 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. O v CITY OF KENT `� ENOMEERI D DEPARTMENT H � • J TYPICAL PIPE TRENCH -a"o �rF�Isa�Rtio2- KENT i DESIGNED DMW ANAL DRAWN BB --- NONE STANDARD PLAN CHECKED DATE 3-�]�1 APPROVED mm LL September 2009 I ! i I g a i 1 a i i � P �axxo wv'se i fi �3 Lau` uu1— ( 168iHA4EYc i I N 1 WiNAJE%fi— Z ® y m ARE§WmE qN<0> > Qx �m N r 71 } 19 < O N r z � `' m m � ct : O 1 co Z > 6 € m m �z• N€ as "A^€ ' ''' aggag€ "-@ omos� og z Igo p8H-21- r-uro:- gF olflfi bun. N U) -�2rPA-.CCYl1-p-q-Aitia Dm mcSF�)a'�<0 Y �m 22 Nn 9yy mNlK— "� V=I g P g g¢ Am R O � 71 I � l II ' m € s yj oo\ a 0 fag SMUS oil oil w MEN N A s Ism! oils P J, II rr� rr r \rr . Ky r ,�j✓ i+ I t! I I 1! i / � r } Y y` n o 117 it .-1 r ,,, t --� 1 r/ trrr rr i r,r r / j1y`j'z,? Y l ` mod off^ lJ �l��lt r� rryl r Fir 1 � � rr 'i 1 ✓ `f i' i i ��1, l , i ' /r / irrjl t � i I/ . � r / 1If Y,, �/ / /,/ r � r / rr If 1 If A 11J� i r, t `1 r i r , , I r d � r , � r � , u��i If „ r it O- 11 i i Ali 1 � a 1 1 7 !\ , fir ! !� ! 71, A " ' �� r - , , I r , r Qy r\ �4 r� i'y � i i i pis 'J F '` 2Y' s@ sE gss gymx v ion so, K 9. s £ On- clot o M-I 10- € i 'y e��=� g� g HT $; � `x s � - R'x f Nxlj swim �! t flit asK pgs gas ai t 1 ' a yg X:yTa gra� � �� x d t .., �no itJim �1 t +` t sag SgM ��w � ^ I ca"' !� s IQ 103PR xw x 6 bI �-it 0 is; a . 11mli mass- An Mp 1 I 444444� l , an � my 0 3lzg� I s€ �a vP .�a z l gill � , III h-i� �l rf i 1\ m r biP p ' pR IM � xx'sy Mg �>� 9 0 o MR Ulm < � R t vm _ m m n art 9y g m M iT T ' li 9 rltAf ��� fill 'l Si jl 4R4 A a F- g M € n lit 1 0, � g a �1 a w 41 11 1 /1 �` i cNibNnwgNil �t I it m,z� m oilmen s 'I "IQ MI my`" i P R all s„ �5 s js WN/ ' !t` 1 � t Aj Pik ,r � 1 AQ aj mini . vigt 't as om ;WAIT i i'169 iirrl It HEIR IT o-� 111m11T1 a 4 �- ���&1 � � /i(d-✓ 14 its ts t'1 L1 -z - - 2 m8 T d n - s"fl. PRO SH-gif-w gunwh� ��$ log; 4a � ag�P sxna�aNavo f�� B m � H 2 srnttx +ia.x a 1 !� -E Jf l� A € 0 fat `�'\ m400, A � ti V.F li ' j 9 � rY i1 E Whl if . i �t�1n� � — �Q n t ':Ya `•- t�- t e I � 4yY it - IR Elip _ qN x Eke � moo zaf o Z p i � y LIZ c uti �z' too 'ED! fip ----- an NZ 4 — "_F go 'Amy to m a QKu g NMI o My m 6 EBt r; ig e3= Q { 27e 1 Pi — a� 'v ii o =£gym 8-5 oil NO n m } 2➢ I � M^ O z _l 0 €cg g5 x fr r H 9k ; g�.., 3 £ ; 6F JCS g A3 M ! - ^ 4Iis� m I L— ?y v gQN . a's=fiwgx . �Sg e��E§ Ss R V-71 FEE—?I—E Y z r s y � S � 'a 5� k + L 1J �K a °ax @ m i�a Dy tgb�36Cnt P y �.���-.� a ON uP., f Z F � O a g ,-�Dv�)Jli c Urn It, qj ZH i Tl d pF fq� M gj� N > 0 M om rA ao yrjmm Oy ON ---- ------ ads �� o P 4 $ � 21 `On 8 'CIA gA H-59 Ns P o o o ar.-eve g _ z n P %a x � eG m �48 5zz ¢g s Age 24-- :y ro SOX kv m a s �� I R i m HNHE � g s z spa eg-� 861, m kkk N Zp � �v 2>0 �~O rya zmm ti>W ¢ _ € is z ft a€ A. -- oil lit "'A" its VIzoC ®R zy o (MM ............... .................. ------ � — ,A: 2 as $,g * r r 9? e BLS •� nP$ $CCC ww �$ F? V oC jy € o�tA& m ^ ---- Mm CM M saa�"sE i �a mm mffic �— HIM --- ytU OpS A pDa mcp ,ymp �O U aim 9mg 5 z i, m is m 2-6 m z z N 5��g des". em sma"m � �$€ O Z e XTP g q =teaIP lag t-------------------\----------- - - ----- 0 U-j 1 P law Dp 9 0 all ! PUBLIC WORKS DEPARTMENT I, Timothy 1. LaPorte, P.E. Public Works Director 400 West Gowe : .. Kent, WA 98032 E N-1- Fax: 253-856-6500 was GT� PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON SE 240t" Street Slope Stabilization and Pavement Restoration Project Project Number: 14-3014 i ADDENDUM No. 2 August 11, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS The changes to the Proposal in Addendum 1, as well as the following changes are included in the attached proposal replacement pages 5 - 13 of the Bidder's Document. Bidders must use the replacement page. SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO, NO. QUANTITY PRICE AMOUNT 1010 2-02.5 490 Remove Existing Asphalt $ $ KSP 200 Concrete Pavement Per SY SQ YDS 1075 4-03.5 �&g Gravel Ber-rew Backfill for $ $ +CSP S0 Walls, Including Haul Per TOP} 2-09.5 EONS and Compaction CY WSDOT 40 f$2:50-M+n7 CU YDS > i 0 m 1080 4-04.5 6-3 Crushed Surfacing Top $ $ KSP 70 Course, 5/8 Inch Minus Per TON Y TONS ($6.00 Min) 6 MAYOR SUZETTE COOKE>•:'-=:crx, -. _ +:.aa ai,. —._ .. y.., ...^nxss .:.., ,v ,.x a: :. . SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1095 5-04.5 48 HMA Class Full Width $ $ KSP 45 Overlay Class 112"31-4=', PG Per TON 50 64-22 TONS 1110 5-04.5 314G Planing Bituminous Pavement $ $ KSP 393 PerSY 400 SQ YDS 1125 5-04.5 8.2-5 Cold Plant Mix for Temporary $ $ KSP 1 Pavement Patch Per TON TONS SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 75 Storm Sewer Pipe, $ $ KSP 80 12 Inch Diameter Per LF LN FT SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5095 8-22.5 245 Yellow Center Line Paint $ $ KSP 424 Stripe Per LF 125 LN FT I I 5100 8-22.5 245 White Edge Line Paint Stripe $ $ KSP 248 Per LF 310 LN FT SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 6000 8-01.5 002 Seeding, Fertilizing, and $ $ KSP 0�-& Mulching Per AC 0.10 ACRE 2 SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6005 8-01.5 388 Filter Fabric Fence $ $ KSP 3-35 Per LF 340 LN FT I SCHEDULE VII - STRUCTURES ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7002 6-16.5 2520 Furnish Soldier Pile - $ $ WSDOT 1,188 `" 2 W21x44 Per LF LN FT 7003 6-16.5 808 Lagging $ $ WSDOT 1,146 Per SF 1,750 SQ FT Page 21 - Proposal Signature Page REVISE the number of working days as follows: 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 thirty f34) forty five (45) working days after issuance of the City's Notice to Proceed. II - CONTRACT Page 29 - Contract REVISE the last sentence of the first paragraph of item 1 as follows: 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 thirty (30) forty five (45) working days. END OF ADDENDUM No. 2 I �i Chad Bieren, P.E. Date City Engineer Attachments: Proposal pages 5 — 13 (9 pages) 3 i i PROPOSAL. i To the City Clerk City Hall Kent, Washington 98032 I I The undersigned hereby certifies that 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 SE 240th Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014 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 i SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL j NO. NO. QUANTITY PRICE AMOUNT I 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. SE 240'h St. Slope Stabilization/Lincoln -Addendum 2 5 August 11, 2014 Project Number 14-3014 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1010 2-02.5 49II Remove Existing Asphalt $ $ KSP 200 Concrete Pavement Per SY SQ YDS 1050 2-02.5 410 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF 1060 2-03.5 100 Roadway Excavation Incl. $ $ WSDOT CU YDS Haul Per CY 1075 i 03:5 4&0 Gravel Benr-ew Backfill for $ $ KS-P 30 Walls, Including Haul Per TB14 2-09.5 TENS and Compaction CY WSDOT 40 $2 +n) CU YDS 1080 4-04.5 63 Crushed Surfacing Top $ $ KSP 70 Course, 5/8 Inch Minus Per TON TONS ($6.00 Min) 1095 5-04.5 48 HMA Class Full Width $ $ KSP 4-5 Overlay Class 1/2"3/44, PG Per TON 50 64-22 TONS 1100 5-04.5 40 HMA Class 1/2", PG 64-22 $ $ KSP TONS Per TON SE 240'h St. Slope Stabilization/Lincoln -Addendum 2 6 August 11, 2014 Project Number: 14-3014 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1110 5-04.5 3-1-0 Planing Bituminous Pavement $ $ KSP 393 PerSY 4©O SQ YDS 1125 5-04.5 8.2-5 Cold Plant Mix for Temporary $ $ KSP 1 Pavement Patch Per TON TONS 1215 8-04.5 220 Asphalt Extruded Curb $ $ KSP LN FT Per LF 1305 8-11.5 220 Beam Guardrail Type 1 $ $ WSDOT LN FT Per LF 1310 8-11.5 2 Beam Guardrail Anchor $ $ WSDOT EACH Type 1 Per EA Schedule I Total $ i SE 240°M1 St. Slope Stabilization/Lincoln —Addendum 2 7 August 11, 2014 Project Number: 14-3014 SCHEDULE IV — STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4015 7-04.5 7-5 Storm Sewer Pipe, $ $ KSP 80 12 Inch Diameter Per LF LN F" 4080 7-05.5 1 Catch Basin, Type 1 $ $ KSP EACH Per EA 4120 7-05.5 1 Vaned Catch Basin $ $ KSP EACH Frame and Grate Per EA 4160 8-15.5 2 Light Loose Riprap $ $ WSDOT TONS Per TON 4210 705.5 $ $ KSP EACH steRe4ft Per EA Schedule IV Total $ I i i i I I I i I SE 24011 St. Slope Stabilization/Lincoln -Addendum 2 8 August 11, 2014 Project Number: 14-3014 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 40 Traffic Control Labor $ $ KSP HOURS Per HR 5010 1-10.5 540 Construction Signs Class A $ $ II WSDOT SQ FT Per SF 5015 1-10.5 40 Traffic Control Supervisor $ $ KSP HOURS Per HR 5030 1-10.5 160 Portable Changeable Message $ $ KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 2 Type III Barricade $ $ KSP EACH Per EA 5095 8-22.5 2-1-5 Yellow Center Line Paint $ $ KSP 4-24 Stripe Per LF 125 LN FT 5100 8-22.5 24-5 White Edge Line Paint Stripe $ $ KSP 248 PerLF 310 j LN FT i Schedule V Total $ SE 2401"St. Slope Stabilization/Lincoln -Addendum 2 9 August 11, 2014 Project Number: 14-3014 SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-01.5 8 02 Seeding, Fertilizing, and $ $ KSP &{ Mulching Per AC 0.10 ACRE 6005 8-01.5 388 Filter Fabric Fence $ $ KSP 33S PerLF 340 LN FT Schedule VI Total $ i i SE 240t' St. Slope Stabilization/Lincoln -Addendum 2 10 August 11, 2014 Project Number: 14-3014 SCHEDULE VII - STRUCTURES I ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7001 6-16.5 2452 Shaft - 36" Diameter $ $ WSDOT 11080 Per LF LN FT 7002 6-16.5 2520 Furnish Soldier Pile - $ $ WSDOT 1488 `""voz4x-19i W21x44 Per LF LN FT 7003 6-16.5 H8B Lagging $ $ WSDOT 1,750 Per SF SQ FT 7004 6-17.5 25 Permanent Ground Anchor $ $ WSDOT 36 Per EA EACH 7005 6-17.5 3 Permanent Ground Anchor $ $ WSDOT EACH Performance Test Per EA Schedule VII Total $ II i I I I I SE 240t" St. Slope Stabilization/Lincoln - Addendum 2 11 August 11, 2014 Project Number: 14-3014 SCHEDULE VIII - TELECOMMNICATIONS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8905 8 2845 2-28 install Utility Provided Genduit $ $ K-SR LN FF PeF LF Schedule VIII Total $ SE 240t1 St, Slope Stabilization/Lincoln -Addendum 2 12 August 11, 2014 Project Number: 14-3014 BID SUMMARY Schedule I Schedule IV Schedule V Schedule VI Schedule VII Schedule VII; TOTAL BID AMOUNT ij i i i ! I i j I I SE 2401"St. Slope Stabilization/Lincoln -Addendum 2 13 August 11, 2014 Project Number; 14-3014 i i TABINDEX Tab 1 ' er"s Package I Tab 2 Paymentr r a ce Bond and Contract i Tab 3 Table of Contents Tab 4 Kent Special Provisions i Tab 5 Kent Standard Plans Tab 6 Road Closure/Detour/PCS Plan Tab 7 Prevailing Wage Rates i I I i CITY OF KEPT KING COUNTY, WASHINGTON ICE T SPECIAL PROVISIONS FOR oth SE 24 Street Slope Stabilization a NPavement ® n Project Project Numer: 14-301 BIDS ACCEPTED UNTIL August 14, 2014 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY I LAPORTE, P.E. PUBLIC WORKS DIRECTOR ii KENT �I airze �v J �7AL ii rr WAS HINGTO N j i I I i CERTIFICATE OF ENGINEER The technical material and data listed below in these Special Provisions for the Project "SE 240th Slope Repair" were prepared under the supervision and direction of the undersigned, whose seal, as a Professional Engineer licensed to practice as such is affixed below. DIVISION 2 - EARTHWORK j 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS 'tip y'tx, 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-06 SUBGRADE PREPARATION ; DIVISION 4 -BASES 4-03 GRAVEL BORROW v C�km 4-04 BALLAST AND CRUSHED SURFACING DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS 5-02 BITUMINOUS SURFACE TREATMENT 5-04 HOT MIX ASPHAULT DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 ERROSION CONTROL AND WATER POLLUTION CONTROL 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-22 PAVEMENT MARKINGS DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR ERROSION AND SCOUR PROTECTION AND ROCK WALLS 9-14 EROSION CONTROL AND ROADSIDE PLANTING i I BIDDER'S NAME iC=F � ' �'_ � �i } 1k� CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SE 240t" Street Slope Stabilization and Pavement Restoration Project Project Number.. 14_3014 BIDS ACCEPTED UNTIL August 14, 2014 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR �'�• KEN T W A S H I N G T O N i 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 Kent Standard Plans Road Closure/Detour/PCMS Plan 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 August 14, 2014 up to 11:00 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 immediately following 11:00 a.m. for the City of Kent project named as follows: SE 240th Street Slope Stabilization and Pavement Restoration Project Project Number: 14-3014 The project is located along the northern edge of SE 240th Street on the East Hill of Kent between 144th Avenue SE and 146th Place SE. The work will consist of the construction of 200 linear feet of soldier pile wall. The work will also include the installation of 200 linear feet of guardrail, 200 linear feet of extruded curb, one type catch basin, 100 linear feet of drain pipe, guardrail terminals, and approximately 200 square yards of pavement restoration. Additionally, this project will require work zone traffic control and temporary erosion and sediment control. The Engineer's estimate for this project is approximately $1,500,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- 5508. For technical questions, please call Stephen Lincoln at (253) 856-5552. 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 $50.00 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 29th day of July, 2014. Ronald F. Moore,,City Clerk Published in Kent Reporter on August 8, 2014 Daily Journal of Commerce on July 31 and August 7, 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date t4 A- :x') ( This statement relates to a proposed contract with the City of Kent named SE 2401" Street Slope Stabilization and Pavement Restoration Project Project Number: 14-3014 I am the undersigned bidder or prospective contractor. I represent that - L I TVi -),OAave, W t � , 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. DoULLA53. u� NAME OF BIDDER BY: S- �— l --- SIGN T J E/TI. L€ ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) i SE 240111 St. Slope Stabilization/Lincoln 1 July 29, 2014 Project Number: 14-3014 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY i 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. By: 4-� '�* i For: Title: MWw"c'-v- Date: - 14- LL SE 2401h St. Slope Stabilization/Lincoln 2 July 29, 2014 Project Number; 14-3014 i 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: i 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. SE 24010 St. Slope Stabilization/Lincoln 3 July 29, 2014 Project Number: 14-3014 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT i This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contract for the contract known as SE 240th Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014 that was entered into on the (Date) between the firm I represent and the City of Kent. declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: SE 2401" St. slope Stabilization/Lincoln 4 July 29, 2014 Project Number: 14-3014 age 10 Equal Employment Opportunity Compliance Statement :ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PROPOSAL i To the City Clerk City Hall Kent, Washington 98032 (( I The undersigned hereby certifies that �� U � 5� t� ;� Qr,�i } t( 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 SE 240tn Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014 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 SCHEDULEI - 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. SE 240'"St,Slope Stabilization/Lincoln -Addendum 2 5 August 11,2014 Project Number: 14-3014 age 4 ;ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 M CJ Mobilization $ t)j WSDOT LUMP SUM Per LS Clearing and Grubbing ! f 5 1005 2-01.5 1 a i g g $ � J WSDOT LUMP SUM Per LS 1010 2-02.5 4-90 Remove Existing Asphalt $ Ntt) $ KSP 200 Concrete Pavement Per SY SQ YDS 1050 2-02.5 410 Saw Cut Existing Asphalt $ j.00 $ 2 KSP LN FT Concrete Pavement Per LF 1060 2-03.5 100 Roadway Excavation Incl. $ to! .60 $ WSDOT CU YDS Haul Per CY 1075 4 03:5 6B Gravel -BffFow Backfill for $ ��} ' ' $ K-SP 30 Walls, Including Haul Per Teed 2-09.5 TONS and Compaction CY WSDOT CFO CU YDS T 1080 4-04.5 63 Crushed Surfacing Top $ • i'Vel $ KSP 70 Course, 5/8 Inch Minus Per TON TONS ($6.00 Min) 1095 5-04.5 40 HMA Class Full Width $ ,()I), $ ' 6�1 KSP 45 Overlay Class 112"3W, PG Per TON So 64-22 TONS 1100 5-04.5 40 HMA Class 1/2", PG 64-22 $ W 00$ 61r ),a) KSP TONS Per TON SE 240t'St. Slope Stabilization/Lincoln -Addendum 2 6 August 11, 2014 Project Number: 14-3014 age '', rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1110 5-04.5 31-0 Planing Bituminous Pavement $ '3,60 KSP 393 Per SY 400 1125 5-04.5 0-45 Cold Plant Mix for Temporary $ W,W, KSP I Pavement Patch Per TON TONS 1215 8-04,5 220 Asphalt Extruded Curb $ 10-W, $ KSP LN FT Per LF 1305 8-11,5 220 Beam Guardrail Type I $ 45,6,0 $ WSDOT LN FT Per LF 1310 8-11.5 2 Beam Guardrail Anchor $ WSDOT EACH Type I Per EA Schedule I Total $— SE 240"'St, slope Stabilization/Lincoln-Addendum 2 7 August 11, 2014 Project Number: 14-3014 age 6 ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 4015 7-04.5 7-5 Storm Sewer Pipe, $ wo o $ KSP 80 12 Inch Diameter Per LF LN FT 4080 7-05.5 1 Catch Basin, Type 1 $ $ L� KSP EACH Per EA i 4120 7-05.5 1 Vaned Catch Basin $ ".Oo$ KSP EACH Frame and Grate Per EA 4160 8-15.5 2 Light Loose Riprap $ 5( )'bo $ t ' WSDOT TONS Per TON 4210 4-85-.5 4 T $ $ K&P EACH Ste"i" Per-EA i Schedule IV Total $ } /oc SE 2401"St, Slope Stabilization/Lincoln -Addendum 2 8 August 11, 2014 Project Number: 14.3014 age 7 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1 10.5 40 Traffic Control Labor $ �`7, �' $ wyo oc-) KSP HOURS PerHR I 5010 1-10.5 540 Construction Signs Class A $ $ �(�r �(� 00 WSDOT SQ FT Per SF I' i 5015 1-10.5 40 Traffic Control Supervisor $ �UL� DLL $ KSP HOURS Per HR '.� 5030 1-10.5 160 Portable Changeable Message $ $ `"X/�/�' KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 2 Type III Barricade $ / i '' $ 7 KSP EACH Per EA 5095 8-22.5 2 -5 Yellow Center Line Paint $ s $ KSP 424 Stripe Per LF 125 LN FT 5100 8-22.5 24-5 White Edge Line Paint Stripe $ 3,I} $ KSP 248 PerLF 310 LN FT Schedule V Total $ tob , SE 240`n St, Slope Stabilization/Lincoln -Addendum 2 9 August 11, 2014 Project Number: 14-3014 age 8 rovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale SCHEDULE VI - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 6000 8-01,5 Seeding, Fertilizing, and $ KSP Mulching Per AC 0.10 ACRE 6005 8-01.5 300 Filter Fabric Fence $ KSP 335 PerLF I 340 LN FT Schedule VI Total I SE 2401"St. Slope Stabillzatlon/Lincoln-Addendum 2 10 August 11,2014 Project Number: 14-3014 age 9 mvided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale SCHEDULE VII - STRUCTURES � ITEM SECTION APPROX. YTEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7001 6-16.5 2457 S7 Shaft - 36" Diameter $ al $ WSDOT 1,080 Per LF LN FT 7002 6-16.5 2-5-M Furnish Soldier Pile - $ 15qoo $ WSDOT 1,188 W24*4792 W21x44 Per LF LN FT 7003 6-16,5 8GO Lagging $ Abo $ WSDOT 1,750 Per SF SQ FT 7004 6-17.5 -35 Permanent Ground Anchor $ 5A60XV $ WSDOT 36 Per EA EACH 7005 6-17,5 3 Permanent Ground Anchor $ 5bb ob, $ 6L WSDOT EACH Performance Test Per EA Schedule VII Total $- SE 2401b St. Slope stabilization/1-dooln -Addendum 2 11 August 11, 2014 Project Number: 14-3014 age 10 mvided to Builders Exchange of WA, Inc For usage Conditions Agreement see www.bxwa,com-Always Verify Scale SCHEDULE VIII - TELECOM M NICATIONS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 8995 8 20,5 220 iftst-a#-F}t4 $ 1FSP 41--FF Per I=� I I Schedule VIII Total $ i SE 2401h St. Slope Stabilization/Lincoln -Addendum 2 12 August 11, 2014 Project Number 14.3014 age 11 l ;ovided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I BID SUMMARY Schedule I Schedule IV Schedule V i Schedule VI Schedule VITSchedule %',TV I TOTAL BID AMOUNT Vlk SE 240"St. Slope Stabilization/Lincoln -Addendum 2 13 August 11, 2014 '.. Project Number: 14-3014 'age 12 ,'rovided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com-Always Verify Scale i 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: SE 240t" Street Slone Stabilization and Pavement Restoration Project Project Number: 14ii 11 1 1�-(( 0P3 g14 ,� ( �r Subcontractor Name o�o�'t�P ►ac r2c Item Numbers 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 } SE 240'h St. Slope Stabilization/Lincoln ``.._.Jt4 July 29, 2014 Project Number: 14-3014 SUBCONTRACTOR LIST j (Contracts over 1 million dollars) i Name of Bidder: L E� Project Name: SE 240`h Street Slone Stabilization and Pavement Restoration Project Project Number: 14-3014 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: Plumbing Subcontractor Name: Electrical Subcontractor Name: Signa urr� otBidde- Date I SE 240"'St. Slope Stabilization/Lincoln 15 July 29, 2014 I Project Number: 14-3014 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. SE 240"' St. Slope Stabilization/Lincoln 16 July 29, 2014 Project Number: 14-3014 If the bidder fails to request a modification within the time allowed, or fails 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. I THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. j I The undersigned certifies under oath that the information provided herein is true and sufficiently complete so Cs.,_n_aot to be misleading. � i SUBMITTED BY: 2� t ADDRESS: PRINCIPAL OFFICE: ADDRESS: !fir'+ NA IN39c) PHONE: jj" ?,._ E.s FAX: 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. 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). SE 240" St. Slope Stabilization/Lincoln 17 July 29, 2014 Project Number: 14-3014 NORTHWEST CASCADE INC Page I of 3 Washington State Department of L bor & Industries i NORTHWEST CASCADE INC Owner or tradesperson PO BOX 73399 Diklich,John Martin PUYALLUP, WA 98373-0399 263-848-2371 Principals PIERCE County Diklich, John Martin, PRESIDENT PERRY, MARK Roger, VICE PRESIDENT BARGER, STEPHEN Richard, VICE PRESIDENT mariani, gary e, DIRECTOR Gorski, Donald Joseph, DIRECTOR Jones, Harvey Norton, DIRECTOR WINGARD, WILLIAM B JR, SECRETARY (End: 09/16/2013) Doing business as NORTHWEST CASCADE INC WA UBI No. Business type 278 049 149 Corporation License Verify the contractor's active registration! license t certification (depending on trade)and any past violations. Construction Contractor Active. ..................-..............................................._...... Meets current requirements. License specialties GENERAL License no. NORTHC1148BG Effective--expiration 01/07/1986-10101/2015 Bond .........._..... Fidelity & Deposit Co of MD $12,000.00 Bond account no. 09090648 Received by L&I Effective date 09/17/2012 10/0112012 Expiration date Until Canceled Bond history https://secure.lni.wa.gov/verify/Detail.aspx?tJBI=278049149&LIC=NORTHCI148BG&SAW= 8/13/2014 NORTHWEST CASCADE INC Page 2 of 3 Insurance National Fire Ins of Hartford $1,000,000.00 Policy no. 2053866352 Received by L&I Effective date 09/27/2013 10/01/2013 Expiration date 10/01/2014 I Insurance history Savings N&savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No C&I tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 265,081-00 ................................ Doing business as NORTHWEST CASCADE INC Estimated workers reported Quarter 2 of Year 2014"Greater than 100 Workers" L&I account representative T1 /TYRONE COLEMAN (360)902-4807-Email: COT1235@lni.wa.gov Workplace safety and health i Check for any past safety and health violations found on jobsites this business was responsible for. Citation issue date 12/04/2012 No violations i Inspection no. 316257576 Location 1.90, East of the Snoqualmie S Snoqualmie Pass,WA 98373 i Citation issue date 12/18/2009 No violations Inspection no. 313888851 Location https:Hsecure.Ini.wa.gov/verify/Detail.aspx?IJBI=278049149&LIC=NORTHC1148BG&SAW= 8/13/2014 P -aw STATE OF, WASHINGTON 11— Dolnes. ic P.* rd NORTHWEST CASCADEj'lj PUYALl-UP W TAX REOISTR SCALE-LARGE X,') 1INDUSTRIAL U E LbYMENV,iNSENZANCE U 6,'.'l ' UNDERGRO N 4-4 bIW:lICENSESiRE6ISTTRA mia -qT FaiN AMbENERAL ; ESS "sPbkANE bENERA*� z.'Busrl . ..... 9BU CARNATION 'GENERAL' BUSINESS.i ENOCLAW GENERAL BUSINESS (EXPIRES 02-28-2014) VOHDUOAC.GENERAL BUSINESS14EW:C*AST-L.E.:,,�GEhkRAL BUSINESS E ERAL BUSINESS UNIVERSiI-TY 4 FG m RAL BUSINESS M XLTj P. NER'pL BUSINESS DUP0NT;:l'GEN ERAL _BUSINESS OLVMPIA GENERAL BUSINESS �PoRf'bkd R QEN ERAL!;BUSINESS .. EATONVILLE r3ENERAC-'B6S;NESS LokdViiw GENERAL FIRGREST GENERAL BUSINESS �4 RUSTON EMERA.*--BUSINESS UNNEY L 4.2 71iis document fists the reg mons.; en orsemepts and licenses authorized for the business �,. a 51 Z' iow wx u w w W H u 5 cp um< m m wzw wz i i o� ' •J3 r r . a� Jib s � �� � m 1 ,;a i�:;W�OJINGTON ' •_ i Unafied $ussnQss ��D �{t 27$ 0+#,9 14�i Domestic Profit Corp9ratsom $uss»ess ,IOj 0t i` ; ,tr` NORTHWEST CASCADE, LNG,, 3I40 .W,'HWY '14 GORST WA 98337 ' p k TAX REGISTRATION INDUSTRIAL INSURANCE UNEMPlDYMENT INSURANCE CITY LICENSES/REGISTRATIONS. PONLSBO GENERAL BUSINESS LICENSING RESTRICTIONS: Not Iidensed to flsre mspors :wsthout aMinor Work Permit kyei I; 5 4 I i , i } I. } ai I ':t � I TIGs docurnenP tiSU the registrations enq)rsemehis and Itceages author,jigfor!hp busmes9 `r ffffyyy I x damedabove 6yaceepttngt4isdooument,drelrcenseecertifiesthetgfoflnghon¢it�tieapplw0oh _ siy ,�>J wrys cotnptete,true argil accurate is the best of fits op henknbw�edge,acid thatbustness wdt bt; - conducted m somptianoe ivitball appticahie;`yVashmg�n slate,eou7tYy+,$rtd eIt$'regulationsrectvr nepartigehFgfRg)teque- .: y_ 2 I I 1 �, ml Inj t r1 P I F � I M t I N I 1 9 N �u W W v N WU7�. N 2 s o �x� w�°m Page 1 of 1 i ABOUT US CONTACT US loaon Espafiol register f I [DOING BUSINESS REGISTER MY aU5INESS LOOKUP BUSINESS INFORMATION Home Back to search results File&pay saxes If "Non-revenue"appears after Tax Registration Number,the account is not registered with the Department of Revenue. i Doing business However,It may be registered with other agencies in the state. Business types Li Register my business Washington State Department of Revenue My account State Business Records Database Detail Audits TAX REGISTRATION NO: 278049149 ACCOUNT OPENED: 11/13/116712:00:00 AM Find taxes&rates UBI: 278049149 ACCOUNT CLOSED: OPEN ENTITYNAME: NORTHWEST CASCADE INC BUSINESS NAME: Workshops&education MAILING ADDRESS: BUSINESS LOCATION: Get a form or publication PO BOX 13399 16023 MERIDIAN PUYALLUP,WA 98373-0399 PUYALLUP,WA 98375-62u1 Find a law or rule ENTITY"RE:CORPORATION RESELLERPERMITNO: A17410915 PERMIT EFFECTIVE: 01/01/2014 L% tNATES CODE: 736220 PERMIT EXPIRES: 12/31/2015 HATES DEFINITION:PLUMBING,HEATING,AND AIR-CONDITIONING We need your help. CDNTRACIDRS(PT) Take a 30 sec survey FOR NON-COMMERCIAL LISEONLY s` ° 4 t ;Y'Oi 1Xs YY r 3 I Vc 08/13/2014 B:03 AM tl 1 3 a3 ,r Iii If you are unable to find the reseller permit you are looking for,fry searching by tax registration/UBI number. CONTACT US 1 ABOUT US I QUESTIONS&ANSWERS 1 PRINTER FRIENDLY I CAREERS y Y You E'"a:w O,<s u I tywr I T'v,1 nsng o 1:X.i L Sn Y/Fn'YBCJ 41pf0VSWHOSCNS[R Sf RY'ARSA:ENrOF REVENVEFNO([311CG'M90R9.R1[PoOIIl9 RESERVED VWe,:epr&/xGm aaW51N:W(9ECRETAPYOF4IATEJ http:!lwww.dor.wa.govtcontentldoingbtisiness(registermybusiness/brd/Default.aspx 8/13/2014 i �� NORTHWEST CASCADE INC . tsW - - POST OFFICE BOX 73399,PUYALLUP,WASHINGTON 98373(TOLL FREE 800-562-4442 i i I i August 14, 2014 i City of Kent 220 4"'Avenue S. Kent, WA 98032-5895 Re: Project Number: 14-3014 SE 2401' Street Slope Stabilization and pavement Restoration Project. Item: 1.4 I, Douglas J. Watt, acting as Business Manager for Northwest Cascade, Inc., do hereby state that Northwest Cascade, Inc. is not and have not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12,065 (3) in the past 3 years. - es Ily Submitted, D 4 g as J att ` Bu ' anager DJW/jp i "I I i 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 9uwi"o 2.2.1 Under what other or former names has your organization operated? 011pr 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: 2.4.11. 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: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which vcur organization's partnership or trade name is filed. Qk)wk)Lm3, -T,�TE 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs ' h its own if�rc:Zes. a-,At- C_-tl)TU-69f�-j i 04L,n6mLLCao 4.2 Claims and Suits. (if the answer to any of the questions below is yes, please attach details.) �11�- 4.2.1 Has your organization ever failed to complete any work awarded to It? SE 24011 St. Slope Stabilization/Lincoln 18 July 29, 2014 Project Number: 14-3014 i 4.2.2 Are there any judgments, claims, arbitration proceedings or suits 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?tj i J 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.) N'U- 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.&t R i4a)) 4.4.1 State total worth of work in progress and under contract: `'jy ,f 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. 0TV K c7D) 4.5.1 State average annual amount of construction work performed during the past five years: jrj�L�.` 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. ilA- YC1 C-0 4.7 On a separate sheet, list your major equipment.j� iS ► S. REFERENCES 5.1 Trade Referencesksee c - 5.2 Bank References: k Gi' F ~ I. itPc C: ftj lv' ' 5.3 Surety: 5.3.1 Name of bonding company: � i� l 5.3.2,�a,jmp and address of agent. ' I Ct (RCS �c iv( , -ttltc�t tti,lk,r3 CI�Lf ( KCwe_n 6. FINANCING 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. SE 240'"St. Slope Stabilization/Lincoln 19 July 29, 2014 Project Number: 14-3014 . I cl rr 0 0 \ CO \ \ \ \ \ CL � to LO § 4 r 2 \ \ ® z o @ , : f s a / a ] « a \ \ m _ 2 / ) \ � w , ° a j ( / { j ( u 0 ) § 3 ! e / a ; { } / { a_ j Z a_ b o 0 0 i I t � $ ] ) 0 } 2 = 2 _ f � } - CL > ) / A ) ; \ \ \ \ \ ) \ \ 0 ) { § } 0 # 2 \ ) \ ] f & o a 3 i i 0 0 o D o o a o 0 0 0 0 0 0 0 0 0 0 0 p t0 O O 10 O O O O (O (O (O � r r 0 i e d' N M d' fD (O W O W W N M O N 6Y N N O m h h N h N h (O h O W M (9 O W M M1 O W y h N t0 h d' N op �O <t w M 19 = M h N M ff� t0 W O co W �' � t(� o? (O o? O m N N of N fp N N N O O L? a «) �' l0 t0 M t0 t0 M tf1 )O It (O t0 M1 O N L? LL) W N d' M 0 m m O D7 M 0 (7 CS M M A O M M ch M N (O N (O O )O (O t0 in (O to (O (O (O t0 l0 O O N N M N N M t0 N M N N N N N C UG Z(y p GO (n G c @ N N a N p H V c c X N=O00 0 (D L U- W m zC .L.@.. o Q (n N t°- -°1, in (@9 m a '-E-i a (D � C7 m d mO O O O d' 'C d' d' d' d' d' d' M d• d' d' d' It O O r r LO d' N N N N h (O (O W h c r o o n o o a 0 0 0 0 o r o o r o 0 0 0 0 iL 0 0 t`0 O O O h N O O a o (n N N O (O M. O W. r W a O o (D O M N I'h N 4 O) h co M (O W (O 4 h O C E O) O .- W V N W W (O W 't V O RU Q co Oi d' 7 O) N 0 M (O M d" m r (0 IN �- N w o d t0 h r O O) N O O O O N W m h W N N W W N d' Cl) M N r N W M N d' M (O r O Lo O r r r O O N @ Y E E E c CcN7 tD v F@ w° O -c> o@ o@ > o@ o@ � f@ E E n c E omm c mmomm mm @ °oU (Dmo (D0 U F m g O Uc ' Om° p @ > w wO O- Oc O ,N -O O 0 0 O O w- O O -O O 40 a o G G G G L G G G G G G 9 0 0 0 G G G z_ K Y W 6 ° ~ > a n @ G m > N p LU .0 Em@ O @ (� O yQ C N z C > @ a) i r o m m a n@ w m E a) a) N 0 U vet o U (n a a Ei a E ° o ++ c (n c ` N O O C O N N N aci 'c c o �- J E a 'S 'n 'S E mw 3 E c y E `° m `p. Y v K m '3'< o E Q y2 c m c CD („ CD E w �m >rn` o U c m °O > 0 tf KcW � c(n @ @ @ c € (° > (o W Q v c a 8 a) @ U = N ° Q M @ w m Q CD (n d m N (D N o { tl`16i ;c-T'lua� CF �12t€ Ic ; KEGr!j}tt .F NORTHWEST CASCADE INC. i Name and Title: Douglas J.Watt,Business Manager Education: B.S./20011 Construction Management/Central Washington University Summary of Experience and Qualifications relevant to the proposed project: i During his 10 year career with Northwest Cascade,Inc.,Mr. Watt has participated as a Project Manager on many temporary/permanent earth retention systems,drilled and grouted deep foundation systems,and large utility/road building projects. He has been responsible for projects ranging in value from$10,000 to j $10,000,000. Mr.Watt has managed projects throughout the West coast of the United States including soldier pile tieback walls,deep utility installation,drilled dani and bridge reinforcing ticdowns,soil nail shoterete retaining walls,and high capacity micropiles for bridge building support. Relevant projects completed within the last five years with this company: Project: 176"`and 14"'Avenue Infiltration Facility Location: Pierce County,WA Client: Pierce County Public Work,,, Description: Construction of a 52,000 CY infiltration pond Project: ALG Phase 2 Force Main Connection Location: Lakewood,WA Client: City of Lakewood Description: Installation of 5600 LF of 8"and 10"force main and appurtenances. Including roadway restoration and traffic control. Project: ALG/Tillicum Sanitary Sewer Upgrade Location: Lakewood,WA Client: City of Lakewood Description: Installation and testing of 40,000+LF of Sewer, Storm and Water improvements. Widening of over 7 miles of roadway. Project: SR516 to Covington Way Location: Covington,WA Client: City of Covington Description: Installation of 20,000+LF of Storm and Water improvements. Constriction of multiple storm water infiltration ponds, Construction of three miles of roadway. Project: Beaver Creek Trestle Repair Location: Pioneer,CA Client: Pacific Gas and Electric Company Description: Rentediation of existing bridge trestle,including design and installation of micropile support system,concrete crack repair,and pre-placed aggregate column jacketing. Project: Beacon URI Barrel Vault Grouting Location: Seattle,WA Client: Obayashi Corporation/Sound Transit Description: Installation of 7,800 LF of grouted barrel vault for excavation support. j Project: SR16—Union to Jackson HOV Location: Tacoma,WA Client: Tri-State Construction J WSDOT Description: Installation of over 8,000SF of permanent soil nail/shotcrete retaining wall for highway expansion. Project: Grays Harbor Community College Location: Aberdeen,WA Client: Absher Construction/Grays Harbor College Description: Design and Installation of over 8,000SF of temporary soil nail/shotcrete excavation support. Project: Going to the Sun Road Location: Glacier,MT Client: Morgan&Oswood Construction/Federal Highway Administration Description: Installation and testing of 31 EA permanent ground anchors and 37EA micropiles. A majority of the work was from hanging baskets along a cliff face. Project: Lake Washington Boulevard Slip Plane Location: Renton,WA Client: City of Renton Description: Installation of 28EA soldier piles in 36"0 drilled shafts. Design,installation,and testing of 28EA permanent ground anchors with design loads of up to 208kip. Project: Portland Art Museum Location: Portland,OR Client: Hoffinan Construction/Portland Art Museum Description: Installation and testing of 46EA tiebacks,56EA soldier piles, 19EA-240kip pin piles, 2EA hand dug underpinning pits,and 4600SF timber lagging. Project: Friday Harbor Ferry Terminal Reconstruction Project Location: Friday Harbor,WA Client: Hurlen Construction/Washington State Dept. of Ferries Description: Installation and testing of 25EA, VO micropiles for ferry terminal improvements. Project: Swan Lake to Lake Tyee Interne Location: Tongass National Forest,AK '..... Client: Four Dam Pools Description: Installation and testing of over 2,200EA micropiles for power line foundations. All work was accessed by helicopters. Project: Portland Center Stage Armory Location: Portland,OR Client: Hoffman Construction Description: Design,installation,and testing of75 permanent tiebacks with design loads of up to 180kip. htstallation of 67 EA soldier piles in drill shafts and installation of I O,OOOSF of shotcrete lagging. Project: Issaquah Barkley Emergency Grouting Location: Issaquah,WA Client: United States Dept. of the Interior,Office of Surface Mining Description: Permeation grouting of abandoned mine shafts. Project: Tolt Penstock Footing Upgrade Location: Cedar River Watershed,WA Client: City of Seattle Description: Design,installation,and testing of ground anchors and micropiles for stabilization of an existing penstock footing. Project: 15t'Avenue Sight Distance Improvement Location: Puyallup,WA Client: City of Puyallup Description: Road lowering project consisting of 75EA soldier piles placed in drilled shafts and 35EA permanent tiebacks. Over IO,000CY of dirt was excavated and removed and new deep utilities were installed. Project: Issaquah Sunrise Grouting Location: Issaquah,WA Client: United States Dept. of the Interior,Office of Surface Mining Description: Compaction grouting of sinkholes caused by abandoned mine shafts Project: Slraw Island Ferry Terminal Slip Reconstruction Location: San Juan Islands,WA Client: ACC-Ilmlen Construction 1 Washington State Ferries I WSDOT Description: Installation and testing of 18 EA,high capacity micropiles,22 EA,200-420 kip,rock anchors,and 17 wingwall dowels. Construction took place over the water while ferries were in operation. Project: Golden Gate Bridge South Abutment Location: San Francisco,CA Client: Shimmick(Obayashi JV Description: hrstallation and testing of temporary tiedown anchors for bridge repair. Project: Rock Island Slopes Stage 2—Soil Nail Wall Location: Wenatchee,WA Client: Searcella Bros.,Inc.1 WSDOT Description: Installation of 11,000 SF of soil nail wall with shotcrete facing. Project: 100 Grant Street Project Location: San Francisco,CA Client: Fine Line Cn oup,Inc.1100 Grant Street LLC Description: htstallation of 64 micropiles,with design loads of 210 kip in low overhead conditions to stabilize historic building. Project: Richmond-San Rafael Bridge Location: Richmond,CA Client: AGRA Foundations,Inc./CALTRANS Description: Installation and testing of 282 micropiles with design loads ranging from 100-250 kips for bridge footing seismic retrofit. i Project: East Valley Lateral Location: Las Vegas,NV Client: Crux Subsurface Description: Incremental grouting of 6,OOO1-F of cored hole ahead of tunnel boring machine I I I I i NORTHWEST CASCADE INC. Name and Title: Michael Kivley,Superintendent Role on this Project: Superintendent Summary of Experience and Qualifications relevant to the proposed project During his position with Northwest Cascade,Inc.,Mr. Kivley has participated as a Superintendent on numerous large utility/road building projects. He was involved with projects ranging in value from approximately$100,000 to$10,000,000. Mr.Kivley has supervised projects throughout Washington state including capital improvement projects,water system improvements, storm drainage facilities,gravity and force main sanitary sewer installation and roadway improvements,and retention systems. Relevant projects completed within the last five years with this company: Project: Water Mahn Replacement MRP 2009-40 Location: Tacoma,WA Client: City of'Iaeoina-Tacoma Water Description: Installation of 4,290+LF of 12", 10",6"and 4"ductile iron water main to replace galvanized water main. Project: B Street Intterceptor Pliase 2 Location: Pierce County Client: Pierce County Public Works Description: Installation of 8,000+LF combination of HDPE and DIP gravity sanitary sewer pipe, including HDPE and concrete manhole with inside drop structures. Pipeline installation approached 30 feet in depth. Project: ALGlTillicum Sanitary Sewer Upgrade Location: Lakewood,WA Client: City of Lakewood Description: Installation and testing of 40,000+LF of Sewer, Storm and Water improvements. Widening of over 7 miles of roadway. Project: ULID#6 Sewer Piping Project Location: North Bend,WA Client: City of North Bend Description: Installation and testing of 60,000+LF of Sewer, Storm and Water improvements. Restoring approximately 10 miles of roadway Project: 841h Ave S Improvements Location: Kent,WA Client: City ofKent Description: Installation of 1500 LF sanitary sewer,2000 LF water main,5000 LF storm drainage, filtering pod with pump station,two additional lanes and 4000 LF curb/gutter and sidewalks. Mike Kivley Resume Pg 1 of 2 I Project: SE 256"Street 1164"Street Roundabout Location: Covington,WA Client: City of Covington Description: Installation of 4500 LF of storm drainage 12"to 36",4000 LF of 16" water main storm water media vaults, 60"retention pipe reconstruction of 6000-t LF of roadway ultra block walls and two lane roundabout. Project: 1481"Ave Bellevue Community College Improvements Location: 148"i Ave Entrance to Bellevue Community College Client: City of Bellevue Description: Installation of signalized intersection rebuild of campus exit off of I-90,including two 22'x80' storm water storage vaults,media vaults,new drainage,curb/gutter,sidewalks and sound barrier. Project: 140"Ave S Improvements Location: 140"Ave S from NE 8"i to SE 16" Client: City of Bellevue Description: Installation of 10,000 LF of storm drainage,26'xl30' underground storage vault, 10,000 LF of sound barrier,curb sidewalks and roadway. Project: Highway 99 Improvements Location: Highway 99 northbound from.SR 518 Client: City of Tukwihr Description: Installation of 1,000 LF of drainage, 175 concrete drainage structures,40 power vaults, 20'to 25' deep super trench for power with up to 100 conduits, 5,800 LF new right lanes, 11,600 LF curb/gutter and 12' wide sidewalks. i it Mike Kivley Resume Pg 2 of 2 i NORTHWEST CASCADE INC. Name and Title: Clint Myers,Project Manager Role on this Project: Project Manager Education: &S.I 2005(Construction Management l Central Washington University Summary of Experience and Qualifications relevant to the proposed project: During his 5 year career with Northwest Cascade,Inc.,Mr. Myers has participated as a Project Manager on many large utility/road building projects. He has been responsible for projects ranging in value from $10,000 to$9,400,000. Mr.Myers has managed projects throughout Western Washington including water system improvements,storm drainage facilities,gravity and force main sanitary sewer installation and roadway improvements. Relevant projects completed within the last five years with this company: Project: GRCC-2010 Water System Improvements Location: Green River Community College Client: Department of General Administration Description: improvement of water system at college Project: Stillwater Coves Wastewater Treatment System Location: Lincoln County, GA Client: Stillwater Coves Description: Design and installation of Large Onsite Septic System Project: U1,11)##6 Sewer Piping Project Location: North Bend,WA Client: City of North Bend Description: Installation and testing of 60,000 r LF of Sewer, Storm and Water improvements. Restoring approximately 10 miles of roadway Project: Military Road Widening Project Location: Pierce County Client: Pierce County Public Works Description: Intersection widening project and construction of embankment fills Project: UP Streetscape Project Location: University Place,WA Client: City of University Place Description: Widening and installation of improvements for University Place's Civic Center Project: South Tacoma Way—S Pine to S 38th Location: Tacoma,WA Client: City of Tacoma Description: Widening and improvement of South Tacoma Way. Including storm, water and concrete improvements Northwest Cascade,Inc. i Name and Title: Robert N.Albornoz,Jr. P.E. Anticipated Role on this Project: Design Engineer Years Experience: 13 Years in Wastewater Engineering Education:B.S./ 1997/Civil Engineering w/emphasis in Enviromnental/University of Washington Active Registration: 1. 2005/P.E./Wasbington/41769 2. 2006/P.E. /Virginia 141717 3. 2006/P.E./Maryland/32971 4. 2007/P.E./Georgia/31795 5. 2007/P.E./North Carolina/32818 6. 2007/P.E./Idaho 113027 Summary of Experience and Qualifications relevant to the proposed project: During his 12 year professional career in wastewater engineering, Mr. Albornoz has participated as a project engineer, estimator, technical drawings manager and/or technician on a variety of onsite wastewater treatment designs relating to residential, small community and/or commercial applications. He has been responsible for design/build projects ranging in value from $25,000 to $3,000,000. Mr. Albornoz has designed or been directly involved with specialty wastewater treatment projects across the United States including S.T.E.P. collection,gravity sewer collection, Nibbler pretreatment systems, Bioclere treatment systems, decentralized sewer treatment applications, detention ponds, UV disinfection, recirculation gravel filters, mound systems and dispersal techniques such as spray irrigation,drywelWseepage pits,pressure distribution and drip disposal. Design Engineer/Northwest Cascade,Inc. Relevant jobs completed Project: Fox Glen Subdivision Location: Fluvanm County,VA Client: Souther Development./Church Hill Homes Description: Central community treatment system for 25 acre,25 home subdivision,design flows: 7,500 GPD Project: Stillwater Coves Location: Lincohrton,GA Client: Clark Hill Lake LLC Description: Central treatment system for 376 residences and clubhouse,design flows: 116,000 GPD Project: The Legacy Location: Mt Airy,MD Client: Skirven Enterprises j Description: Onsite treatment system for 21 residential lots,designed to treat 6,750 GPD Project: Rivanna Crossing Location: Fluvanna County,VA Client: Rivanna Properties II LLC Description: Onsite treatment system for 37 home subdivision,design flows: 11,100 GPD Project: Gilfield Church Community Development Location: Charles City,VA Client: Charles City County I Description: Onsite treatment system and drip dispersal for 25 homes,design flows: 7,500 GPD Project: Mabry Mill Wastewater Treatment Location: Floyd County,VA Client: DOI,NPS Blue Ridge Parkway Description: Wastewater improvements for National Park Service,design flows: 2,500 GPD Project: Commerce Bank Location: Arnold,MD Client: Commerce Bank Description: Collection for 4,100 square foot facility with dispersal to a seepage pit. III I I I -2- i i I i I > n o 0 0 0 0 o a o 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o a r c rn '' o 0 0 0 0 o ci ti o 0 0 0 0 0 o d o 0 o d o 0 0 0 0 0 0 0 0 0 0 0 0 0 N N d P O O O O O O O O O O O O O O O O O a O a O O O O O O O O 6 O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ui o � O m � Q Z z O v h W ~Z J W ¢Z¢Z = w Z J z Zw o ¢ O m w S' U z U z z ❑ N W _ na 00 cc W z W ❑{r� J Z Z m m w 2 J `''r T T W LL LL ❑ LL S 6. m C m M N M W m tp W o o Q pZj h r M1 N N 6Si M OMi to N O O O O P h w d' •- V1 O a N m O a1 c� N w m m V 4 J RY Q 2 ❑ S to O (O ❑ m Q Q Q ❑ W m ¢ 6] h N m Q m m m m m m m 0] N U h C V cm0 O M LL2 m ON M N c W h r r (0�9y N M M pp W M m � N N Of N O N M N h (O V M M N V I ' M Q V U ❑ ❑ ❑ M w M " > M m U w F m > c� a w w uwi m m w w w w W t0- N Z h W LMI. LL lMl. Z' W N ee�� X N M M1 M V O LL LL LL � N IML m � �❑�[[ � M �? o M ❑ Y v ? Y S d m 2 x Y Y p N N Y N ❑ x 4 d N O LL LL M '2 IL S S IL LL LL - - - ��� � LL LL LL LL tl IL tL IL lL X P X IL 41 M1 N N ❑ N N �- N �- N N N �- �- � +- m � w U 0 o m h N h o � voi uoi ��[y r � vOi � � voi o h S 2 0 �0O of h � � N uoi h m � ro o ua'� M '}S M N t0 M N N M M M h m h XX W V t0 M M M M N t*t M1 Z U of M `G � ONi IMi. li tMi. U w LL LL rn LL LL W LL LL O V U W f- LL LL LL LL LL LL LL LL M J to E- LL J J J J Z U' I d 2 O O O O x W S O U S ppppYp ❑ z z . z O O mzz w ❑ ❑ K ❑ ❑ w w w w O W w w w U w w w w w w w I p w z a YY O O O0 0 0 O Y OO OOO pw O M M W W m O) W O O O O O O O P O O O) 6) O O Q2 { O2 Cn OI T c9 W W Qi W W N N N N N N N N N N N N N Y Y V wU U U U` a=' K w = fL F w OJ 0 4 m Q 4 4 Q 4 F" z w ZZ z w ~ W w W W W W W ~ (Y> 4 4 z Y fd U z ° w o w w w w w Y U U ❑ 2 M Y w U W m W x O w w w O p w w w w 0 w o w o 0 0 o a = F a w w 0 O w O z w O g 0 ww w w O O tt 0 0 0 0 Q F K a 0 0 w W a W w O LL w I- a a LL LL U w a p w Z = Z U z ❑ W a = p Z w Z U w m I- U p R ❑ F LL w W m F- y ¢ F O Y O p ¢ p Y z g Y Y O O Z F gg W Z W W W W Y W I- W >y W -� a CD 'y a R F .- a 0 CC) a a. 0 - OO u� O OU O O O O a O p � w O G � 6 OO ❑ M O O O O O O O O O O c M M m N M M M M V V V N M M M(] w z z m8ca � U � c> oUU � � � ci � c:� � � � 0 0 a7a E na - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - O O OM W w w w W W W u q W W W w w w w W W f w W K w W w w w w w w W w w w w w W w w W w w 0 0 0 0 O 0 0 W w J w z z z z z z U Z W w z W W W z z z z Z. 0 0 0 0 0 0 0 0 < 0 < 0 0 0 0 0 0 w w w 0 m 0 0 0 w w w 0 w w w 0 x 0= T 0 0 o o y < < > m m I W w Z w w m w W 0 W w w w w < m < < 0 <N N 0 xw N< < x x X 0 W 0 w m 0 w 0 0 W z i o v rn O O O O O O O 4 O O P O O O O O O O O O O O O O O O O O O O O O O O N � •d O O O O O O O O O O P O O O O O O O O O O O O O O O O Q O O O O O O N N_ LL m Q I N III' n y i 0 0 rcqq w ' 30 v o 6 � z m v ❑ N_ (p Z .I N � O r_ d O (O O rn CO CS) � O � 6dI trnD M � W M p N p ry P N0 o ' CQq� U o w w n o X `� V (.'t XM m C9 y � F I m cmv X �n m x X x X ❑ `° � � P 4 Z � `^' N M N N M M x o (n (n U � f!J V U Y cy} p) M U �y � ❑ � ❑ O p V � 7 rn U �p p) N M p � H h m Y�J F LL N N ILLi. taK � � lLLl. LLLI. O in m tLLL o Q ❑ LL LL tLL1 0 d h ❑ U x .`- M m U M y f0 U J fq (!1 W LL 2 J In (�3 V �i UJ M J U (7� ey Sy LL U U Sp ❑ (}Oy5 p p � do -� () }J+h�( B OO rcO ''., M tM1,- � O OM � � � N � o N C M N N N <O M1t0- � � ❑ V � � N dN M p ffl � � N d' a W W W W W W W W W W W W W W W W W w W w w w w w w w w w w m W w w W w w w w W W W w w W W W W W W W W W W W W w w W W W W W W W W W W W W W W W F W W W W W F. W W z ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ S ❑ Q O z O 2 ❑ ❑ q ❑ x ❑ Z Z Z Z Z 2 Z Z Z Z W Z U Z U Z Z U x Z U Z U Z c x x f 2 x tUC UFt x-� x-� x-� x-� S S-� S U/ x S x m S F S S z x x d 0x O O O O O O O O O O 0 0 O O O pO O O O m- M rn O O OI tD N N M M < N N N V N rn M h N h cD tU h h t0 W [O ro t0 i- M A rn rn O O N O2 O O O O O O P N O O O W O O O O O O O O O O O O O r' w m m rn o o rn w N o N 0 ON ON P o 0 N 0 0 0 o rn o 0 o P o 0 0 0 0 0 0 0 o d o Y rn N N N N N N N N N N N N N N N N N N N N N N N W a w K ❑¢ m ❑ U K O o O w O 0 0 ¢ Q 0 0 0 w F w 0 m 0 0 0 a x a x a a o o a a '� m m '� o o °o ° x a o O J O '., v U W m m N J ❑ W m m G ai W � � N I a - h - � t9 M O h !- h M N m c0 W@ 6� O d N O N w z z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 p p p I j I o *6 N m .d o ci o ON o0 o d d d o 0 0 o d o o d o 0 0 0 o d o d d o 0 o d o o d o Q III 1 N 6 Q m E no z � M h m h h o } m m m O O O O O O O O z wa uoi Q d p Vl (� .dp -Ji O O d Q 2 rn m W W W U' g rn rn W 4 3 > 0 3 g o o o a a o oE- g XO _ x rn rn x x U rn H U N Y rn m tW1� J .d, ICI m K x U W W W W U e~a[ Q } Y Y Y Y Q 2 Q O m O g Z z ~ _ C9 V' J U W J J J O O J n. O O W m m 0 z z o o m o c� QQ Q Q Q z Q J z z z o o z w Q U w ¢ G O C x S m 2 w J Y 'S" aY Q x Q Q ¢ J J Q U w Z J J ZZ i0 O O O g �' O w 0 0 0 a �- O O F F t- w w g 7 O m m Z LL LL U 0 m m (n In m Y (n Vl M LL LL M O m tT rnM O m m rn rn rn m m m m rn rn rn m m o 0 a�i o 0 o w m � m h. o m m m rn rn m rn rn a o� m rn rn m m rn �o� tov w w 0 O O a Jy O Z d FFmV K w Z dM 0 0 < O O Q4 ZtNl UV F8 Z VUWO 2 p UOO W W iz m aG W aWj aUw w w w w N a w w w w ftii WFW2 U U Q d y W d d v X O Z 'Q Q o O d 0 0 0 0 0 z W O 0 0 0 0 0 0 0 0 o U OO 0 0 0 '4 O O J O W m 'SLL "} 2 2 C � d m V Q N O V V U> VJ M m M m W m O N V W Z z o M O Y Y Y g g g �. 0 0 0 0 E w — — — — — — — — - - — — — — — — — — — — — — — — — — — — — — — - — — O O O NO w w Z w m 0 x 0 0 w 0 0 w w w w z z wU w cc w z z W W W W W < W W W :< <2 w 3: 0 0 z w w w z z m 0 0 w 0 0 w 0 0 0 w T m T T o m b m m 0 w w 0 < < w w o o w w w w w w 0 0 0 � � �j 0 0 Q I- < 0 0 < w 0 0 < § w w � X < w m w w W , 0 , w w w w I w w w Lb Z Z Z z di r h � W W w w z z m < z � z z w Z m w Z w 0 < < 0 0 0 0 0 0 0 w < 0 w w x W D D W ',2 mQ2 wzN N N N N 2i w w Rd — — — - — — — — — — — — — — — — — — — — — — — — — — - — Z Z zo 2 rq w (D m N 0 0 0 0 G F 0 0 12 v mz w x z 0 D w w 0 z Z 0 D 0 0 < 0 < q� LU 0 0 x 0 o Y w � :2 2 z m CW) c () � 0 0 0 w w 0 < Z D 2 w 0 v 0 x WM o<w ❑ - W R z < Z 0 2 QQ 0 w z x 0 0 < w < o n D < 0 � 0 w 0 0 0 0 0 0 0 x w W w w w 0 < z z m x 0 w w w (D 2 8 w 0 0 w 0 0 w :E E 0 w 0 0 0 z m w w w w w z < > 7�E 0 0 � w 0 w FL 0 o 0 w 0 0 0 6 z D z z 0 Ft Z :E W w 0 0 0 m z 0 w w z w 0 w < < < 0 2 M P p P P p p p p p I i a h a z o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 � O O a � 0 1 rn U a � I `o o � np KW m` u av a o d z X D O M (D M1 ltI h O h h M N N O N O O .J 47 O� Q� 01 N N O O C O O m O O of O � W OJ M M W W W W O N VN M y N N N N M c� M X g M X N N Obi N p uJ M M N z z 5¢ Q Q ry M p J J W E4 W W W W N O < w a 6 U w m O F v Y 4 4 Q 0 WW W w g w 0 0 'Q O O D U U O U e K q ~ gy m�{{ Q mQ m q mq� Q: z d S U U < O F [!1 ¢ d a rA 4 d N m M M M ro < M w m N M m o m m N N a o 0 0 0 0 0 0 0 0 0 0 o m o 0 Y ON N N ON N N N (OV N N N N N N N ON O K W J p tt tt h O p C .1 X m m o x m m W m m z ¢ W W W W =� W W W 0 0 0 U' F 2 g W w W W ¢ ¢ 'S 0 4 ¢ 4 ¢ w w O z Z N ✓� U U U w N N z (O W W g W w W W g W W y q N J p i D � � � m F � n Q 4 � TG > m m UJ F h G O w m 'j U M *Y ItJ (O N V M t0 N V l0 O N t0 h M (D V w z i NORTHWEST CASCADE INC . ;. POST OFFICE BOX 73399, PUYALLUP,WASHINGTON 98373 /TOLL FREE 800-562-4442 I I 07/25/13 Valley Construction Supply P O Box 1179 Milton, WA 98354 Fax: 206-343-5840 Credit Department: We hereby request an open account with your company under the name of Northwest Cascade, Inc. We submit the following information for your review and investigation: Bank: Wells Fargo Bank 1201 Pacific Ave Tacoma, WA 98402 Contact: Michelle Newman PHONE 253-593-5780 FAX 253-593-5215 Insurance Broker: Max Hanley Propel Insurance P. O. Box 11205 Tacoma, WA 98411 PHONE 253.759.2200 FAX 253.752.8659 U.B.I. Number: C278-049-149 Contractor's License Number: NORTHC1148BG Federal I.D. Number: 91-0826936 Employment Security: (Worker's Comp): 307161 References: Randles Sand and Gravel Inc. 19209 Canyon Rd. E. Puyallup, WA 98375-2310 PHONE 253.857.5850 FAX 253.857.6329 Williams Oil Filter Shope Enterprises, Inc Service Co. 1618 E Main Ave 1247 Puyallup Ave Puyallup, Wa 98372 Tacoma, Wa 98421 PHONE 263.627.8163 PHONE 253.848.1551 FAX 253.627.8232 FAX 253,864.6172 Continue Request for Credit Account Page 2 Owner/Officers: Mark R. Perry, CEO/Acting Treasurer Chairman of the Board 512 S Wilton Rd Tacoma, WA 98465 Marty Diklich, President 2502 32ND Ave S Seattle, Wa 98144 Stephen R. Barger, Vice President 2704 Garfield Road Tacoma, WA 98403 Greg A. Potts, C.F.O. 17916 106`h Street East Bonney Lake, WA 98391 Northwest Cascade, Inc. performs the following services: underground utility contractor, manufacturer of concrete products (septic tanks), portable restroom service, septage pumping, drain cleaning, industrial pumping, geotechnological services, and manufacturing of on-site pretreatment systems. We operate under the following names: Honey Buckets@, NCS, Flohawks@ and Flotronix. We would appreciate the account being established under the name of Northwest Cascade, Inc. Our Dun & Bradstreet number is 02-969-5053. If any additional information is needed, please advise. It is our policy to pay by the tenth of each month all properly prepared invoices received by the end of the preceding month. Our employees have been instructed to provide their name and a job number or equipment number when placing an order. In turn, we request our suppliers to include that required information on their invoices or statement. Our assurance to you of timely payment depends upon your invoice being complete, correct and in our possession long enough to permit approval by appropriate individuals. Invoices without the required information will not be processed for payment until that information is supplied. For assistance, please call me at 253.848.2371. Sincerely, Greg Potts C.F.O i 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: .�i lu-Jef-� Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; fT�l}tiYfU � 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 vyalues, earned surplus and retained earnings).(5, j ie RfTAU4 i?) 6.1.2 Name and address of firm preparing atached fi ancial statement, and date thereof: ,ItT 1 j5f1�Y>d^fSt`;`• 0� p�=w,RLC- -( P1l 6.1.3 Is the attached financial statement for the identical organization named on page one? j2Gj 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? it 7. SIGNATURE T 7.1 Dated at this Jr � day of A4,y-.)t 2014. Name of Organization: riK' A :�- � " By: C �,s LIDkk Title:: 7.2 ft m-a jk�ffv , 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 I day of ( r 2014. Notary Public: -- My Commission Expires:, . 22- I Sunda Johnson— Notary Public State of Washington SE 2401"St. Slope Stabilization/Lincoln 20 July 29, 2014 Project Number: 14-3014 My COMM. Expires 11f p y*,y 7 Ii i CNW NORTHWEST CASCADEINC and Affiliates Consolidated Financial Statements and Supplementary Information Years Ended September 30, 2013 and 2012 i f CONTENTS Independent Auditors'Report 1 ' Financial Statements: Consolidated Balance Sheets 2 Consolidated Statements of Operations 3 Consolidated Statement of Changes in Stockholders'Equity 4 Consolidated Statements of Cash Flows 5 Notes to Consolidated Financial Statements 6-30 Supplementary Information: Unconsolidated Balance Sheets 31 Unconsolidated Statements of Income and Changes in Retained Earnings 32 Consolidated Detail of Gross Profit 33 34 j Schedule of Major Construction Contracts in Progress Schedule of Major Contract Backlog 35 Schedule of Major Completed Construction Contracts 36 Schedule of Change in Gross Profit on Prior Year's Major Contracts in Progress 37 Consolidated Detail of General and Administrative Expense 36 Schedule of Aged Accounts Receivable 38 Consolidating Balance Sheets-Assets 40 Consolidating Balance Sheets-Liabilities and Stockholders', Partners'and Members'Equity 41 Consolidating Statements of Operations 42 jr THE SUTnR GROUP SUMR, KRYSTAD &ROSENFELD, PLLC Cortifiod Public Accountants i THE SUITOR GROUP INDEPENDENT AUDITORS'REPORT SV)TOR, KRl t7TAD CC i10r7151'4t'L'LD, PLLC Cortifiod Public Accountants ry Board of Directors Northwest Cascade,me. Puyallup,Washington li We have audited the accompanying financial statements of Northwest Cascade, Inc, (a Washington State corporation);its subsidiary,Cascade Management Systems, Inc.;and its affiliates,Cascade Honey B, td.C;NWC #6 (a partnership); and 67'a Street L1C, which comprise the consolidated balance sheets as of September 30, 2013 and 2012,and the related consolidated statements of operations,changes in stockholders'equity and cash flows for the years then ended,and the related notes to the financial statements. I Managements Responsibility for the Financial Statements Management is responsible for the preparation and fair presentation of these financial statements in accordance with accounting principles generally accepted In the United States of America; this Includes the design, Implementation, and maintenance of Internal control relevant to the preparation end fair presentation of financial statements that are free from material misstatement,whether due to fraud or error, Auditor's Responsibility Our responsibility is to express an opinion on these financial statements based on our audit.We conducted our audit In accordance with auditing standards generally accepted in the United States of America.Those standards require that we plan and perform the audit to obtain reasonable assurance about whether the financial statements are free from material misstatement. An audit involves performing procedures to obtain audit evidence about the amounts and disclosures in the financial statements.The procedures selected depend on the auditor's judgment,including the assessment of the risks of material misstatement of the financial statements, whether due to fraud or error. In making those risk assessments,the auditor considers internal control relevant to the entlly's preparation and fair presentation of the financial statements in order to design audit procedures that are appropriate In the circumstances,but not for the purpose of expressing an opinion on the effectiveness of the entity's internal control.Accordingly,we express no such opinion. An audit also includes evaluating the appropriateness of accounting policies used and the reasonableness of significant accounting estimates made by management, as well as evaluating the overall presentation of the financial statements. We believe that the audit evidence we have obtained Is sufficient and appropriate to provide a basis for our audit opinion. Opinion In our opinion,the consolidated financial statements referred to above present fairly, in all material respects,the financial position of Northwest Cascade, Inc. and its subsidiary and affiliates as of September 30,2013 and 2012, and the results of their operations and cash flows for the year then ended in accordance with accounting principles generally accepted in the United States of America. j I Report on Supplementary Information I I Our audit was conducted for the purpose of forming an opinion on the financial statements as a whole, The supplementary schedules on pages 31 to 42 are presented for purposes of additional analysis and are not a required part of the flnancial statements. Such Information Is the responsibility of management and was derived from and relates directly to the underlying accounting and other records used to prepare the financial statements. The information has been subjected to the auditing procedures applied in the audit of the financial statements and j '..... certain additional procedures, including comparing and reconciling such information directly to the underlying accounting and other records used to prepare the financial statements or to the financial statements themselves, and other additional procedures in accordance with auditing standards generally accepted in the United States of America. In our opinion,the Information Is fairly stated in all material respects in relation to the financial statements '..... as a whole. Certified Public Accountants Bellevue,Washington December 27,2013 355 118TH Avenue SH,Suite 200 • Bellevue,WA 98005 • Telephone:425-990-I600 • Fax:425-990.1601 www sutorgs uo eom i i it Northwest Cascade, Inc. and Affiliates Consolidated Balance Sheets Assets September30, 2013 2012 Current Assetsi '.. Cash and cash equivalents(Note B) $ 308,556 $ 165,643 Accounts receivable,inducing retention of$771,564 in 2013 and$732,157 in 2012,less ',.. allowance for doubdul accounts of$160,390 in 2013 and$680,391 in 2012(Nate of 8,090,014 8,332,307 Costs and estimated earnings in excess of billings on major contracts in progress(Note C) 595,163 1,636,261 Accrued coaled contract receivables(Note C) 626,142 776,282 Inventory(Note D) 374,716 400,088 Carom portion of real estate development In progress(Note R) 2,711,404 2,819,164 Amounts due from related donna and non-consolidated affiliates(Nola E) 76,218 Cash surrender value of life insurance(Note L) 161,759 91,530 Real estate held for resale,net of valuation allowance(Note G) 1,889,231 Oeferred tax asset(Nate N) 334,400 Other current assets(Note G) 3731100 227668 Total Current Assets 14,450,668 16,237,144 Amounts due from related parties and non-cbnsolidaled affiliates,net of current notion(Note E) 481,040 3,668,880 Real estate development in progress,net of current pardon(Note R).' 2,667,128 2,485,902 Property and equipment,at cost,not of accumulated depredation(Note F) 13,785,280 11,056,550 Land,buildings and leasehold improvements,at cast,less accumulated daprechdion and an wdzetion(Note F) 14.266.870 12,155,540 Intangible assets,at cost,net of accumulated amortization and impairment reserves(Note H) 1,630,441 343,454 Other assets,net of allowances(Note Of 677,278 1,117,180 $ 48,337,695 $ 47,663,650 Liabilities and Stockholders'Equity beptember3g, 2013 2012 current Liabilities: Note payable,bank(Note l) it 3,106,876 $ 1,810,111 Accounts payable,trade,including subcontractor retention of$148,852 In 2013 and $23701)In 2012 4,458,055 6,709,015 Billings In excess of coats and estimated earnings on major contracts in progress(Note C) 2.642 Unearned revenue(Note S) 1.096,058 934,140 Amounts due to related bodies and non-consolidated affiliates(Note E) 106,978 08,166 Accrued payroll,dbectms'tees,bonuses,payroll taxes and union benefi a 1,173,474 1,256,643 Employee benefit plan liability(Note J) 462,602 38%776 Business taxes payable 273,811 303,352 Federal Income taxes payable 936,000 Other accrued expenses and liabilities 106,071 102,581 Bank note payable securing real estate held for resale(Note G and K) 916,000 Current ponies of long-term debt(Nate K) 1,842,989 5,164,869 Total Current Liabilities 13,550,913 16,682,095 Lang-term debt,net of current porton(Note K) 7,275,35B 5,373,762 Due to related parties and non-consolidated affiliates,not of courant poldr,(Note E) 1,056,705 1,228,105 Key employees'deterred compensation(Note M) 526,621 620.889 Deterred tax liability,net of current asset(Note N) 2,297,900 Total Liabilities 24,707,497 23,810,931 Stockholders'Equity: preferred stock(Note T) 10.000,000 Common stock(Note T) 1,33%761 1,220.377 Additional paiddn capital 29,195 29,195 Retained eamings 3,100.095 13,490,256 Non-convoliMg interest 9,1621047 9,312,802 Total$tackholdere'Equity 23,63og98 24,062,719 $ 48,337,595 $ 47,063,650 _2. See accompanying notes to financial statements and independent auditors'report f OO Northwest Cascade, Inc. and Affiliates Consolidated Statements of Operations i Year Ended September 30, 2013 2012 Amount Percent Amount Percent i Earned revenue $ 58,27e865 100.0 % $ 53.$23,888 100.0 94 Cost of earned revenue _ (47,604,968) (81.7) (45,129,239) (83.8) Grose profit 10,671,899 18.3 6,694,649 102 f General and administrative expense (7,634,102) (13.1) (6,947,289) (12.9) Bad debt expense (327,984) (0.6) (114,695) 0.2 Income has,operations 2,709,813 4.6 1,632,765 3.1 Other income and(expense)- Inferest income 27.070 174,361 0.3 Gain from life Insurance(Nate L) 498,191 0.9 Miscellaneous income 124,662 0.2 181,086 0,3 Gain on sate of property and equipment 71,106 0.1 76,369 0.1 Miscellaneous expenses (5,208) (18,259) Deterred compensation(Note M) (37,318) (0.1) Amortization of securities Issuance cost(Note G) (106,726) (0.3) Interest expense(None U) (492,011) (0.8) 1664.985) (019) Total other income and(expense) (461,107) (0.8) 289,425 016 ',.. Income before Income taxes 2,248,706 3.9 1,922,190 3.6 Federal and state income tax expense(Note N)- Current federal and state tax expense (094,644) (1.7) (37,014) (011) Deferred tax benefit 142,260 0.2 Deferred lax adjustment for change kr tax statue (2,105,760) (3.6) Income before nan,controlling Interests (709,338) (1.2) 1,886,176 3.6 Non-controlling Interests in(income)loss from consolidated affiliates 1102,207) (0.2) 162,990 0.3 i Net income(loss) $ (811,645) (1,4j% $ 21068,166 U % i i i , ) S , s I i i i i ) i i i i i -3- See accompanying notes to consolidated financial statements and independent auditors'report I i { . , \ ! ! 4 § R ) § \ 7 7 \ \ / ! ! % § e \ ) \ � - ` IF G � » § E \ - ) ! ; w # z ° ; a 0 ; ! ! Northwest Cascade, Inc, and Affiliates Consolidated Statements of Cash Flows Year Ended September 30, 2013 2012 Cash flows from operating activities: Net income(least $ (811,646) $ 2,068,166 Adjustments to reconcile net Income(loss)to net cash provided by(used in) operating activities- Depreciatlon,amonl2ation and impairment adjustments 3,684,112 3,660,249 Gain on sale or property and equipment (71,106) (76,360) Gain from life insurance (498,191) Increase In cash surrender value of life insurance (70,403) 122,349 Bad debt expense 327984 114,596 Deferred income tax expense 1,963,800 Non-controlling Interests in income from consolidated ergliaies 102,20--1 (182,990) 5,024,749 6,110,809 Change In operating assets and liabilities: (Increase)decrease In assets- Accountsreceivable,net (986,601) (1,350,020) Costs and estimated earnings In excess of billings on major contracts In progress 941,088 813,341 Accrued deluded contract recelvabies - 250,140 (266,440) Inventory 26,352 (67,424) ',.. Real estate development In prepares (273,466) 719,827 Amounts due from replied parties and un-consolidated affiliates 173,499 (13,633) Otherassets 156,171 (376,311) Increase(decrease)In liabilities- Accounts payable,trade (1,250,960) 1,796,647 Billings In excess of costs and saturated earnings on major contracts In progress (2,642) 2,542 Unearned revenue 161,818 (26,647) Amounts due to related parties and unconsolidated affiliates (76,619) 86,166 Accrued payroll,directors'fees,bonuses,payroll taxes and union benefits 182,069) 390,760 Employee benefit plan liability 63,826 (11,477) Business taxes payable (29,641) 77,499 Other accrued expenses and liabilities 938.490 (12,585) Kay employees'deferred compensation (268) (105,136) Net one flows from operating activities(Note Q) 5,033,977 6,733,110 Cash flows from Investing activities(Note Q): Fixed asset purchases and capital improvements (7,603,344) (2,709,363) Proceeds from sale of property and equipment 2,170,622 223,792 i Pdndpte payments from notes receivable 92,968 i Proceeds from life Insurance contracts 033,810 j Net cash flows from Investing activities (5,339,724) (1,851,761) i i Cash flows from financing activities(Note Q): ! Increase in note payable,bank 1,288,864 (2,129,229) Proceeds from long-term debt financing 5,078,245 4,980,302 Principal payments on long-term debt (7,411,629) (7,011,218) Net change in loans against Iif,Insurance 307,627 Principal payments on related part'notes payable (408,641) j Net Increase In advances to stockholder prior to disidbu0ans (384,792) (465,851) Net proceeds from issuance of common and preferred stock 8,865,666 52,718 Common stock measured (16,964) (52,562) Securities issuance cost paid (214,326) Stockholder distributions and dividends paid (6,345,764) (457,767) Net cash Flows from financing activities 448,660 (4,775,980) Not change In cash and cash equivalents 142,913 106,369 Cash and cash equivalents,at beginning of year 165.643 60,274 Consolidated cash and cash equivalents,at end of year if 308,656 $ 165,643 i -5- See accompanying notes to financial statements and independent auditors'report i RESOLUTION OF CORPORATE AUTHORITY OF NORTHWEST CASCADE,INC. Be it resolved that any of the four persons,CEO/Chairman Mark R,Perry,Chief Financial Officer/Secretary/Treasurer Gregory A.Potts,Vice President of Business Development Stephen R,Barber, employee Douglas J,Watt,acting singly,shall be and hereby is authorized and empowered,on behalf of Northwest Cascade,Inc.,to execute contracts,letters,authorizations,commitments,proposals and other documents in the normal course of business relating to the following matters: 1. Contracts for work or materials to be furnished or supplied by the Corporation, Northwest Cascade,Inc. 2. Collection of amounts due for work or materials of Northwest Cascade,Inc, 3. Filing or release of liens,or claims against bonds or retained percentages,for work or materials furnished by Northwest Cascade,Inc. 4. Any and all matters related to any of the above and foregoing. This authority shall remain in effect until revoked by action of the Board of Directors, Dated this 25th day of September 2013. Secr arylTreasurer I certify that this is a true copy of the Resolution dated September 25,2013, Ch irman CE0 Date PROPOSAL SIGNATURE PAGE i i 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 thirty (30) 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. Receipt of Addendum No.'s I , 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: NANIE6F••E}IDDER BY: n r" �— Sig (atu jil `�` u 1A,S .;J. 'i . ;' d�WA 2- (Print Name and Title) (Address , SE 240t"St. Slope Stabilization/Lincoln 21 July 29, 2014 Project Number: 14-3014 i �I BID BOND FORM I KNOW ALL MEN BY THESE PRESENTS: That we, Northwest Cascade Inc as Principal, and Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of FivePercent(5%) ofBidAmount 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 SE 240th Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014 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 14th DAY OF August 2014 Nmthwe t Cascade,Inc. \ t i PRI(�{CIPAE Fidelity and Deposit Company of Maryland SURETY Karen Swanson,Attorney-in-Fact 20 Received return of deposit in the sum of $ SE 240th St. Slope Stabilization/Lincoln 22 July 29,2014 Project Number: 14-3014 i ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY _ KNOW ALL MEN BY THESE PRESENTS:That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland,and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS 0. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint 'Eric A. ZIMMERMAN, James B. 'BINDER, Karen SWANSON, Jennifer SNYDER, Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYON, Jamie DIEMER, Carley ESPIRITU and Mandy KELLNER, all of Tacoma, Washington, EACH its true and lawful agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZIJRICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seats of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 27th day of May,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND SEAL W is 1 let sl ...........* By Assistant Secretary Vice President Eric D.Barnes Thomas O.McClellan j State of Maryland City of Baltimore On this 27th day of May,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly commissioned and qualified,THOMAS O. MCCLELLAN,Vice President,and ERIC D.BARNES,Assistant Secretary,of the Companies-,to are personally(mown to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swom,deposeth anti saith,that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding into mead are the Corporate Seats of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year first above written. "'o i'lr.���q � l to;o' Maria D.Adamski,Notary Public My Con rossion Expires:July 8,2015 POA-F 180-2849C i i EXTRACT FROM BY-LAWS OF THE COMPANIES i "Article V,Section 8,Attorneys-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, recognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND,do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate;and I do finther certify that Article V,Section 8,of the By-Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 1 Sth day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney...Any such Power or any certificate thereof hearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May,1990. RESOLVED: "'That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN ESTIMO Y WHEREOF,I have hereunto subscribed my name and affixed the corporate seals of the said Companies, this day, rI to iaaa toes Js 88AL � Geoffrey Delisio,Vice President 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. SE 240`h Street Slope Stabilization and Pavement Restoration Project Project Number: 14-3014 NAME OF BIDDER`S FIRM SIGNATURE " ORI ED.REPRESENTATIVE OF BIDDER i I i I I i i SE 240°" St. Slope Stabilization/Lincoln 23 July 29, 2014 Project Number: 14-3014 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 $ (incl. Previous 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 SE 240" St. Slope Stabilization/Lincoln 24 July 29, 2014 Project Number: 14-3014 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: SE 2401" St. Slope Stabilization/Lincoln 25 July 24, 2014 Project Number: 14-3014 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 ....................❑ Orderof 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 ...................................................❑ Unit prices are ..correct ........ ............... ....................... .............. -0 Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized..............................................................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5010 of the total bid amount) Combined Declaration Form.................................................................❑ Signature....................................................................................❑ Change Order 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. SE 240`h St. Slope Stabilization/Lincoln 26 July 29, 2014 Project Number: 14-3014 '.. PAYMENT AND PERFORMANCE BOND TO CITY OF KENT , T Bond No. 09168426 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Northwest Cascade, Inc. as Principal, and Fidelity and Deposit Company of Maryland 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 severalty held and firmly bound to the CITY OF KENT in the penal sum of $562676,00 , 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 SE 240i'h Street Slope Stabilization and Pavement Restoration Project/Project Number: 14.3014- (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 provWons.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 shallbe and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seats. 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. SE 240' St. Slope Stabilization/Lincoln 27 July 29,2014 I Project Number: 14-3014 i TWO WITNESSES Northwest Cascade, Inc. PRINCI L (enter principal's name above) BY: t � 3191, L T 4,f-'leClsa) TITLE: f�`t 1 ` DATE: . { 1 1 DATE: 1fI ` Y F r3, CORPORATE SEAL: PRINT NAME DATE: Z I — 2 Ci$4 Fidelity and Deposit Company of Maryland SURETY , CORPORATE SEAL: BY '� - �L��,;--�g,�,-�— DATE: August 20,2014 TITLE: Karen Swanson,Attorney-in-Fact ADDRESS: 800 fifth Avenue, Suite 3800 Seattle,,WA 98104 CERTIFICATE AS TO CORPORATE SEAL hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Northwest Cascade, Inc. 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. I SECRETARY OR ASSISTANT SECRETARY I SE 24&St. Slope Stabilization/Lincoln 28 July 29, 2014 Project Number: 14-3014 ZURICII AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSFC COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:'That the ZURICH AMERICAN INSURANCE COMPANY,a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY,a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by 'THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies,which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof,do hereby nominate, constitute, and appoint Erie A. ZIMMERMAN, James B. BINDER, Karen SWANSON, Jennifer SNYDER, .Julie R. TRUITT, Peggy A. FIRTH, Christopher KINYON, Jamie DIEMER, Carley ESPIRITU and Mandy KELTNER, all of Tacoma, '..... Washington, EACH its no and lawhd agent and Attorney-in-Fact,to make,execute,seal and deliver,for,and on its behalf as surety,and as its act and deed: any and all bonds and undertakings,and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Certainties,as fully and amply,to all intents and purposes,as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York,New York.,the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills,Maryland.,and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland.,in their own proper persons. The said Vice President does hereby certify that the extract act forth on the reverse side hereof is a true copy of Article V,Section 8,of the By-Laws of said Companies,and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND,this 27th day of May,A.D.2014. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND 4 O[Ip5 '0fN3p"1, BEAL 2j _._ re9 teas a9 By. Assistant Secretary Vice President Ft is D.Bat ties Thomas O,McClellan State of Maryland City of Baltimore On this 27th day of May,A.D.2014,before the subscriber,a Notary Public of the State of Maryland,duly conunissioned and qualified,THOMAS O. MCCLELLAN,Vice President,lard ERIC A BARNES,Assistant Secretary, of the Companies,to me personally known to be the individuals and officers described in and who executed the preceding instrument,and acknowledged the execution of same,and being by me duly swoon,deposeth and saith, that he/she is the said officer of the Company aforesaid,and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies,and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed my Official Seal the day and year fast above written. t r4�tlN Maria D.Adamski,Notary Public My Commission Expires:Iuly 8,2015 POA-F 180-2849C i i EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V,Section 8,Attornevs-in-Fact. The Chief Executive Officer,the President,or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attorneys-in-fact with authority to execute bonds, policies, reeognizances, stipulations,undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attorney-in-fact to affix the corporate seal thereto;and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do farther certify that Article V,Section 8,of the By-Laws of the Companies is still in force. I This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney.-Any such Power or any certificate thereof beating such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5tb.day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th flay of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary,or Assistant Secretary of the Company,whether made heretofore or hereafter,wherever appeating upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed. IN TESTIMONX WHEREOF I have hercynto subscribed my name and affixed the corporate seals of the said Companies, this 4Icf day of_ L.t d U--+- 20�. yro or, r�cF.-......,R.w.,• r�°aroW 1 p. rase Geoffrey Delisio,Vice President i CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and { TAd15T"C'fI5( At organized under the laws of the State of t�}�� lA1LT7it��— , located and doing business at JL 4J2'.1b)4k,1Y%iJAk hk4t-, 11 �14) ;p IA Ci 3-77, ("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: SE 240`h Street Slope Stabilization and Pavement Restoration Project/Project Number: 14-3014in 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 2014 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 2014 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 thirty-(30) 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. j I 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. i SE 2401M1 St. Slope Stabilization/Lincoln 29 August 13, 2014 Project Number: 14-3014 i 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, i 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, I Should a court of competentjurisdiction 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, I 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. S. 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. I SE 2401h St. Slope Stabilization/Lincoln 30 July 29, 2014 Project Number: 14-3014 CITY OF KENT SUZETTE COOKE, MAYOR DATE:_' J f AT`T�ES r` f' i t",.. is ' C'n'• .�s/,s' �,;.re%-Gk'� � a' <..�� ' RONALD F. ORE,, ITY CLERK j i APP O D AStARTM4EN9T ORM: j m KENTLAW DEP i CONTRACTOR PRINT NA .. ',% TITLE: DATE: i i SE 240`' St, Slope Stabilization/Lincoln 31 July 29, 2014 Project Number: 14-3014 EXHIBIT CONSTRUCTION J CT 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. C. 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. I 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. I SE 2401"St. Slope Stabilization/Lincoln 32 July 29, 2014 Project Number: 14-3014 i I EXH 1 B 1 T A (Continued) 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. I L. 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:VI I. SE 240'h St. Slope Stabilization/Lincoln 33 July 29, 2014 Project Number: 14-3014 EXH 1 B I A (Continues!) 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. SE 240'"St. Slope Stabilization/Lincoln 34 July 29, 2014 Project Number: 14-3014 pM/��w ® Client#: 12831 NORTCASCI !'9CORDo, CERTIFICATE OF LIABILITY INSURANCE DAT 12212DIYYYYj 08122/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND 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 policy(ies)must be endorsed.If SUBROGATION 18 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 endorsement(s). PRODUCER CONTACT NAME: Debbie Henderson Propel Insurance PHONE 800 499-0933 866.577.1326 Tacoma Commercial Insurance E CA`o,Ent {AIQ No, ADDRESS: drh@propelinsurance.com 1201 Pacific Ave,Suite 1000 - ......_ INSURER{S)AFFORDING COVERAGE NAIC# ' Tacoma,WA 98402 — --- --- INSURER A:National Fire Ins Co of Hartfor INSURER B:Starr lus Lines Insurance C 13604 wsuRE° Northwest oAgoo�Cascade Buckets,Inc; DBA FloHawks INSURER D:AmericanCasualty tCo of Reading _. 20443 __ I Puyallup,WA 98373 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. I�TR TYPE OF INSURANCE NSB WVDR POLICY NUMBER MMIDDNYYY MMIDD�Y LIMITS A GENERALLIABILITY X X 2053866352 1010112013 10101/2014 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea ocartanoa $100000 CLAIMS-MADE ❑X OCCUR MED EXP(Any one person) $5000 X PD Ded:5,000 PERSONAL It AGE INJURY $1 000,000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG S2,000,000 PRO- _._..__..._..._._....._.___— POLICY X JET LOC __ 5 D AUTOMOBILE LIABILITY X X 2053866318 10/0112013 MOV2014 COMBINED SINGLE LIMIT $ e 1 OOO,OOO X ANY AUTO BODILY INJURY(Par parson) S ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Peraccidard S NON OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Peraccoanl $ $ B UMBRELLALIAe X OCCUR X 1000020409 10/0112013 10/0112014 EACH OCCURRENCE _ $5,000,000 ESSLIAB X X EXC CLAIMS-MADE AGGREGATE. $5,000,000. DED I X RETENTIONSO I I $ C WORKERS COMPENSATION 2093635362 10/011201310101/2014X WCST LTU-S OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOWPARTNERIEXECUTNE Y1 N WA Stop Gap EL.EACH ACCIDENT $1 OOO O0O OFFICER/MEMBER EXCLUDED? CN, NIA A (Mandatory In NH) 2099313067 10/01/2013 10/0112014 E.L.DISEASE-EA EMPLOYEE $1,000,000 j If yes,describe under _..___ �EL.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below I C Leased/Rented Eq 2071939959 10/0112013 10/01/201 ' $420K Lmtt$1OOK to Othr Deductbls $2,500 dedl$5k for MTC C Motor Truck Caro 2071939959 10/01/2013 10/01/201 $100k per Veh/$200k Agg DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Project#14.30141 BE 240th Street Slope Stabilization and Pavement Restoration Project. The City of Kent is additional insured per the attached endorsements. l i CERTIFICATE HOLDER CANCELLATION i Cityof Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE £J-:- @ 1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1477572/M1375169 KTR00 This page has been left blank intentionally, i i i Northwest Cascade Inc. G-140331-D CNA 2053866352 (Ed. 01113) BLANKET ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract"per Paragraph A. below.) Locations of Covered Operations (As per the "written contract,"provided the location is within the "coverage territory"of this Coverage Part.) A. Section 11 -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part;and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage,"or"personal and advertising injury"caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the "written contract"; or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the "products-completed operations hazard,"and only if: (1) The "written contract" requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. If the "written contract"specifically requires you to provide additional insurance coverage via the 10101 edition of CG2010 (aka CG 20 10 10 01), or via the 10101 edition of CG2037 (aka CG 20 37 10 01), or via the 11185 edition of CG2010 (aka CG 20 10 11 85), then in paragraph B.1.above, the words'caused in whole or in part j by'are replaced by the words 'arising out of'. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law, b. That required by the"written contract"; c. That described in B.I. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) Page 1 of 2 Copyright,CNA All Rights Reserved. G-140331-D CNA (Ed. 01(13) any other basis. But if required by the "written contract' to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury"arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and (2) Supervisory, inspection, architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or "suit' under this insurance, and of any claim or"suit'that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit; and (4) Tender the defense and indemnity of any claim or"suit'to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the "written contract'requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V— DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The "bodily injury"or"property damage"; or b. The offense that caused the "personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01/13) Page 2 of 2 Copyright,CNA All Rights Reserved. G-18652-J CNA2053B66352 (Ed, 07-12) CONTRACTORS'GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE Coverage is summarized below. For particulars and limitations affecting each coverage, please referto the corresponding policy provisions in the body of this endorsement. 1. Additional insureds Seven additional insured extensions. 2. Bodily Injury—Expanded Definition 3. Broad Knowledge of Occurrence/Notice of Occurrence 4. Broad Named Insured 5. Broadened Liability Coverage For Damage To"Your Product"And"Your Work" Limit:$100,000. 6. Contractual Liability--Railroads Expanded definition of"insured contract." 7. Contractual Liability For Personal And Advertising Injury 8. Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising injury-Discrimination Or Humiliation 10. Expected Or intended Injury Reasonable force—"bodily injury"or"property damage." 11. General Aggregate Limits Of Insurance-Per Project 12. In Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint Ventures/Partnership/Limited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liability/Alienated Premises/Borrowed Equipment Coverage Extended perils. Default limit increased to$500,000 for Damage to Premises Rented To You. $25,000 limit for"property damn e"to borrowed tools or equipment at a obstte. 16. Liberalization Clause 17. Liquor Liability Coverage Extension 18. Medical Payments Limits increased to$15,000. Reporting increased to three years from the date of accident. 19. Non-owned Aircraft Coverage 20. Non-owned Watercraft Increased to 75 feet, 21. Primary And Non-Contributory To Other Insurance 22. Property Damage-Elevators 23. Supplementary Payments Cost of ball bands Increased to$5,000. Daily loss of earnings increased to$1,000. 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation-Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap-Up Extension G-18652-J (Ed.,07-12) Page 1 of 12 Copyright,CNA All flights Reserved. i G-18652-J CNA2053866352 (Ed. 07-12) 1. ADDITIONAL INSURED 2. With respect to the insurance afforded to these additional insureds, this insurance SECTION 11—WHO IS AN INSURED is amended to does not apply to any "occurrence" which include as an insured any person or organization takes place after the equipment lease (called additional Insured)described in paragraphs expires. A. through G. below whom you are required to add as an additional insured on this policy under a D. Lessor•Land written contract or written agreement, provided the An owner or other interest from whom land has written contractor written agreement: been leased by you but only with respect to 1. Is currently in effect or becomes effective liability arising out of the ownership, during the term of this policy; and maintenance or use of that specific part of the land leased to you and subject to the following it. Was executed prior to the "bodily injury," additional exclusions: "property damage" or "personal injury and advertising injury" for which the additional This insurance does not apply to: insured seeks coverage. 1. Any "occurrence" which takes place after However, we will not provide the additional you cease to lease that land; or insured any broader coverage or any higher limit 2. Structural alterations, new construction or of insurance than the least that is: demolition operations performed by or on a. The maximum permitted by law; behalf of such additional insured. b. Required in the written contract or written E. Lessor-Premises agreement; A manager or lessor of premises but only with c. Afforded to you under this policy; or respect to liability arising out of the ownership, d. Described in the applicableparagraphs A. maintenance or use of that specific part of the pp premises leased to you and subject to the through G. below. following additional exclusions: A. Controlling Interest This insurance does not apply to: Any persons or organizations with a controlling 1. Any "occurrence" which takes place after interest in you but only with respect to their you cease to be a tenant in that premises; liability arising out of: or 1. Their financial control of you; or 2. Structural alterations, new construction or 2. Premises they own, maintain or control demolition operations performed by or on while you lease or occupy these premises. behalf of such additional insured. This insurance does not apply to structural F. Mortgagee,Assignee or Receiver alterations, new construction and demolition A mortgagee, assignee or receiver but only with operations performed by or for such additional respect to their liability as mortgagee, assignee, insured, or receiver and arising out of the ownership, B. Co-owner of Insured Promises maintenance, or use of a premises by you. A co-owner of a premises co-awned by you and This insurance does not apply to structural covered under this Insurance but only with alterations, new construction or demolition respect to the co-owner's liability as co-owner of operations performed by or for such additional such premises. insured. C. Lessor-Equipment G. State or Governmental Agency or Subdivision or Political Subdivisions 1. Any person or organization from whom you lease equipment, but only with respect to A state or governmental agency or subdivision liability for"bodily Injury,""property damage" or political subdivision subject to the following or "personal and advertising injury" caused, provisions: in whole or In part, by your maintenance, 1. This insurance applies only with respect to operation or use of equipment leased to you the following hazards for which the state or by such person or organization. governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises G-18652-J (Ed. 07-12) Page 2 of 12 copyright,GNA All Rights Reserved. G-18662-J CNA2053866352 (Ed, 07-12) you own, rent, or control and to which this You must give us or our authorized insurance applies: representative notice of an "occurrence," a. The existence, maintenance, repair, offense, claim, or "suit" only when the construction, erection, or removal of occurrence; offense, claim or "suit' is known advertising signs, awnings, canopies, tO' cellar entrances, coal holes, driveways, (1) You, if you are an Individual; manholes, marquees, hoistaway openings, sidewalk vaults, street (2) A partner, if you are a partnership; banners, or decorations and similar (3) An executive officer or the employee exposures; or designated by you to give such notice, if you b. The construction, erection, or removal are a corporation; or of elevators; or (4) A manager, if you are a limited liability c. The ownership, maintenance or use of company. any elevators covered by this insurance. B. NOTICE OF OCCURRENCE 2. This insurance applies only with respect to Your rights under this Coverage Part will not be operations performed by you or on your prejudiced if you fail to give us notice of an behalf for which the state or governmental "occurrence,"offense, claim or"suit"and that agency or subdivision or political subdivision failure is solely due to your reasonable belief has issued a permit or authorization. that the"bodily injury"or"property damage" is 3. This insurance does not apply to: not covered under this Coverage Part. However; you shall give written notice of this"occurrence," a. "Bodily injury," "property damage" or offense, claim or"suit"to us as soon as you are "personal and advertising injury" arising aware that this insurance may apply to such out of operations performed for the "occurrence,"offense claim or"suit" federal government, state or municipality; or 4. BROAD NAMED INSURED b. "Bodily injury" or "property damage" A. Any subsidiary or affiliate organization, other included within the "products-completed than a partnership, joint venture or limited operations hazard." liability company, in which a Named Insured specifically shown in the Declarations has A governmental permit which requires you to management control, directly or through one or add the governmental entity as an additional more subsidiary organizations, at the time of Insured will trigger this Provision 1.as if the loss will qualify as a Named insured but only if permit were a written contract. there is no other similar insurance available to 2. BODILY INJURY—EXPANDED DEFINITION such organization, nor similar insurance which would be available but for exhaustion of its SECTION V—DEFINITIONS, the definition of limits. For the purpose of this provision, similar "bodily injury"is changed to read: insurance means general liability or equivalent insuranceno matter whether its coverae Is "Bodily injury"means bodily injury, sickness or broader oar, narrower than that provided by this disease sustained by a person, including death, insurance. But if the only other similar insurance humiliation, shock, mental anguish or mental injury is for a "consolidated (wrap-up) program," then by that person at any time which results as a a subsidiary that qualifies as a Named Insured consequence of the bodily injury, sickness or on such project-specific insurance can still disease. qualify as a Named Insured on this insurance, 3. BROAD KNOWLEDGE OF OCCURRENCE/ but not for projects covered by the"consolidated NOTICE OF OCCURRENCE (wrap-up)program." Condition 2.Duties in The Event of Occurrence, [Please see Item 26.C.of this endorsement for Offense,Claim or Suit of SECTION IV— the definition of"consolidated (wrap-up) COMMERCIAL GENERAL LIABILITY program."] CONDITIONS is amended to add the following B. This endorsement does not apply to any provisions: organization for which coverage is excluded by A. BROAD KNOWLEDGE OF OCCURRENCE another endorsement attached to this policy. C. Only for the purpose of this endorsement: G-18652-J (Ed. 07-12) Page 3 of 12 copyright,CNA All Rights Reserved. '... G-18652-J CNA2053866352 (Ed. 07-12) 1. Management control means: 1. Damage to Your Work a. Ownership interest representing more "Property damage"to"your work"arising out of than 50 of the voting, appointment, or it, or any part of it and included in the"products- designation power for the subsidiary completed operations hazard." organization's governing body; or This exclusion does not apply: b. Having the right, pursuant to a written (1) if the damaged work or the work out of contract, or pursuant to the by-laws, which the damage arises was charter, operating agreement, or similar document of a specifically shown performed on your behalf by a Named Insured or controlled subsidiary subcontractor; or organization to select, appoint, or (2) if the cause of loss to the damaged designate a majority of the subsidiary work arises as a result of. organization's governing body. Such contract or document must have been (a) Fire; created prior to the time of loss; or (b) Smoke; c. Having the right, pursuant to a written (c) Collapse; or trust agreement, to protect, control the use of, encumber or transfer and sell (d) Explosion. property held by a trust. B. The following paragraph is added to SECTION 2. Governing body means the Board of III—LIMITS OF INSURANCE: Directors of a corporation. Subject to 5.above, $100,000 is the most we 3. Loss means: will pay under Coverage A for the sum of damages arising out of any one "occurrence" a. The occurring of the "bodily injury" or because of"property damage"to"your product" "property damage"; or and"your work"that Is caused by fire, smoke, b. The committing of the offense that collapse or explosion and is included within the caused the "personal and advertising "product-completed operations hazard." This injury." sublimit does not apply to"property damage"to "your work"if the damaged work or the work out D. The insurance provided by this policy applies to of which the damage arises was performed on Named Insureds when trading under their own your behalf by a subcontractor. names, or under such trading names or doing- business-as (DBA) names as any should C. This Provision 5. Broadened Liability choose to employ. Coverage For Damage To "Your Product' And "Your Work" does not apply if an 5. BROADENED LIABILITY COVERAGE FOR endorsement of the same name is attached to DAMAGE TO "YOUR PRODUCT" AND "YOUR this policy. WORK" 6. CONTRACTUAL LIABILITY—RAILROADS A. Under SECTION 1 — COVERAGE A — BODILY With respect to operations performed within 50 feat INJURY AND PROPERTY DAMAGE of railroad property, the definition of"insured LIABILITY, Paragraph 2. Exclusions is amended to delete exclusions k. and 1. and replace them contract"in SECTION V—DEFINITIONS is with the following: replaced by the following: [This insurance does not apply to:] "Insured Contract" means: k. Damage to Your Product a. A contract for a lease of premises. However, that portion of the contract for a lease of "Property damage"to"your product"arising premises that Indemnifies any person or out of it, or any part of it except when organization for damage by fire to premises caused by or resulting from: while rented to you or temporarily occupied by (1) Fire; you with permission of the owner Is not an "Insured contract"; (2) Smoke; b. A sidetrack agreement; (3) Collapse; or c. Any easement or license agreement; (4) Explosion. G-18652-J (Ed. 07-12) Page 4 of 12 Copyright,CNA All Rights Reserved. i I G-18652-J CNA2053866352 (Ed..07-12) i d. An obligation, as required by ordinance, to Damages arising out of the loss of, loss of use Indemnify a municipality, except in connection of, damage to, corruption of, inability to access, with work for a municipality; or inability to manipulate '"electronic data" that e. An elevator maintenance agreement; does not result from physical injury to tangible property. f. That part of any other contract or agreement However, this exclusion does not apply to pertaining to your business (including an liability for damages because of"bodily injury." Indemnification of a municipality in connection with work performed for a municipality) under B. The following paragraph is added to SECTION which you assume the tort liability of another III—LIMITS OF INSURANCE: party to pay for "bodily injury" or "property Subject to 5.above, $100,000 is the most we damage" to a third person or organization. Tort will pay under Coverage , for all damages liability moans a liability that would be imposed arising out of any one"occurrence"because of by law in the absence of any contract or "property damage"that results from physical agreement. injury to tangible property and arises out of Paragraph f.does not include that part of any "electronic data" contract or agreement: C. The following definition is added to the (1) That indemnifies an architect, engineer or SECTION V— DEFINITIONS: surveyor for injury or damage arising out of: "Electronic data" means information,facts or (a) Preparing, approving or failing to programs stored as or on,created or used on, prepare or approve maps, shop or transmitted to or from computer software drawings, opinions, reports, surveys, (including systems and applications software), field orders, change orders or drawings hard or floppy disks, CD-ROMS, tapes, drives, and specifications; or cells, data processing devices or any other media which are used with electronically (b) Giving directions or instructions, or controlled equipment. failing to give them, if that is the primary cause of the injury or damage; D. For the purposes of the coverage provided by (2) Under which the insured, If an architect, this endorsement, the definition of "property damage engineer or surveyor, assumes liability for in the following: SECTION V — DEFINITIONS is replaced by an injury or damage arising out of the insured's rendering or failure to render 17. "Property damage"means: professional services, including those listed Physical injury to tangible property, in (1) above and supervisory, inspection, a. Including all resulting loss use of that architectural or engineering activities. property. All such loss of use shall be 7. CONTRACTUAL LIABILITY FOR PERSONAL deemed to occur at the time of the AND ADVERTISING INJURY physical Injury that caused it; Under SECTION i—COVERAGE B—PERSONAL b. Loss of use of tangible property that Is AND ADVERTISING INJURY LIABILITY, Paragraph not physically injured. All such loss of 2. Exclusions is amended to delete exclusion e. use shall be deemed to occur at the Contractual Liability, time of the 'occurrence" that caused it; This provision 7.does not apply to any person or or organization who otherwise qualifies as an c. Loss of, loss of use of, damage to, additional insured on this Coverage Part. corruption of, inability to access, or 8. ELECTRONIC DATA LIABILITY inability to properly manipulate "electronic data," resulting from physical A. Under SECTION 1 — COVERAGE A — BODILY injury to tangible property. All such loss INJURY AND PROPERTY DAMAGE, of "electronic data" shall be deemed to Paragraph 2. Exclusions is amended to delete occur at the time of the 'occurrence" exclusion p. Electronic Data and replace it with that caused it. the following: For the purposes of this insurance, [This insurance does not apply to:] "electronic data" is not tangible property. p. Electronic Data E. if Electronic Data Liability is provided at a higher limit by another endorsement attached to this G-18652-J (Ed. 07-12) Page 5 of 12 Cepydght,CNA All Rights Reserved, G-18652-J CNA2063866352 (Ed, 07-12) policy, then the $100,000 limit provided by this intended Injury and replace it with the Provision 8.Electronic Data Liability is part of, following: and not in addition to, that higher limit. [This insurance does not apply to:] 9. EXPANDED PERSONAL AND ADVERTISING a. Expected or Intended Injury INJURY -DISCRIMINATION OR HUMILIATION A. SECTION V—DEFINITIONS Is amended to add "Bodily injury"or"property damage" the following to the definition of "Personal and expected or intended from the standpoint of advertising injury': the insured.This exclusion does not apply to bodily injury or"property damage h. Discrimination or humiliation that results In resulting from the use of reasonable force injury to the feelings or reputation of a to protect persons or property, natural person, but only If such 11. GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE -PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of premises you own or rent, a separate (a) The insured; or Construction Project General Aggregate (b) Any "executive officer," director, Limit, equal to the amount of the General stockholder, partner, member or Aggregate Limit, is the most we will pay for manager(if you are a limited liability the sum of: company)of the insured; and - 1. All damages under Coverage A, except (2) Not directly or indirectly related to the damages because of "bodily injury" or employment, prospective employment, property damage" included in the past employment or termination of hazarprod ";andmpleted operations employment of any person or persons hazard";and by any insured. 2. Ali medical expenses under Coverage B. Under SECTION I — COVERAGE B — C, PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments [This insurance does not apply to:] shall not reduce the General Aggregate Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury"caused by B. All: discrimination directly or indirectly related to 1. Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lease or sub-lease projects involved; j of any room,dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by Fines Or Penalties "occurrences" which cannot be attributed solely to ongoing operations at a single Fines or penalties levied or imposed by a construction project, except damages governmental entity because of because of "bodily injury" or "property discrimination. damage" included in the "products- This provision 9.does not apply to any person completed operations hazard"; and or organization who otherwise qualifies as an 3. Medical expenses under Coverage C . additional insured on this Coverage Part. caused by accidents which cannot be 10. EXPECTED OR INTENDED INJURY attributed solely to ongoing operations at a single construction project, Under SECTION 1—COVERAGE A—BODILY will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G-18652-J (Ed. 07-12) Page 6 of 12 copyright,CNA All Rights Reserved. G-18662-J CNA2063866352 (Ed, 07-12) C. The limits shown in the Declarations for Each (a) "Bodily Injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an"occurrence"; and apply, but will be subject to either the (b) All acts, errors or omissions that Construction Project Aggregate Limit or the are logically connected by any General Aggregate Limit, depending on whether the "occurrence" can be attributed solely to common fact, circumstance, situation, transaction, event, advice i ongoing operations at a particular construction or decision will be considered to project, constitute a single"occurrence"; D. When coverage for liability arising out of the (2) The "bodily injury' occurs during the "products-completed operations hazard" is policy period. All "bodily injury" arising provided, any payments for damages because from an "occurrence"will be deemed to of"bodily injury" or"property damage" included have occurred at the time of the first in the "products-completed operations hazard," act, error, or omission that is part of the regardless of the number of locations involved "occurrence"; and will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, B. With respect only to the Insurance provided by E. If a single construction project away from this Provision 13., Exclusion 2.e. Employer's premises owned by or rented to the insured has Liability of SECTION l — COVERAGE A — been abandoned and then restarted, or if the BODILY INJURY AND PROPERTY DAMAGE, authorized contracting parties deviate from is amended to append the fallowing: plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the some construction project, self Insurance)available to the insured (orwhich F. The provisions of SECTION Ili — LIMITS OF would be available but for exhaustion of its INSURANCE not otherwise modified by this limits), this exclusion does not apply to "bodily endorsement shall continue to apply as Injury"that arises out of a health care incident. stipulated. C. SECTION V—DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: Any action in rem against any vessel owned or "Health care incident" means a negligent act, operated by or for you,or chartered by or for you will error or omission by your employees or be treated in the same manner as though the action "volunteer workers" working on your behalf in were in personam against you, the rendering of or failure to render professional health care services in any of the fallowing In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person, which are said to be in personam, a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE b. Nurse; COVERAGE A. With respect only to "bodily injury" that arises c. Emergency medical technician; out of a "health care incident," COVERAGE A— d. Paramedic; BODILY INJURY AND PROPERTY DAMAGE LIABILITY OF SECTION I — COVERAGES is a. Chiropractor, amended to replace Insuring Agreement f. Dentist; Paragraphs 1.b.(1) and 1.b.(2) with the following: g. Athletic trainer; b. This insurance applies to"bodily injury' only h. Audiologist; if you are not in the business of providing 1. Physical therapist; professional health care services, and only if: J. Psychologist; (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the I. Other allied health professional; or "coverage territory." For the purpose of this insurance: G-18662-J (Ed. 07-12) Page 7 of 12 copyright,CNA All Rights Reserved. G-18652-J CNA2053866352 (Ed. 07-12) m. Provider of first aid or Good Samaritan a. "bodily injury" to a co"volunteer worker" services rendered in an emergency and for while performing duties related to the which no payment is demanded or received. conduct of your business; and D. SECTION i—COVERAGE A—BODILY INJURY b. "bodily injury" to an "employee" while in AND PROPERTY DAMAGE, Paragraph 2. the course of the "employee's" Exclusions is amended to add the following employment by you or while performing additional exclusions. These new exclusions duties related to the conduct of your apply only to this Incidental Health Care business; Malpractice Coverage: when such "bodily injury"arises out of a [This Insurance does not apply to:] "health care incident." Dishonesty or Crime 3. Paragraphs 2.a. (1)(a), (b) and (c) of Any dishonest, criminal or malicious act, error or SECTION 11 — WHO IS AN INSURED do omission. not apply to bodily injury for which insurance is provided this Provision 13. Clinical Trials/Product Testing 4. Paragraph 2.a.(1)(d) of SECTION If—WHO Acts, errors or omissions that occur in the IS AN INSURED is deleted. course of human clinical trials or product G. With respect to the insurance provided by this testing. Provision 13., the following is added to Medicare/Medicaid Fraud Paragraph 4.b.(1) of SECTION IV — Medicare or Medicaid fraud or abuse. COMMERCIAL GENERAL LIABILITY CONDITIONS: Services Excluded by Endorsement To the extent this insurance applies, it is excess Any"health care incident"for which coverage is over any of the other insurance (including excluded by endorsement. qualified self Insurance), whether primary, E. SECTION V—DEFINITIONS is amended to add excess, contingent or on any other basis, except the following subparagraph to Para rah f. of for insurance purchased specifically by you to gParagraph be excess of this policy. the definition of"Insured contract": Paragraph f. does not Include that art of an 14. JOINT VENTURES / PARTNERSHIP / LIMITED p y LIABILITY COMPANIES contract or agreement 4 Under which you assume anther's tort A. The following is added to SECTION II — WHO ( ) IS AN INSURED: liability for "bodily injury" arising out of the rendering of or failure to render professional 4. You are an insured when you had an health care services. interest in a joint venture, partnership or F. SECTION II — WHO IS AN INSURED is limited liability company which terminated or ended prior to or during this policy period, amended to add the following provisions: but only to the extent of your interest in such 1. Your"employees" are insureds with respect joint venture, partnership or limited liability to: company.This coverage does not apply: a. "bodily injury" to a co"employee" while a. Prior to the termination date of any joint in the course of the co-"employee's" venture, partnership or limited liability employment by you or while performing company; duties related to the conduct of your b. If there is other valid and collectible business; and insurance purchased specifically to It. "bodily injury" to a "volunteer worker" insure the partnership, joint venture or while performing duties related to the limited liability company; or conduct of your business; c. To a joint venture, partnership or limited when such"bodily injury"arises out of a liability company which Is or was "health care incident." insured under a"consolidated (wrap-up) 2. Your "volunteer workers" are insureds with insurance program." respect to: G-18652-J (Ed. 07-12) Page 8 of 12 Copyright,CNA All Rights Reserved. G-18652-J CNA2053866352 (Ed. 07-12) [Please see Item 26.C. of this endorsement Paragraphs(1), (3) and (4) of this exclusion for the definition of "consolidated (wrap-up) do not apply to "property damage" (other program"] than damage by fire) to premises rented to B. The last paragraph of SECTION II — WHO IS you or temporarily occupied by you with the AN INSURED is deleted and replaced by the permission of the owner, or to the contents following: of premises rented to you for a period of 7 or fewer consecutive days. A separate limit Except as provided under the Contractors' of insurance applies to Damage To General Liability Extension Endorsement or by Premises Rented To You as described in the attachment of another endorsement(if any), SECTION III—LIMITS OF INSURANCE. no person or organization Is an insured with Paragraphs (3), (4), (5) and (6) of this respect to the conduct of any current or past exclusion do not apply to liability assumed partnership, joint venture or limited liability under a sidetrack agreement. company that is not shown as a Named Insured In the Declarations, Paragraph (6) of this exclusion does not 15. LEGAL LIABI�ITYtAL1ENATED PREMISES! apply to "property damage" included in the BORROWED EQUIPMENT "products-completed operations hazard." A. Under SECTION I — COVERAGE A — BODILY B. Under SECTION 1 — COVERAGE A — BODILY DAMAGE, INJURY AND PROPERTY DAMAGE the last INJURY AND PROPERTY D delete paragraph of Paragraph 2. Exclusions is deleted Paragraph 2. Exclusions is amended A exclusion j. Damage to Property in its entirety and replaced by the following, and replace it with the following: Exclusions c. through n. do not apply to [This Insurance dons not apply to:] damage by fire to premises while rented to you or temporarily occupied by you with permission j. Damage to Property of the owner nor to the contents of premises a dams e"to: rented to you for a period of 7 or fewer "Property rty g consecutive days. (1) Property you awn, rent,or occupy; A separate limit of insurance applies to this (2) Premises you sell, give away or coverage as described in SECTION ill—LIMITS abandon, If the "property damage" OF INSURANCE, arises out of any part of those C. The following paragraph Is added to SECTION premises; ill—LIMITS OF INSURANCE: (3) Property loaned to you; Subject to 5. above, $26,000 is the most we will (4) Personal property in the care, custody pay under Coverage A for damages arising out or control of the insured; of any one "occurrence" because of "property damage"to tools or equipment loaned to you by (5) That particular part of real property on others that occurs while the equipment is being which you or any contractors or used to perform operations. subcontractors working directly or indirectly on your behalf are performing D. Paragraph 6. Damage To Premises Rented To operations, if the "property damage" You Limit of SECTION Ili — LIMITS OF arises out of those operations; or INSURANCE Is replaced by the following: (6) That particular part of any property that 6. Subject to Paragraph 5. above, (the Each must be restored, repaired or replaced Occurrence Limit), the Damage To because "your work" was incorrectly Premises Rented To You Limit is the most performed on it. we will pay under SECTION — 1 -- COVERAGE A for damages because of Paragraph (2) of this exclusion does not "property damage" to any one premises apply if the premises are"your work." while rented to you or temporarily occupied Paragraphs (3) and (4) of this exclusion do by you with the permission of the owner, not apply to "property damage" to tools or including contents of such premises rented equipment loaned to you. A separate limit to you for a period of 7 or fewer consecutive of insurance applies to such tools or days. The Damage To Premises Rented To equipment that are damaged while being You Limit is the greater of. used in your operations, a. $600,000; or G-18652-J (Ed. 07-12) Page g of 12 Copyright,CNA All Rights Reserved. G-18652-J CNA2053866352 (Ed. 07-12) b. The Damage To Premises Rented To This paragraph B. does not apply to medical You Limit shown In the Declarations. expenses incurred in the state of Missouri. E. Paragraph 4.b.(1)(a)(il) of SECTION IV — 19. NON-OWNED AIRCRAFT COMMERCIAL GENERAL LIABILITY Under SECTION I—COVERAGE A—BODILY CONDITIONS is deleted and replaced by the INJURY AND PROPERTY DAMAGE:LIABILITY, following: Paragraph 2. Exclusions is amended such that (H) That is property Insurance for premises exclusion g.Aircraft,Auto or Watercraft does not rented to you, for premises temporarily apply to an aircraft you do not own, provided that: occupied by you with the permission of the 1. The pilot in command holds a currently effective owner; or for personal property of others in certificate issued by the duly constituted your care, custody or control; authority of the United States of America or F. This Provision 15. does not apply if Damage To Canada, designating that person as a Premises Rented To You Liability under commercial or airline transport pilot; SECTION — I — COVERAGE A is excluded by 2. The aircraft is rented to you with a trained, paid endorsement. crew; and 16. LIBERALIZATION CLAUSE 3. The aircraft does not transport persons or cargo If we adopt a change in our forms or rules which for a charge. would broaden coverage for contractors under this 20. NON-OWNED WATERCRAFT endorsement without an additional premium charge, your policy will automatically provide the additional Under SECTION I—COVERAGE A—BODILY coverage as of the date the revision is effective in INJURY AND PROPERTY DAMAGE LIABILITY, your state. Paragraph 2. Exclusions is amended to delete 17. LIQUOR LIABILITY subparagraph(2)of exclusion g.Aircraft,Auto or Watercraft and replace it with the following. Under SECTION I—COVERAGE A—BODILY INJURY AND PROPERTY DAMAGE, Paragraph 2. [This exclusion does not apply to:] Exclusions is amended to delete exclusion c. (2) A watercraft you do not own that is: Liquor Liability. (a) Less than 75 feat long; and This provision 17.does not apply to any person or organization who otherwise qualifies as an (b) Not being used to carry persons or property additional insured on this Coverage Part. for a charge. 18. MEDICAL PAYMENTS 21. PRIMARY AND NON-CONTRIBUTORY TO OTHERINSURANCE A. Paragraph 7. Medical Expense Limit, of With respect to any person or organization that is an SECTION III LIMITS OF INSURANCE is additional insured under this Coverage Part, the deleted and replaced by the following: following is added to Paragraph 4. of SECTION IV— 7. Subject to Paragraph 5. above (the Each COMMERCIAL GENERAL LIABILITY Occurrence Limit), the Medical Expense CONDITIONS: Limit Is the most we will pay under SECTION — i — COVERAGE C for all If you have agreed in writing in a contract or medical expenses because of"bodily injury" agreement that this insurance is primary and non- sustained by any one person. The Medical contributory relative to an additions( insured's own Expense Limit is the greater of: insurance, then this insurance is primary and we will not seek contribution from that other insurance. For (1) $15,000;or the purpose of this Provision 21., the additional (2) The amount Shawn in the Declarations insured's own insurance means Insurance on which for Medical Expense Limit, the additional insured is a Named Insured, B. Paragraph 1.a.(3)(b) of SECTION I — This Provision 21. does not apply In situations where the endorsement on this policy affording COVERAGE C MEDICAL PAYMENTS, is coverage to the additional insured specifies that this replaced by the following: insurance is excess over any other insurance (b) The expenses are incurred and reported to available to that additional insured. us within three years of the date of the accident; and 22 PROPERTY DAMAGE—ELEVATORS G-18652-J (Ed. 07-12) Page 10 of 12 Copyright,CNA All Rights Reserved. G-15652-J CNA2053866352 (Ed. 07-12) ',.... A. Under SECTION I — COVERAGE A — BODILY However, this waiver applies only when you have INJURY AND PROPERTY DAMAGE, agreed in writing to waive such rights of recovery in Paragraph 2. Exclusions is amended such that a contract or agreement, and only if the contract or exclusion k. Damage to Your Product, and agreement: subparagraph (3), (4) and (6) of exclusion j.Damage to Property do not apply "pro 1. is in effect or becomes effective during the term perty damage"that results from the use of elevators. of this policy; and B. With respect only to the coverage provided by 2. Was executed prior to loss. this endorsement, Condition 4. Other 26. WRAP-UP EXTENSION: OWNER CONTROLLED Insurance in SECTION IV — COMMERCIAL INSURANCE PROGRAM, CONTRACTOR GENERAL LIABILITY CONDITIONS is CONTROLLED INSURANCE PROGRAM OR amended to add the following subparagraph CONSOLIDATED (WRAP-UP) INSURANCE b.(1)(a)(v): PROGRAMS 4. Other Insurance Note: The following provision does not apply to any b. Excess Insurance public construction project in the state of Oklahoma, nor to any construction project in the state of (1) This insurance is excess over. Alaska, that is not permitted to be insured under a {a) Any of the other insurance, "consolidated (wrap-up) insurance program" by whether primary, excess, applicable state statute or regulation: contingent or on any other If the endorsement EXCLUSION— basis: CONSTRUCTION WRAP-UP or another exclusionary endorsement pertaining to Owner (v) That Is Property insurance covering property of others Controlled Insurance Programs(O.C.I.P.)or damaged from the use a Contractor Controlled Insurance Programs elevators. (C.C.I.P.) is attached to this policy, then the following changes apply: 23. SUPPLEMENTARY PAYMENTS A. The following wording is added to the A. Under Section I—Supplementary Payments— endorsement Coverages A and B, Paragraph 1.1b.,the limit of With respect to a"consolidated (wrap-up) $250 shown for the cost of bail bonds is insurance program"project in which you are or replaced by$6,000: were involved, this exclusion does not apply to B. In Paragraph IA., the limit of $250 shown for those sums you become legally obligated to pay daily loss of earnings is replaced by$1,000, as damages because of: 24. UNINTENTIONAL FAILURE TO DISCLOSE 1. "Bodily injury," "property damage," or HAZARDS "personal or advertising injury" that occurs you should fail to disclose all during your ongoing operations at the If unintentionally Y project, or during such operations of anyone existing hazards at the inception date of your policy, acting on your behalf; nor we will not deny coverage under this Coverage Part because of such failure. 2. "Bodily injury" or "property damage" 25. WAIVER OF SUBGROGATtON -BLANKET Included within the "products-completed operations hazard" that arises out of those Under SECTION IV—COMMERCIAL GENERAL portions of the project that are not LIABILITY CONDITIONS, The Transfer Of Rights "residential structures," Of Recovery Against Others To Us Condition is B. SECTION IV — COMMERCIAL GENERAL amended by the addition of the following: LIABILITY CONDITIONS is amended to add the We waive any right of recovery we may have following subparagraph 4.b.(1)(c) to Condition against any person or organization because of 4. Other Insurance: payments we make for injury or damage arising out [This insurance is excess over.] Of. 1. Your ongoing operations; or (c) Any of the other insurance whether primary, excess, contingent or any other basis that is 2. "Your work" Included in the"products completed insurance available to you as a result of operations hazard," your being a participant in a "consolidated (wrap-up) insurance program," but only as G-16652-J (Ed. 07-12) Page 11 of 12 Qepydght,CNA All Rights Reserved. G-18652-J CNA 2053866352 (Ed. 07-12) respects your involvement in that residency including but not limited to single or "consolidated (wrap-up) Insurance multifamily housing, apartments,condominiums, program." townhouses,co-operatives or planned unit C. SECTION V—DEFINITIONS is amended to add developments and also includes their common the following definition: areas and/or appurtenant structures(including pools, hot tubs, detached garages, guest "Consolidated(wrap-up) insurance program" houses or any similar structures).When there Is means a construction, erection or demolition no individual ownership of units, residential project for which the prime contractor/project structure does not include military housing, manager or owner of the construction project college/university housing or dormitories, long has secured general liability insurance covering term care facilities, hotels, or motels, some or all of the contractors or subcontractors Residential structure also does not include involved in the project, such as an Owner hospitals or prisons. Controlled Insurance Program (O.C.I.P.)or This provision 26.does not apply to any person Contractor Controlled Insurance Program or organization who otherwise qualifies as an (C.C.I.P.). additional insured on this Coverage Part. "Residential structure"means any structure where 30 or more of the square foot area is used or is intended to be used for human All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy Issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc I G-18652-J (Ed. 67-12) Page 12 of 12 Copyright,CNA All Rights Reserved. i POLICY NUMBER: 2053866318 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANCES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERSCOVERAGFFORM I 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 alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured:Northwest Cascade Inc. Authorized Representative SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION WHICH IS REQUIRED TO BE NAMED AS A RESULT OF A WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will 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 extent that person or organization qualifies as an `insured"under the Who Is Au Insured Provision contained in Section II of the Coverage Form. i I CA 20 48 02 99 Copyright, Insurance Services Office,Inc., 1998 Page I of I This page has been left blank intentionally. POLICY NUMBER: 2063866318 COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE 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 the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Northwest Cascade Inc. Endorsement Effective Date: 10/01/2013 SCHEDULE Name(s)Of Person(s) Or Organization(s): Any person or organization as required by written contract Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. I i i I CA 04 44 03 10 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 i This page has been left blank intentionally. i i ICI i I II i Client#: 12831 NORTCASC1 ACORD,., CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDD YY) 08/2212014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND 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 policy(ies)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 endorsement(s). PRODUCER CONTACT Debbie Henderson Propel Insurance PHONE AIC,No Ezt) g00 499-0933 F'°X 866.577.1326 fJC Na Tacoma Commercial Insurance EMAIL dfh r0 elinsurance.com 1201 Pacific Ave,Suite 1000 AGONIES, @P P INSURER(S)AFFORDING COVERAGE NAIC# i. Tacoma,WA 98402 National Fire Ins Co of Hartfor INSURERA: I INSURED INSURER B:Starr Surplus Lines Insurance C 13604 Northwest Cascade Inc. INSURER C:Continental Casualty Company 20443 ___ DBA: Honey Buckets,Inc; DBA FloHawks INSURER D American Casualty Co of Reading P.O.Box 7399 ----- INSURER E Puyallup,WA 98373 INSURER F: COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR 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. _ -- INSR ADDLSUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MMIDDIYYYY MMLED/YYY, LIMITS A GENERAL LIABILITY X X 2053866352 10/01/2013 10/01/2014 EACH OCCURRENCE $1,000,000 Dq�1gGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES Eeaccurrence} $100,000 CLAIMS-MADE ❑X OCCUR ( MEDEXP(Any one person) $S,ODO ... X PD Ded:5,000 j PERSONAL&ADV INJURY $1 000,000 GENERAL AGGREGATE $2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $2,000,000 POLICY X PE LOC $ D AUTOMOBILE LIABILITY X X 2053866318 10/0112013 10/01/2014 COMBINED $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per sccldenl) $ AUTOS F7AUT X HIRED AUTOS X Z%OWNED PROPERTY DAMAGE $ AUTOS Peraccident $ B —UMBRELLA LIAS X OCCUR X 1000020409 10/0112013 10/01/2014 EACH OCCURRENCE $5 OOO oOO X EXCESS LIAR X CUMM_S-MADE AGGREGATE $5 00O 000 DED I X RETENUON$0 $ C AND EMPSCOMPENSATION I2093635362 101011201310/01/201 X W­CS U7 OTH- AND EMPLOYERS'LIABILITY , ANY PROPRIE(ORIPARTNERIEXECUTIVE MIN I,WA Stop Gap E.L.EACH ACCIDENT S1000A00 OFFICERIMEMBER EXCLUDED? NIA A (Mandatory In NH) 2099313067 10101/2013 10/01/2014 E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,tlescrlbe ondar DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Leased/Rented Eq 12071939959 10/01/2013 10/01/201 $420K Lmt/$10OKt0 Othr Deductbls $2,500 ded/$5k for MTC C Motor Truck Caro 2071939959 10/01/2013 10/01/201 $100k erVehl$200k A DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,AddlNonal Remarks Schedule,if more space is required) RE: Project#14-3014/SE 240th Street Slope Stabilization and Pavement Restoration Project. The City of Kent is additional Insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION City of Kent SHOTHEULD ANY EXPIRATTIIONHDATTEVTHEREOF,ENOTICEIES WILL CANCELLED BEFORE LL BE DELIVERED I 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE I f.)--- ©1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S14775721M1375169 KTROO This page has been left blank intentionally, i i I i Northwest Cascade Inc. G-140331-D 2R53866352 (Ed. 01/13) CN BLANKET ADDITIONAL INSURED - OWNERS LESSEES OR CONTRACTORS — WITH PRODUCTS-COMPLETED OPERATIONS COVERAGE It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows: SCHEDULE(OPTIONAL) Name of Additional Insured Persons Or Organizations (As required by"written contract" per Paragraph A. below.) I i Locations of Covered Operations (As per the"written contract," provided the location is within the"coverage territory"of this Coverage Part.) A. Section II -Who Is An Insured is amended to include as an additional insured: 1. Any person or organization whom you are required by "written contract" to add as an additional insured on this Coverage Part;and 2. The particular person or organization, if any, scheduled above. B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage,"or"personal and advertising injury"caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the"written contract";or b. "Your work" that is specified in the "written contract" but only for "bodily injury" or "property damage" included in the"products-completed operations hazard,"and only if: (1) The"written contract"requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. if the "written contract"specifically requires you to provide additional insurance coverage via the 10t01 edition of CG2010 (aka CG 20 10 10 01), or via the 10101 edition of CG2037 (aka CG 20 37 10 01), or via the 11t85 edition of CG2010 (aka CG 20 10 11 85),then in paragraph B.I. above,the words'caused in whole or in part by'are replaced by the words 'arising out of. 3. We will not provide the additional insured any broader coverage or any higher limit of insurance than: a. The maximum permitted by law; b. That required by the"written contract"; c. That described in B.1. above; or d. That afforded to you under this policy, whichever is less. 4. Notwithstanding anything to the contrary in Condition 4. Other Insurance (Section IV), this insurance is excess of all other insurance available to the additional insured whether on a primary, excess, contingent or G-140331-D (Ed. 01/13) Page 1 of 2 Copyright,CNA All Rights Reserved. CNA G1- j (Ed.Ed. 0101t13) I any other basis. But if required by the "written contract" to be primary and non-contributory, this insurance will be primary and non-contributory relative to insurance on which the additional insured is a Named Insured. 5. The insurance provided to the additional insured does not apply to "bodily injury," "property damage," or "personal and advertising injury" arising out of: a. The rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: (1) The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; and (2) Supervisory, inspection,architectural or engineering activities; or b. Any premises or work for which the additional insured is specifically listed as an additional insured on another endorsement attached to this Coverage Part. C. SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: 1. The Duties In The Event of Occurrence, Offense, Claim or Suit condition is amended to add the following additional conditions applicable to the additional insured: An additional insured under this endorsement will as soon as practicable: (1) Give us written notice of an "occurrence" or an offense which may result in a claim or"suit" under this insurance,and of any claim or"suit"that does result; (2) Except as provided in Paragraph B.4. of this endorsement, agree to make available any other insurance the additional insured has for a loss we cover under this Coverage Part; (3) Send us copies of all legal papers received, and otherwise cooperate with us in the investigation, defense, or settlement of the claim or"suit"; and (4) Tender the defense and indemnity of any claim or"suit"to any other insurer or self insurer whose policy or program applies to a loss we cover under this Coverage Part. But if the"written contract"requires this insurance to be primary and non-contributory, this provision (4) does not apply to insurance on which the additional insured is a Named Insured. We have no duty to defend or indemnify an additional insured under this endorsement until we receive from the additional insured written notice of a claim or"suit." D. Only for the purpose of the insurance provided by this endorsement, SECTION V—DEFINITIONS is amended to add the following definition: "Written contract" means a written contract or written agreement that requires you to make a person or organization an additional insured on this Coverage Part, provided the contract or agreement: 1. Is currently in effect or becomes effective during the term of this policy; and 2. Was executed prior to: a. The"bodily injury"or"property damage"; or b. The offense that caused the"personal and advertising injury," for which the additional insured seeks coverage under this Coverage Part. All other terms and conditions of the Policy remain unchanged. I Material used with permission of ISO Properties, Inc. G-140331-D (Ed. 01/13) Page 2 of 2 Copyright,CNA All Rights Reserved. CNA G 2053866352 (Ed,d, 07-1 07-12) CONTRACTORS'GENERAL LIABILITY EXTENSION ENDORSEMENT It is understood and agreed that this endorsement amends the COMMERCIAL GENERAL LIABILITY COVERAGE PART as follows. The changes this endorsement makes do not apply with respect to any coverage that has been excluded or amended by another endorsement attached to this policy. SCHEDULE i Coverage is summarized below. For particulars and limitations affecting each coverage, please refer to the corresponding policy provisions in the body of this endorsement. 1. Additional insureds Seven additional insured extensions. 2. Bodily Injury—Expanded Definition 3. Broad Knowledge of Occurrence/Notice of Occurrence 4. Broad Named Insured S. Broadened Liability Coverage For Damage To"Your Product"And"Your Work" Limit$100,000. 6. Contractual Liability—Railroads Expanded definition of"insured contract." 7. Contractual Liability For Personal And Advertising Injury 6, Electronic Data Liability Loss of Electronic Data Limit: $100,000. 9. Expanded Personal And Advertising Injury-Discrimination Or Humiliation 10, Expected Or Intended Injury Reasonable force—"bodily injury"or"property damage." 11. General Aggregate Limits Of Insurance-Per Project 12. in Rem Actions 13. Incidental Health Care Malpractice Coverage 14. Joint VentureslPartnershipiLimited Liability Companies Coverage for your interest in such terminated or ended organizations. 15. Legal Liability/Alienated Premises/Borrowed Equipment Coverage Extended perils, Default limit increased to$500,000 for Damage to Premises Rented To You. $25,000 limit for"property dams e"to borrowed tools or equipment at a jobsite, 16. Liberalization Clause 17. Liquor Liability Coverage Extension 16. Medical Payments Limits increased to$15,000. Reporting Increased to three years from the date of accident 19. Non-owned Aircraft Coverage 20. Non-owned Watercraft Increased to 75 feet. 21. Primary And Non-Contributory To Other Insurance 22. Property Damage-Elevators 23. Supplementary Payments Cost of ball bonds Increased to$5,000, Daily loss of earnings increased to$1,000. 24. Unintentional Failure To Disclose Hazards 25. Waiver of Subrogation-Blanket Waiver of subrogation where required by written contract or written agreement. 26. Wrap-Up Extension G-18652-J (Ed.,07-12) Page 1 of 12 Copyright,CNA All Rights Reserved. i G-18652-J CHA2053866352 (Ed. 07-12) 1. ADDITIONAL INSURED 2. With respect to the insurance afforded to these additional insureds, this insurance SECTION II—WHO IS AN INSURED is amended to does not apply to any "occurrence" which include as an insured any person or organization takes place after the equipment lease (called additional Insured)described in paragraphs expires. A. through G. below whom you are required to add D. Lessor-Land as an additional insured on this policy under a written contract or written agreement, provided the An owner or other interest from whom land has written contract or written agreement; been leased by you but only with respect to i. Is currently In effect or becomes effective liability arising out of the ownership, during the term of this policy; and maintenance or use of that specific part of the land leased to you and subject to the following ii. Was executed prior to the "bodily Injury," additional exclusions: "property damage" or "personal injury and advertising injury" for which the additional This insurance does not apply to: insured seeks coverage. 1. Any "occurrence" which takes place after However, we will not provide the additional you cease to lease that land; or Insured any broader coverage or any higher limit 2. Structural alterations, new construction or of Insurance than the least that is: demolition operations performed by or on a. The maximum permitted by law; behalf of such additional insured. b. Required In the written contract or written E. Lessor-Premises agreement; A manager or lessor of premises but only with c. Afforded to you under this policy; or respect to liability arising out of the ownership, maintenance or use of that specific part of the d. Described in the applicable paragraphs A. premises leased to you and subject to the through G.below. following additional exclusions: A. Controlling Interest This insurance does not apply to: Any persons or organizations with a controlling 1. Any "occurrence" which takes place after interest In you but only with respect to their you cease to be a tenant in that premises; liability arising out of. or 1. Their financial control of you; or 2. Structural alterations, new construction or 2. Premises they own, maintain or control demolition operations performed by or on while you lease or occupy these premises. behalf of such additional insured. This insurance does not apply to structural F. Mortgagee,Assignee or Receiver alterations, new construction and demolition A mortgagee, assignee or receiver but only with operations performed by or for such additional respect to their liability as mortgagee, assignee, insured. or receiver and arising out of the ownership, B. Co-owner of Insured Premises maintenance, or use of a premises by you. A co-owner of a premises co-owned by you and This insurance does not apply to structural covered under this insurance but only with alterations, new construction or demolition respect to the co-owner's liability as co-owner of operations performed by or for such additional such premises. insured. C. Lessor-Equipment G. State or Governmental Agency or Subdivision or Political Subdivisions 1. Any person or organization from whom you A state or governmental agency or subdivision lease equipment, but only with respect to or political ubdivision subject to the following liability for bodily injury, property damage pg or "personal and advertising Injury" caused, provisions: in whole or in part, by your maintenance, 1. This insurance applies only with respect to operation or use of equipment leased to you the following hazards for which the state or by such person or organization. governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises G-18652-J (Ed. 07-12) Page 2 of 12 Copyright,CNA All Rights Reserved. G-186e2-J zossassaez (Ed. 07-12} CNA you own, rent, or control and to which this You must give us or our authorized Insurance applies: representative notice of an "occurrence," a. The existence, maintenance, re offense, claim, or "suit" only when the pair, .occurrence," offense, claim or "suit" Is known construction, erection, or removal of to: advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, (1) You, if you are an individual; manholes, marquees, hoistaway openings, sidewalk vaults, street (2) A partner, if you are a partnership; banners, or decorations and similar (3) An executive officer or the employee exposures; or designated by you to give such notice, if you b. The construction, erection, or removal are a corporation; or of elevators; or (4) A manager, If you are a limited liability c. The ownership, maintenance or use of company. any elevators covered by this insurance. B. NOTICE OF OCCURRENCE 2. This Insurance applies only with respect to Your rights under this Coverage Part will not be operations performed by you or on your prejudiced if you fail to give us notice of an behalf for which the state or governmental "occurrence,"offense, claim or"suit"and that agency or subdivision or political subdivision failure is solely due to your reasonable belief has issued a permit or authorization. that the"bodily injury"or"property damage" is 3. This Insurance does not apply to: not covered under this Coverage Part. However, you shall give written notice of this"occurrence," a. "Bodily injury' "property damage" or offense, claim or"suit"to us as soon as you are "personal and advertising injury" arising aware that this insurance may apply to such out of operations performed for the "occurrence,"offense claim or"suit." federal government, state or municipality; or 4. BROAD NAMED INSURED b. "Bodily injury" or "property damage" A. Any subsidiary or affiliate organization, other included within the "products-completed than a partnership, joint venture or limited operations hazard." liability company, in which a Named Insured specifically shown In the Declarations has A governmental permit which requires you to management control, directly or through one or add the governmental entity as an additional more subsidiary organizations, at the time of Insured will trigger this Provision 1.as if the loss will qualify as a Named insured but only If permit were a written contract. there is no other similar insurance available to 2. BODILY INJURY—EXPANDED DEFINITION such organization, nor similar insurance which would be available but for exhaustion of its SECTION V—DEFINITIONS, the definition of limits. For the purpose of this provision, similar "bodily Injury"is changed to read: insurance means general liability or equivalent "Bodily injury"means bodily Injury, sickness or insurance, no matter whether its coverage is broader or narrower than that provided by this disease sustained by a person, Including death, insurance. But If the only other similar insurance humiliation, shock, mental anguish mantas injury i by that person at any time which results s for a "consolidated (wrap-up) program," thenits as a a subsidiary that qualifies as a Named Insured consequence of the bodily injury, sickness or on such project-specific insurance can still disease. qualify as a Named Insured on this Insurance, 3. BROAD KNOWLEDGE OF OCCURRENCE/ but not for projects covered by the"consolidated NOTICE OF OCCURRENCE (wrap-up)program." Condition 2.Duties in The Event of Occurrence, [Please see Item 26.C.of this endorsement for Offense,Claim or Suit of SECTION IV— the definition of"consolidated (wrap-up) COMMERCIAL GENERAL LIABILITY program."] CONDITIONS Is amended to add the following B. This endorsement does not apply to an provisions: organization for which coverage Is excluded by A. BROAD KNOWLEDGE OF OCCURRENCE another endorsement attached to this policy. C. Only for the purpose of this endorsement: G-18652-J (Ed. 07-12) Page 3 of 12 Copyright,GNA All Rights Reserved. CNA G 2053856352 (Ed.d. 07-12)07-12} 1. Management control means: I. Damage to Your Work a. Ownership interest representing more "Property damage"to"your work"arising out of than 50 of the voting, appointment, or it, or any part of it and included in the"products- designation power for the subsidiary completed operations hazard." organization's governing body;or This exclusion does not apply: � b. Having the right, pursuant to a written contract, or pursuant to the by-laws, (1) It the damaged work or the work out of charter, operating agreement, or similar which the damage arises was document of a specifically shown performed on your behalf by a Named Insured or controlled subsidiary subcontractor; or organization to select, appoint, or (2) If the cause of loss to the damaged designate a majority of the subsidiary work arises as a result of organization's governing body. Such contract or document must have been (a) Fire; created prior to the time of loss; or (b) Smoke; c. Having the right, pursuant to a written (c) Collapse; or trust agreement, to protect, control the use of, encumber or transfer and sell (d) Explosion. property held by a trust. B. The following paragraph Is added to SECTION 2. Governing body means the Board of III—LIMITS OF INSURANCE: Directors of a corporation. Subject to 5.above, $100,000 is the most we 3. Loss means: will pay under Coverage A for the sum of damages arising out of any one "occurrence" a. The occurring of the "bodily Injury" or because of"property damage"to"your product" "property damage"; or and"your work"that is caused by fire,smoke, b. The committing of the offense that collapse or explosion and is Included within the caused the "personal and advertising "product-completed operations hazard." This Injury." sublimit does not apply to"property damage"to "your work"if the damaged work or the work out D. The insurance provided by this policy applies to of which the damage arises was performed on Named Insureds when trading under their own your behalf by a subcontractor. names, or under such trading names or doing- business-as C. This Provision 5, Broadened Liability choose toa (DBA} names as any should Coverage For Damage To "Your Produc choose to employ. And "Your Work" does not apply if an 5. BROADENED LIABILITY COVERAGE FOR endorsement of the same name is attached to DAMAGE TO "YOUR PRODUCT" AND "YOUR this policy. WORK" 6. CONTRACTUAL LIABILITY—RAILROADS A. Under SECTION I — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE With respect to operations performed within 50 feet LIABILITY, Paragraph 2.Exclusions is amended of railroad property, the definition of"Insured to delete exclusions k. and 1. and replace them contract"in SECTION V—DEFINITIONS is with the following: replaced by the following: (This insurance does not apply to:] "Insured Contract"means: k. Damage to Your Product a. A contract for a lease of premises. However, that portion of the contract for a lease of "Property damage"to"your product"arising premises that indemnifies any person or out of it, or any part of it except when organization for damage by fire to premises caused by or resulting from: while rented to you or temporarily occupied by (1) Fire; you with permission of the owner is not an insured contract'; (2) Smoke; b. A sidetrack agreement; (3) Collapse; or c. Any easement or license agreement; (4) Explosion. G-16652-J (Ed. 07-12) Page 4 of 12 Capydght,CNA All Rights Reserved. G-18652-J Ow"A 2063866352 (Ed. 07-12) d. An obligation, as required by ordinance, to Damages arising out of the loss of, loss of use indemnify a municipality, except in connection of, damage to, corruption of, inability to access, with work for a municipality; or inability to manipulate "electronic data" that e. An elevator maintenance agreement; does not result from physical injury to tangible property. f. That part of any other contract or agreement j However, this exclusion does not apply to i pertaining to your business (including an liability for damages because of"bodily injury." Indemnification of a municipality In connection with work performed for a municipality) under B. The following paragraph is added to SECTION which you assume the tort liability of another III—LIMITS OF INSURANCE: party to pay for "bodily Injury" or "property Subject to S.above,$100,000 is the most we damage" to a third person or organization. Tort liability means a liability that would be Imposed will pay under Coverage A for all damages by law in the absence of any contract or arising out of any one"occurrence"because of agreement. property damage that results from physical injury to tangible property and arises out of Paragraph f.does not include that part of any "electronic data" contract or agreement C. The following definition is added to the (1) That indemnifies an architect, engineer or SECTIONV—DEFINITIONS; surveyor for injury or damage arising out of: "Electronic data"means Information,facts or (a) Preparing, approving or failing to programs stored as or on,created or used on, prepare or approve maps, shop or transmitted to or from computer software drawings, opinions, reports, surveys, (including systems and applications software), field orders, change orders or drawings hard or floppy disks, CD-ROMS, tapes, drives, and specifications; or cells, data processing devices or any other media which are used with electronically (b) Giving directions or instructions, or controlled equipment. failing to give them, if that is the primary cause of the injury or damage; D. For the purposes of the coverage provided by (2) Under which the insured, if an architect, this endorsement, the definition of "property engineer or surveyor, assumes liability for damage" In SECTION V — DEFINITIONS Is an injury or damage arising out of the replaced by the following: Insured's rendering or failure to render 17. "Property damage"means: professional services, including those listed a. Physical injury to tangible property, In (1) above and supervisory, Inspection, including all resulting loss of use of that architectural or engineering activities, property. All such loss of use shall be 7. CONTRACTUAL LIABILITY FOR PERSONAL deemed to occur at the time of the AND ADVERTISING INJURY physical injury that caused it; Under SECTION 1—COVERAGE B—PERSONAL b. Loss of use of tangible property that is AND ADVERTISING INJURY LIABILITY, Paragraph not physically Injured. All such loss of 2. Exclusions is amended to delete exclusion e. use shall be deemed to occur at the Contractual Liability. time of the "occurrence" that caused it; This provision 7.does not apply to any person or or organization who otherwise qualifies as an c. Loss of, loss of use of, damage to, additional insured on this Coverage Part. corruption of, Inability to access, or 8. ELECTRONIC DATA LIABILITY inability to properly manipulate "electronic data," resulting from physical A. Under SECTION I — COVERAGE A — BODILY injury to tangible property. All such toss INJURY AND PROPERTY DAMAGE, of "electronic data" shall be deemed to Paragraph 2. Exclusions Is amended to delete occur at the time of the "occurrence" exclusion p. Electronic Data and replace it with that caused it. the following: For the purposes of this insurance, [This Insurance does not apply to:] "electronic data"is not tangible property. p. Electronic Data E. If Electronic Data Liability Is provided at a higher j limit by another endorsement attached to this ' G-18652-J (Ed. 07-12) Page 5 of 12 Copyright,CNA All Rights Reserved. i G-18652-J 20538s8952 (Ed. 07-12) CNA policy, then the $100,000 limit provided by this intended injury and replace it with the Provision 8. Electronic Data Liability is part of, following: and not in addition to, that higher IimIL [This insurance does not apply to:] 9. EXPANDED PERSONAL AND ADVERTISING INJURY-DISCRIMINATION OR HUMILIATION a, Expected or Intended Injury A. SECTION V—DEFINITIONS is amended to add "Bodily injury"or"property damage" the following to the definition of "Personal and expected or Intended from the standpoint of advertising injury": the insured.This exclusion does not apply to"bodily injury"or"property damage" h. Discrimination or humiliation that results In resulting from the use or reasonable force injury to the feelings or reputation of a to protect persons or property. natural person, but only if such 11. GENERAL AGGREGATE LIMITS OF discrimination or humiliation is: INSURANCE -PER PROJECT (1) Not done intentionally by or at the A. For each construction project away from direction of: premises you own or rent, a separate (a) The insured; or Construction Project General Aggregate (b) Any "executive officer," director, Limit, equal to the amount of the General stockholder, partner, member or Aggregate Limit, is the most we will pay for manager(if you are a limited liability the sum of: company)of the insured; and 1. All damages under Coverage A, except (2) Not directly or indirectly related to the damages because of "bodily injury" or employment, prospective employment, properly damage' Included in the " past employment or termination of products-completed operations employment of any person or persons hazard"; and by any insured. 2. All medical expenses under Coverage B. Under SECTION 1 — COVERAGE B — C' PERSONAL AND ADVERTISING INJURY that arise from "occurrences" or LIABILITY, Paragraph 2. Exclusions Is accidents which can be attributed solely amended to add the following additional to ongoing operations at that exclusions: construction project. Such payments [This insurance does not apply to:] shall not reduce the General Aggregate Limit shown in the Declarations, nor the Discrimination Relating To Room, Construction Project Aggregate Limit of Dwelling or Premises any other construction project. "Personal or advertising injury"caused by B. All: discrimination directly or indirectly related to 1, Damages under Coverage B, regardless of the sale, rental, lease or sub-lease or the number of locations or construction prospective sale, rental, lasso or sub-lease projects involved; of any room, dwelling or premises by or at the direction of any insured. 2. Damages under Coverage A, caused by Fines Or Penalties "occurrences" which cannot be attributed solely to ongoing operations at a single Fines or penalties levied or Imposed by a construction project, except damages governmental entity because of because of "bodily Injury' or "property discrimination. damage" included in the "products- This provision 9.does not apply to any person completed operations hazard";and or organization who otherwise qualifies as an 3. Medical expenses under Coverage C additional Insured on this Coverage Part. caused by accidents which cannot be 10. EXPECTED OR INTENDED INJURY attributed solely to ongoing operations at a single construction project, Under SECTION I—COVERAGE A—BODILY will reduce the General Aggregate Limit shown INJURY AND PROPERTY DAMAGE in the Declarations. LIABILITY, Paragraph 2. Exclusions is amended to delete exclusion a. Expected or G-18652-J (Ed. 07-12) Page 6 of 12 Copyright,CNA All Rights Reserved. G-18652-J 2053866352 (Ed. 07-12) CNA C. The limits shown in the Declarations for Each (a) "Bodily injury" caused by a "health Occurrence, for Damage To Premises Rented care incident" will be considered To You and for Medical Expense continue to caused by an"occurrence"; and apply, but will be subject to either the (b) All acts, errors or omissions that Construction Project Aggregate Limit or the General Aggregate Limit, depending on whether are logically connected by any the "occurrence" can be attributed solely to common fact, circumstance, ongoing operations at a particular construction situation, transaction, event, advice project. or decision will be considered to constitute a single"occurrence"; D. When coverage for liability arising out of the "products-completed operations hazard" 1s (2) The "bodily Injury" occurs during the provided, any payments far damages because policy period. All bodily injury arising of"bodily injury' or"property damage" included from an occurrence will be deemed to in the "products-completed operations hazard," have occurred at the time of the first regardless of the number of locations involved act, error, or omission that is part of the will reduce the Products-Completed Operations "occurrence"; and Aggregate Limit shown in the Declarations. B. With respect only to the Insurance provided by E. If a single construction project away from this Provision 13., Exclusion 2.e. Employer's premises owned by or rented to the insured has Liability of SECTION I — COVERAGE A -- been abandoned and then restarted, or if the BODILY INJURY AND PROPERTY DAMAGE, authorized contracting parties deviate from is amended to append the following: plans, blueprints, designs, specifications or Only for "bodily injury" not covered by other timetables, the project will still be deemed to be liability insurance (including state-sanctioned the same construction project_ self Insurance)available to the insured(or which F, The provisions of SECTION III — LIMITS OF would be available but for exhaustion of its INSURANCE not otherwise modified by this limits), this exclusion does not apply to "bodily endorsement shall continue to apply as injury that arises out of a health care incident. stipulated. C. SECTION V—DEFINITIONS is amended to add 12. IN REM ACTIONS the following new definition: Any action in rem against any vessel owned or "Health care incident" means a negligent act, operated by or for you, or chartered by or for you will error or omission by your employees or be treated in the same manner as though the action "volunteer workers" working on your behalf in were In personam against you. the rendering of or failure to render professional health care services in any of the following In rem is a term used to designate actions instituted capacities, or the related furnishing of food, against the thing, as distinct from actions against beverages, medical supplies or appliances: the person, which are said to be in personam. a. Physician; 13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE b. Nurse; A. With respect only to "bodily injury' that arises c. Emergency medical technician; out of a "health care Incident," COVERAGE A— d. Paramedic; BODILY INJURY AND PROPERTY DAMAGE e. Chiropractor, LIABILITY OF SECTION I — COVERAGES is p amended to replace Insuring Agreement f. Dentist; Paragraphs 13b.(1) and 1.b.(2) with the following: g. Athletic trainer; b. This Insurance applies to"bodily injury"only h. Audiologist; if you are not in the business of providing 1. Physical therapist; professional health care services, and only If. j. Psychologist; (1) The "bodily injury" is caused by an k. Speech therapist; "occurrence" that takes place in the 1. Other allied health professional;or "coverage territory." For the purpose of this insurance: G-18652-J (Ed. 07-12) Page 7 of 12 Copyright,CNA All Rights Reserved. CNA G ) zosaassasz (Ed. 07-107-12 m. Provider of first aid or Good Samaritan a. "bodily injury" to a co-"volunteer worker" 1ry services rendered in an emergency and for while performing duties related to the which no payment is demanded or received. conduct of your business; and D. SECTION I—COVERAGE A—BODILY INJURY b. "bodily Injury" to an "employee" while in AND PROPERTY DAMAGE, Paragraph 2. the course of the "employee's" Exclusions is amended to add the following employment by you or while performing additional exclusions, These new exclusions duties related to the conduct of your apply only to this Incidental Health Care business; Malpractice Coverage: when such "bodily injury" arises out of a [This insurance does not apply to:] "health care incident." Dishonesty or Crime 3. Paragraphs 2.a. (1)(a), (b) and (c) of Any dishonest, criminal or malicious act, error or SECTION 11 — WHO IS AN INSURED do omission. not apply to bodily injury' for which insurance Is provided this Provision 13. Clinical Trials i Product Testing 4. Paragraph 2.a.(1)(d) of SECTION Il—WHO Acts, errors or omissions that occur in the IS AN INSURED is deleted. course of human clinical trials or product G. With respect to the Insurance provided by this testing. Provision 13., the following Is added to Medicare/Medicaid Fraud Paragraph 4.b.(1) of SECTION IV — Medicare or Medicaid fraud or abuse. COMMERCIAL GENERAL LIABILITY CONDITIONS: Services Excluded by Endorsement To the extent this insurance applies, it Is excess Any"health care incident"for which coverage is over any of the other insurance (including excluded by endorsement. qualified self insurance), whether primary, E. SECTION V—DEFINITIONS is amended to add excess, contingent or on any other basis, except for Insurance purchased specifically by you to the following subparagraph to Paragraph f. of be excess of this policy. the definition of"insured contract": 14. JOINT VENTURES / PARTNERSHIP 1 LIMITED Paragraph L does not Include that part of any LIABILITY COMPANIES contract or agreement: A. The following is added to SECTION II — WHO (4) Under which you assume another's tort IS AN INSURED: liability for "bodily injury" arising out of the rendering of or failure to render professional 4. You are an Insured when you had an health care services. interest in a joint venture, partnership or F. SECTION II — WHO IS AN INSURED is limited liability company which terminated or ended prior to or during this policy period, amended to add the following provisions: but only to the extent of your interest in such 1. Your"employees" are insureds with respect joint venture, partnership or limited liability to: company.This coverage does not apply: a. "bodily injury" to a co-"employee" while a. Prior to the termination date of any joint In the course of the co-"employee's" venture, partnership or limited liability employment by you or while performing company; duties related to the conduct of your b. If there is other valid and collectible business;and Insurance purchased specifically to b. "bodily injury" to a "volunteer worker" Insure the partnership, joint venture or while performing duties related to the limited liability company; or conduct of your business; c. To a joint venture, partnership or limited when such"bodily Injury"arises out of a liability company which is or was "health care incident." Insured under a "consolidated(wrap-up) 2. Your "volunteer workers" are insureds with insurance program." respect to: G-18652-J (Ed. 07-12) Page 8 of 12 Copyright,CNA All Rights Reserved. CNA 2053866352 (Ed. 07-12) � i i [Please see Item 26.C. of this endorsement Paragraphs (1), (3) and (4) of this exclusion for the definition of"consolidated (wrap-up) do not apply to "property damage" (other program."] than damage by fire) to premises rented to B. The last paragraph of SECTION 11 — WHO IS you or temporarily occupied by you with the AN INSURED is deleted and replaced by the permission of the owner, or to the contents following: of premises rented to you for a period of 7 or fewer consecutive days. A separate limit Except as provided under the Contractors' of insurance applies to Damage To General Liability Extension Endorsement or by Premises Rented To You as described in the attachment of another endorsement(if any), SECTION III—LIMITS OF INSURANCE. no person or organization Is an insured with Paragraphs (3), (4), (5) and (6) of this respect to the conduct of any current or past exclusion do not apply to liability assumed partnership, joint venture or limited liability under a sidetrack agreement. company that is not shown as a Named Insured in the Declarations. Paragraph (6) of this exclusion does not 16. LEGAL LIABILITY/ALiENATEp PREMISES/ apply to "property damage" included in the BORROWED EQUIPMENT "products-completed operations hazard" A. Under SECTION I — COVERAGE A — BODILY B. Under SECTION I — COVERAGE A — BODILY INJURY A PROPERTY DAMAGE, INJURY AND PROPERTY DAMAGE the last Paragraph 2. Exclusions is amended to delete paragraph of Paragraph 2. Exclusions is deleted exclusion J. Damage to Property in Its entirety and replaced by the following, and replace it with the following: Exclusions c. through n. do not apply to [this insurance does not apply to:] damage by fire to premises while rented to you or temporarily occupied by you with permission J. Damage to Property of the owner nor to the contents of premises "Property damage"to; rented to you for a period of 7 or fewer consecutive days. (1) Property you own, rent,or occupy; A separate limit of insurance applies to this (2) Premises you sell, give away or coverage as described in SECTION III—LIMITS abandon, If the "property damage" OF INSURANCE, arises out of any part of those C. The following paragraph is added to SECTION premises; ill—LIMITS OF INSURANCE: (3) Property loaned to you; Subject to 6. above, $25,000 is the most we will (4) Personal property in the cars, custody pay under Coverage A for damages arising out or control of the insured; of any one "occurrence" because of "property damage" to tools or equipment loaned to you by (5) That particular part of real property on others that occurs while the equipment is being which you or any contractors or used to perform operations. subcontractors working directly or indirectly on your behalf are performing D. Paragraph 6. Damage To Premises Rented To operations, if the "property damage" You Limit of SECTION III — LIMITS OF arises out of those operations; or INSURANCE Is replaced by the following: (6) That particular part of any property that 6. Subject to Paragraph 5, above, (the Each must be restored, repaired or replaced Occurrence Limit), the Damage To because "your work" was incorrectly Premises Rented To You Limit is the most performed on it. we will pay under SECTION — i — Paragraph 2 of this exclusion does not COVERAGE A for damages because of 9 P ( ) "property damage" to any one premises apply if the premises are"your work." while rented to you or temporarily occupied Paragraphs (3) and (4) of this exclusion do by you with the permission of the owner, not apply to "property damage" to tools or Including contents of such premises rented equipment loaned to you. A separate limit to you for a period of 7 or fewer consecutive of Insurance applies to such tools or days. The Damage To Premises Rented To equipment that are damaged while being You Limit is the greater of: used In your operations. a. $500,000; or G-18652-J (Ed. 07-12) Page 9 of 12 Copyright,CNA All Rights Reserved. CNA G 2053866352 (Ed. 07-12) d. 07-12) b. The Damage To Premises Rented To This paragraph B. does not apply to medical You Limit shown in the Declarations. expenses Incurred in the state of Missouri. E. Paragraph 4.b.(1)(a)(I1) of SECTION IV — 19. NON-OWNED AIRCRAFT COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the Under SECTION I—COVERAGE A—BODILY following: INJURY AND PROPERTY DAMAGE LIABILITY. Paragraph 2. Exclusions is amended such that (11) That Is property insurance for premises exclusion g.Aircraft,Auto or Watercraft does not rented to you, for premises temporarily apply to an aircraft you do not own, provided that: occupied by you with the permission of the 1, The pilot in command holds a currently effective owner; or for personal property of others in certificate issued by the duly constituted your care, custody or control; authority of the United States of America or F. This Provision 15.does not apply If Damage To Canada, designating that person as a Premises Rented To You Liability under commercial or airline transport pilot; SECTION — I — COVERAGE A is excluded by 2. The aircraft is rented to you with a trained, paid endorsement. crew; and 16. LIBERALIZATION CLAUSE 3. The aircraft does not transport persons or cargo If we adopt a change in our forms or rules which for a charge. would broaden coverage for contractors under this 20. NON-OWNED WATERCRAFT endorsement without an additional premium charge, your policy will automatically provide the additional Under SECTION I—COVERAGE A—BODILY coverage as of the date the revision is effective in INJURY AND PROPERTY DAMAGE LIABILITY, your state. Paragraph 2. Exclusions is amended to delete 17. LIQUOR LIABILITY subparagraph (2)of exclusion g.Aircraft,Auto or Watercraft and replace it with the following. Under SECTION I—COVERAGE A—BODILY [This exclusion does not apply to:] INJURY AND PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion c. (2) A watercraft you do not own that is: Liquor Liability. (a) Less than 75 feet long;and This provision 17.does not apply to any person or organization who otherwise qualifies as an (b) Not being used to carry persons or property additional insured on this Coverage Part. for a charge. 18. MEDICAL PAYMENTS 21. PRIMARY AND NON-CONTRIBUTORY TO OTHERINSURANCE A. Paragraph 7. Medical Expense Limit, of SECTION III — LIMITS OF INSURANCE is With respect to any person or organization that is an deleted and replaced by the following: additional insured under this Coverage Part,the following is added to Paragraph 4.of SECTION IV— 7. Subject to Paragraph S. above (the Each COMMERCIAL GENERAL LIABILITY Occurrence Limit), the Medical Expense CONDITIONS: Limit is the most we will pay under SECTION — I — COVERAGE C for all If you have agreed in writing in a contract or medical expenses because of"bodily injury agreement that this insurance is primary and non- sustained by any one person. The Medical contributory relative to an additional insured's awn Expense Limit is the greater of: Insurance, then this insurance Is primary and we will not seek contribution from that other insurance. For (1) $15,000;or the purpose of this Provision 21., the additional (2) The amount shown in the Declarations Insured's own insurance means insurance on which for Medical Expense Limit, the additional insured is a Named Insured, j B. Paragraph 1.a.(3)(b) of SECTION I — This Provision 21. does not apply in situations COVERAGE C MEDICAL PAYMENTS, Is where the endorsement on this policy affording replaced by the following: coverage to the additional insured specifies that this Insurance is excess over any other insurance (b) The expenses are incurred and reported to available to that additional insured. us within three years of the date of the 22 PROPERTY DAMAGE—ELEVATORS accident; and G-18652-J (Ed. 07-12) Page 10 of 12 Copyright,CNA All Rights Reserved. G-18652-J 2053366352 (Ed. 07-12) CNA A. Under SECTION I — COVERAGE A — BODILY However, this waiver applies only when you have j INJURY AND PROPERTY DAMAGE, agreed in writing to waive such rights of recovery in Paragraph 2. Exclusions is amended such that a contract or agreement, and only if the contract or exclusion k. Damage to Your Product, and agreement: subparagraph (3), (4) and (6) of exclusion ty 1. Is in effect or becomes effective during the term Damage to Property do not apply "property of this policy; and damage'that results from the use of elevators. B. With respect only to the coverage provided by 2. Was executed prior to loss. this endorsement, Condition 4. Other 26. WRAP-UP EXTENSION: OWNER CONTROLLED Insurance in SECTION IV — COMMERCIAL INSURANCE PROGRAM, CONTRACTOR GENERAL LIABILITY CONDITIONS is CONTROLLED INSURANCE PROGRAM OR amended to add the following subparagraph CONSOLIDATED (WRAP-UP) INSURANCE b.(1)(a)(v): PROGRAMS 4. Other Insurance Note: The following provision does not apply to any b. Excess Insurance public construction project in the state of Oklahoma, nor to any construction project in the state of (1) This insurance is excess over: Alaska, that is not permitted to be insured under a (a) Any of the other insurance, "consolidated (wrap-up) Insurance program"by whether primary, excess, applicable state statute or regulation: contingent or on any other If the endorsement EXCLUSION— basis: CONSTRUCTION WRAP-UP or another (v) That is Property insurance exclusionary endorsement pertaining to Owner covering property of others Controlled Insurance Programs(O.C.I.P.)or damaged from the use a Contractor Controlled Insurance Programs elevators. (C.C.I.P.) is attached to this policy,then the following changes apply: 23. SUPPLEMENTARY PAYMENTS A. The following wording is added to the A. Under Section I—Supplementary Payments— endorsement Coverages A and B, Paragraph 1.1b.,the limit of With respect to a"consolidated (wrap-up) $260 shown for the cost of bail bonds is insurance program" project In which you are or replaced by$6,000: were involved, this exclusion does not apply to B. In Paragraph 1.d., the limit of $250 shown for those sums you become legally obligated to pay daily loss of earnings Is replaced by$1,000, as damages because of: 24. UNINTENTIONAL FAILURE TO DISCLOSE 1. "Bodily injury;' "property damage," or HAZARDS "personal or advertising Injury" that occurs during your ongoing operations at the If unintentionally you should fail to disclose all project, or during such operations of anyone existing hazards at the inception date of your policy, acting on your behalf; nor we will not deny coverage under this Coverage Part because of such failure. 2. "Bodily injury" or "property damage" 25. WAIVER OF SUBGROGATION -BLANKET included within the "products-completed operations hazard" that arises out of those Under SECTION IV—COMMERCIAL GENERAL portions of the project that are not LIABILITY CONDITIONS,The Transfer Of Rights "residential structures." Of Recovery Against Others To Us Condition is B. SECTION IV — COMMERCIAL GENERAL amended by the addition of the following: LIABILITY CONDITIONS is amended to add the We waive any right of recovery we may have following subparagraph 4.b.(1)(c) to Condition against any person or organization because of 4. Other Insurance: payments we make for injury or damage arising out [This insurance is excess over.] Of. 1. Your ongoing operations;or (c) Any of the other insurance whether primary, g g p excess, contingent or any other basis that is 2. "Your work" included In the"products completed insurance available to you as a result of operations hazard." your being a participant In a "consolidated (wrap-up) insurance program," but only as G-18652-J (Ed, 07-12) Page 11 of 12 copyright,CNA All Rights Reserved. i G-18652-J CNA 2053866352 (Ed. 07-12) respects your involvement in that residency including but not limited to single or "consolidated (wrap-up) Insurance multifamily housing, apartments, condominiums, program." townhouses, co-operatives or planned unit C. SECTION V—DEFINITIONS is emended to add developments and also includes their common the following definition: areas and/or appurtenant structures(including pools, hot tubs, detached garages, guest "Consolidated(wrap-up) insurance program" houses or any similar structures).When there is means a construction, erection or demolition no individual ownership of units, residential project for which the prime contractor/project structure does not include military housing, manager or owner of the construction project college/university housing or dormitories, long has secured general liability insurance covering term care facilities, hotels, or motels. some or all of the contractors or subcontractors Residential structure also does not Include involved In the project, such as an Owner hospitals or prisons. Controlled Insurance Program(O.C.I.P.)or This provision 26. does not apply to any person Contractor Controlled Insurance Program or organization who otherwise qualifies as an (C.C.I.P.). additional insured on this Coverage Part. "Residential structure"means any structure where 30 or more of the square foot area is used or is intended to be used for human All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy Issued by the designated Insurers, takes effect on the effective date of said Policy at the hour stated In said Policy, unless another effective date Is shown below, and expires concurrently with said Policy. Material used with permission of ISO Properties, Inc I i I I I G-18652-J (Ed. 07-12) Page 12 of 12 Copyright,CNA All Rights Reserved, I i POLICY NUMBER: 2053866318 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following: i BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM j TRUCKERSCOVERAGEFORM 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 alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Endorsement Effective: Countersigned By: Named Insured:Northwest Cascade Inc. Authorized.Representative) SCHEDULE Name of Person(s) or Organization(s): ANY PERSON OR ORGANIZATION WHICH IS REQUIRED TO BE NAMED AS A RESULT OF A WRITTEN CONTRACT. (If no entry appears above, information required to complete this endorsement will 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 extent that person or organization qualifies as an"insured"under the Who Is An Insured Provision contained in Section H of the Coverage Form. CA 20 48 02 99 Copyright,Insurance Services Office,Inc., 1998 Page I of I i I This page has been left blank intentionally. I i I I I i i POLICY NUMBER: 2053866318 COMMERCIAL AUTO CA 04 44 03 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE 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 the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Northwest Cascade Inc. Endorsement Effective Date: 10101/2013 , SCHEDULE Name(s) Of Person(s) Or Organization(s): Any person or organization as required by written contract Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident' or the 'loss" under a contract with that person or organization. I CA 04 44 03 10 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 This page has been left blank intentionally. I i I I j Starr Indemnity & Liability Company Dallas,TX 1-566-519-2522 I I I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Other Insurance — Primary and Noncontributory for Additional Insured Policy Number: 1000020409 Effective Date: 10/1/2013-10/01/2014 Named Insured: Northwest Cascade, Inc. This endorsement modifies insurance provided under the following: EXCESS LIABILITY POLICY FORM A. Sub-paragraph 3. of item I. Other Insurance under SECTION IV. CONDITIONS is replaced with the following: 3. Insurance held by a person(s)or organizations(s)qualifying as an additional insured in "Underlying Insurance", but only when the written contract or agreement between you and the additional insured: a. Requires a specific limit of insurance than is in excess of the Underlying Limits of Insurance; b. Requires that your insurance be primary and not contribute with that of the additional Insured; and c. Executed prior to the loss. In such case as described in sub-paragraph 3. above,we shall not seek contribution from the additional Insured's primary or excess insurance for which they are a named insured for amounts payable under this insurance. All other terms, definitions, conditions and exclusions of this policy remain unchanged. j Signed for STARR INDEMNITY& LIABILITY COMPANY Charles H. Dangelo, President Honora M. Keane, General Counsel j II XS 373 (04-11) Page 1 of 1 Copyright©C.V.Starr&Company and Starr Indemnity&Liability Company. All rights reserved. Includes copyrighted material of ISO Properties,Inc.,used with its permission 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 ....... ...... ............. .................... 1-17 1-07 Legal Relations and Responsibilities to the Public.................. 1 -19 1-08 Prosecution and Progress .................—............. ............... 1 -25 1-09 Measurement and Payment ............... ....... ........ ... 1-30 1-10 Temporary Traffic Control ...................... ......... 1-31 DIVISION 2 EARTHWORK........................................................... 2-1 2-02 Removal of Structures and Obstructions....................—....... 2-1 2-03 Roadway Excavation and Embankment ................ 2-3 2-06 Subgrade Preparation.—................................... ............— 2-3 DIVISION4 BASES..................................................................... 4-1 4-03 Gravel Borrow .... ........—........................... ...... .... 4-1 4-04 Ballast and Crushed Surfacing ........................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS ............... 5-1 5-02 Bituminous Surface Treatment........................................... 5-1 5-04 Hot Mix Asphalt ...----.-.................................. ....... 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS................ 7-1 7-04 Storm Sewers ...................... ...... .............. .................... 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells....................... 7-2 7-08 General Pipe Installation Requirements ......I....I................... 7-4 DIVISION 8 MISCELLANEOUS CONSTRUCTION .......................... 8-1 8-01 Erosion Control and Water Pollution Control...—........ .......— 8-1 8-04 Curbs, Gutters, and Spillways........................ .............. .... 8-8 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical....,.............. .......... ...... 8-9 8-22 Pavement Marking ...... ......... ................... 8-9 SE 24&St. Slope Stabilization/Lincoln July 29, 2014 Project Number: 14-3014 I DENT SPECIAL PROVISIONS TABLE F CONTENTS PAGE DIVISION 9 MATERIALS............................................................. 9-1 9-03 Aggregates ..................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls ....................... 9-2 9-14 Erosion Control and Roadside Planting ................................ 9-3 KENT STANDARD PLANS .................................................................. A-'I ROAD CL®SURE/®ET®UR/PCMS PLAN............................................. A-2 PREVAILING WAGE RATES............................................................... A®3 i i SE 2401"St, Slope Stabilization/Lincoln July 29, 2014 Project Number: 14-3014 i The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 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 REQU REMENTS 1-01 DEFIIUITIOI\IS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED RYADDING 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 j 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 i I Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: SE 240t^St. Slope Stabilization/Lincoln T - 1 July 29, 2014 Project Number: 14-3014 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 Conti-act 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 APJD 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"). SE 240"'St. Slope Stabilization/Lincoln 1 - 2 July 29, 2014 Project Number: 14-3014 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 SE 240`"St. Slope Stabilizatlon/Uncoln 1 - 3 July 29, 2014 Project Number: 14-3014 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. (2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal i 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. SE 2401" St. Slope Stabilization/Lincoln 1 - 4 July 29, 2014 Project Number: 14-3014 i I SECTION 1-03.14 IS REMISED DYDELETING 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. I 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REMISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION. 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules 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 REMISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR DID 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 10-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. I 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. SE 2401h St. Slope Stabilization/Lincoln 1 - 5 July 29, 2014 Project Number: 14-3014 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. i SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: I 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 T IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING E 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 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications SE 24D� St. Slope Stabilization/Lincoln 1 - 6 July 29, 2014 Project Number: 14-3014 7. Kent Standard Plans 8, WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND O). 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 1S 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. 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 SE 2401"St. Slope Stabilization/Lincoln 1 - 7 July 29, 2014 Project Number: 14-3014 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 9-04.11 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 SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. j I 1-05.4 Conformity With and Deviations From plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or ,'monument" will be deemed to include any kind of survey marking, whether or not set by the City. SE 240th St. Slope Stabilization/Lincoln 1 - 8 July 29, 2014 Project Number: 14-3014 The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) j of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. i The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150lhr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. I Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. SE 2401" St. Slope Stabilization/Lincoln 1 - 9 July 29, 2014 Project Number: 14-3014 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: i 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(3) Bridge, Structure and Retaining wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1 . Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: 1 . Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. SE 240� St. Slope Stabilization/Lincoln 1 - 10 July 29, 2014 Project Number: 14-3014 The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. j 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. I The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $1501hr for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must he made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. SE 240�St. slope Stabilization/Lincoln 1 - 11 July 29, 2014 Project Number: 14-3014 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as required. One set of stakes for vaults,junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults,junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. I 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) SE 240`a St, Slope Stabilization/Lincoln 1 - 12 July 29, 2014 Project Number: 14-3014 Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 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. 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. SE 2401h St. Slope Stabilization/Lincoln 1 - 13 July 29, 2014 Project Number: 14-3014 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. 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 j 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. SE 240'h St. Slope Stabilization/Uncoln 1 - 14 July 29, 2014 Project Number: 14-3014 1-O5.11 (2) Final Inspection and Physical Completion ®ate 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. 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 resting 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 SE 240th St. Slope Stabilization/Lincoln 1 - 15 July 29, 2014 Project Number: 14-3014 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. 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 BYADDING 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: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: i 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. SE 240t"St. Slope Stabilization/Lincoln 1 - 16 July 29, 2014 Project Number: 14-3014 i 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. 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 resLibmittal 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. SE 24&St. Slope Stabilization/Lincoln 1 - 17 July 29, 2014 Project Number: 14-3014 The Contractor shall allow a minimum of 21 days for the Engineer's ineer's Y g 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. i 1-06.6(3) Shop Drawings, Product Data, and Samples I The Contractor shall submit the following for the Engineer's review: j I 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. SE 240u' St. Slope Stabilization/Lincoln 1 - 18 July 29, 2014 Project Number: 14-3014 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. 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 /S DELETED AND REPLACED WITH T°HE 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 j 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. SE 240t"St. Slope Stabilization/Lincoln 1 - 19 July 29, 2014 Project Number: 14-3014 SECTION 1-07.2 IS DELETEL?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 laid 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 tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. SE 240w St. Slope Stabilization/Lincoln 1 - 20 July 29, 2014 Project Number: 14-3014 - �I 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 j project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. I 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 1-07,3(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. SECTION 1-07. 13(3) IS DELETED IN ITS ENTIRETY. 1-07,13(3) Relief of Responsibility for Damage by Public Traffic SE 240th St. Slope Stabilization/Lincoln 1 - 21 July 29, 2014 Project Number: 14-3014 SECTION 1-07.1 z(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage i 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. I SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: i 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. 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 SE 24&St. Slope Stabilization/Lincoln 1 - 22 July 29, 2014 Project Number: 14-3014 i 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. i 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. CenturyLink Comcast Dale Hartman Bill Walker (253) 372-5364 (253) 288-7538 Puget Sound Enerov Verizon Anita Vurovchak Brad Landis (253) 476-6304 (425) 201-0501 (206) 276-3635 (425) 766-1740 SECTION 1-07. IS 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 1-07.23(2) IS DELETED AND REPLACED BY THE FOLLOWING: 1-07.23(2) Construction and Maintenance of Detours SE 2401"Street shall be closed to through traffic and open to local traffic only. The Contractor shall build, maintain in a safe condition, and remove the following items when no longer needed: j 1. Detours that will accommodate traffic diverted from the roadway during construction, 2. Detour crossings of intersecting highways, streets, or roads, and 3. Temporary approaches. Unit contract prices will cover construction, maintenance, and removal of all detours shown in the plans or proposed by the City. The Contractor shall pay all costs to build, maintain, and remove any other detours, whether proposed for the Contractor's convenience or to facilitate construction operations. Any detour proposed by the Contractor shall not be built, or used, until the Engineer approves. SE 2401"St. Slope Stabilization/Lincoln 1 - 23 July 29, 2014 Project Number: 14-3014 Surfacing and paving of built detours shall be consistent with traffic requirements. Upon failure of the Contractor to immediately provide, maintain, or remove detours or detour bridges when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, provide, maintain, or remove the detours or detour bridges and deduct the costs from any payments due or coming due the Contractor. SECTION 1-07,23 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: I 1-07.23(3) Temporary Street Closures SE 240th Street shall be closed during construction. The costs for the associated work for that road closure shall be paid for under the traffic control bid items contained within the contract proposal. Prior to reopening the roadway to the roadway, at a minimum, must be paved with the preliminary pavement lifts up to the final overlay and be fully striped with temporary pavement markings to the satisfaction of the Engineer. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or to provide, erect, maintain other traffic control devices when shown on the approved TCP for the temporary road closure, or when ordered to do so by the Engineer, the City may, without further notice to the Contractor or the Surety, perform any of the above and deduct the costs from any payments due or coming due the Contractor. 1-07.23(4) Road Maintenance Until Accepted in writing by the Engineer, the Contractor will maintain all roads within the confines of the project in a condition satisfactory to the Engineer. This shall include periodic grading of any street, detour, etc., on which traffic is allowed, wherever, in the opinion of the Engineer, such grading is required. When construction operations are such that debris from the work is deposited on the streets, the Contractor shall cover all loads, and as a minimum, remove on a daily basis, any deposits or debris which may accumulate on the roadway surface. Should daily removal be insufficient to keep the streets clean, the Contractor shall perform removal operations on a more frequent basis. If the Engineer determines that a more frequent cleaning is impractical or if the Contractor fails to keep the streets free from deposits and debris resulting from the work, the Contractor shall, upon order of the Engineer, provide facilities for and remove all clay or other deposits from the tires or between wheels before trucks or other equipment will be allowed to travel over paved streets. Should the Contractor fail or refuse to clean the streets in question or the trucks or equipment in SE 240°h St. Slope Stabilization/Lincoln 1 - 24 July 29, 2014 Project Number: 14-3014 question, the Engineer may order the work suspended at the Contractor's risk until compliance with the Contractor's obligation is assured or, the Engineer may order the streets in question cleaned by others and such costs incurred by the City in achieving compliance with these Contract requirements, including cleaning of the streets, shall be deducted from monies due or to become due the Contractor on monthly estimate. The Contractor shall have no claim for delay or additional costs should the Engineer choose to suspend the Contractor's work until compliance is achieved. All costs in connection with the above work, including labor, materials, tools and equipment, shall be considered as incidental to the construction, and payment thereof shall be included in the unit Contract price of other bid items. i SECTION 1-07.24 1S 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. 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. 1-88 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the SE 2401^St, Slope Stabilization/Lincoln 1 - 25 July 29, 2014 Project Number: 14-3014 i I 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. 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. SECT/ON 1-08.4 IS DELETE®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. SE 2401"St. Slope Stabilization/Lincoln 1 - 26 July 29, 2014 Project Number: 14-3014 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 j 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 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 SE 24& St, Slope Stabilization/Uncoln 1 - 27 July 29, 2014 Project Number: 14-3014 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. j 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. 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 REMISED 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 I 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 SE 240° St. Slope Stabilization/Lincoln 1 - 28 July 29, 2014 Project Number: 14-3014 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 j 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. 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. SE 2401"St. Slope Stabilization/Lincoln 1 - 29 July 29, 2014 Project Number: 14-3014 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS'PEIJ/SED BY REPLACING "TRUCKS AND TICKETS WITI4 THE FOLLOWING. 1-09.2(1) General Requirements for Weighing Equipment i 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. 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 1-09.9 IS SUPPLEMENTED BYADDING 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'sjudgment, 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. SE 240"'St, Slope Stabilization/Lincoln 1 - 30 July 29, 2014 Project Number: 14-3014 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. I SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-09.11 (3) Time Limitations and Jurisdiction I 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. I 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. 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 DYADDING THE FOLLOWING: SE 240U St. Slope Stabilization/Lincoln 1 - 31 July 29, 2014 Project Number: 14-3014 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 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, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary SE 240t"St. Slope Stabilization/Lincoln 1 - 32 July 29, 2014 Project Number: 14-3014 traffic control device under another item. The item "Temporary Traffic Control Devices" includes: i 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, 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 Labor". 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 "Type I I I Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, 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 SE 240� St. Slope Stabilization/Lincoln 1 - 33 July 29, 2014 Project Number: 14-3014 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. 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. I i I I I I I SE 2401h St. Slope Stabilization/Lincoln 1 - 34 July 29, 2014 Project Number: 14-3014 2-02 REMOVAL OF STRUCTURES Alit® OESTRUCTIONS i SECTION 2-02.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.`I Description i This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING; 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansionjoint. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: SE 240`h St. Slope Stabilization/Lincoln 2 - 1 July 29, 2014 Project Number: 14-3014 The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: unit bid price (Encountered thickness — 6 inches) x 6inches `additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/SY then its additional compensation for the extra thickness would be: (8 — 6) x $2.00= $0.67/SY in addition to the unit price. No other compensation shall be allowed. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pave ment"constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: unit bid price (Encountered thickness — 6 inches) x 6inches additional compensation For example, if the Contractor encounters pavement to be removed which is 8 inches thick and its unit bid price was $2.00/1-F then its additional compensation for the extra thickness would be: i (8 — 6) x $2.006 = $0.67JLF in addition to the unit bid price. No other � compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. I I i i SE 2401h St. Slope Stabilization/Lincoln 2 - 2 July 29, 2014 Project Number: 14-3014 2-03 ROADWAY EXCAVATION FIND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED CYADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site i The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. I The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers ! Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(94)D IS SUPPLEMENTED SYADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SU6GRADE PREPARATION SECTION 2-06.3(9) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method 13 except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. I SE 2401' St. Slope Stabilization/Lincoln 2 - 3 July 29, 2014 Project Number: 14-3014 DIVISION 4 — laSES DIVISION 4 IS SUPPLEMENTED EYADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 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 per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. SE 240`"St. Slope Stabilization/Lincoln 4 - 1 July 29, 2014 Project Number: 14-3014 4-04 BALLAST AND CRUSHED SURFACING i 4-04.3 Construction Requirements SECTION 4-04,3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. i SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall beat least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Top Course, 5t8 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. SE 2401" St. Slope Stabilization/Lincoln 4 - 2 July 29, 2014 Project Number: 14-3014 I DIVISION 5 - SURFACE T EATMENTS AND PAV NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUM11110US SURFACE TREATMENT i SUCTION 5-02.5 IS SUPPLEMENTED DYADDING THE FOLLOWING; 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHAULT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials Recycled materials such as Recycled Asphalt Pavement (R.A.P.) for the pavement sections shall not be allowed. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(7)A Mix Design The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, however, that such mix design shall include a minimum asphalt content of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with Section 9-02.4. If the City is not satisfied with the mix submitted, a full mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. SECTION 5-04.3(5)A IS DELETED AND REPLACED WITH THE FOLLOWING: I 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: SE 240°h St. Slope Stabilization/Lincoln 5 - 1 July 29, 2014 Project Number: 14-3014 i 1. Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2, The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing Asphalt concrete Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(10) Gompaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. SE 240�St. Slope Stabilization/Lincoln 5 - 2 July 29, 2014 Project Number: 14-3014 i Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method j 705). In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. SECTION 5-04.3(9.2) IS SUPPLEMENTED t3YADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking thejoint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. SECTION 5-04.3 IS SUPPLEMENTED GYADDING THE FOLLOWING NEW SECTIONS: 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where specified by the Engineer. SE 2401h St. Slope Stabilization/Lincoln 5 - 3 July 29, 2014 Project Number: 14-3014 SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "HMA Class 3/4", PG 64-22" "HMA Class '/2" PG 64-22" The unit contract price per ton for the above items shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt at the locations shown on the plans, as specified herein and as directed by the Engineer. This work shall include the cost to install an asphalt thickened edge in the areas identified on the plans. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. The unit contract price per square yard for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane, clean, sweep, haul, stockpile or dispose of the asphalt concrete pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. Payment shall be made upon actual square yards planed, regardless of the full planing capacity of the equipment used. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)E ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction I SE 240th St. Slope Stabilization/Lincoln 6 - 4 July 29, 2014 Project Number: 14-3014 DIVISION 7 ® DRAINAGE STRUCTURES, STORM SE E S, SANITARY SEWERS, WATER MAINS AND CONDUITS 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Ductile Iron Pipe Class 60 (Unlined) ............... 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. i SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment SE 240'' St. Slope Stabilization/Lincoln 7 - 1 July 29, 2014 Project Number: 14-3014 The unit contract price per lineal foot for "Storm Sewer Pipe, 12 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe j at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for j overtime work when working on weekends. I 7-05 MAiUFI®LES II\ILE7S GAfCFI BASIIlIS Aid!® ®121fU11ELLS SE0TION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flexjoints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. i SE 2401" St. Slope Stabilization/Lincoln 7 - 2 July 29, 2014 Project Number: 14-3014 Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: i "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05,3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: I 7-05.3(6) Storm Drain Stenciling The pavement adjacent to all catch basins and inlets within the project limits shall be marked with a standard pollution prevention thermoplastic form such as the example following: STREAMa dam - DRAINS 11170 The wording shall be placed so that it can be read from the sidewalk or shoulder of the road. Contractor is responsible for purchase and installation of the thermoplastic material. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Catch Basin, Type 1" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Vaned Catch Basin Frame and Grate" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. SE 2401"St. Slope Stabilization/Lincoln 7 - 3 July 29, 2014 Project Number: 14-3014 i The unit contract price per each for "Thermoplastic Storm Drain Stenciling' constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 7-08 GENERAL RIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ............................... 5-04.2 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 Manholes, Inlets and Catch Basins...... 7-05.2 Sanitary Sewer................................ 7-17.2 Side Sewers.................................... 7-18.2 Crushed Surfacing ........................... 9-03.9(3) Gravel Backfill for Pipe Zone Bedding.. 9-03.12(3) Gravel Borrow ................................. 9-03.14(1) Foundation Material Class I and I I ...... 9-03.17 Bank Run Gravel for Trench Backfill.... 9-03.19 SECTION 7-O8.3(9)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(9)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. SE 240`h St. Slope Stabilization/Lincoln 7 - 4 July 29, 2014 Project Number: 14-3014 Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. i It shall be the sole responsibility of the Contractor to dispose of all j waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1 . Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Backfill unsuitable material excavations with Foundation Material Class I or 11 meeting the requirements of Section 9-03,17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. SE 240w St. Slope Stabilization/Lincoln 7 - 5 July 29, 2014 Project Number: 14-3014 Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe i Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTIVI D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING TIME FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. I It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SE 240`"St. Slope Stab!lizationJLincoln 7 - 6 July 29, 2014 Project Number: 14-3014 SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration I Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in i, the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. I SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SE 2400'St. Slope Stabilization/Lincoln 7 - 7 July 29, 2014 Project Number: 14-3014 SECTION 7-0E.5 IS SUPPLEMENTED HYADDING THE FOLLOWING. j 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. i The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. i i I i SE 2401" St. Slope Stabilization/Lincoln 7 - 8 July 29, 2014 Project Number: 14-3014 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CORITROL AND WATER POLLUTION CONTROL I SECTION 8-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING. 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the City's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION B-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the city. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. I i SE 240t'St. Slope Stabilization/Lincoln 8 - 1 July 29, 2014 Project Number: 14-3014 i I The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90,48.080 Discharge of pollutants prohibited SE 240`h St, Slope Stabilization/Lincoln 8 - 2 July 29, 2014 Project Number: 14-3014 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)Ga Water Quality Monitoring j Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(2) Seeding, Fertilizing and Mulching SECTION B-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING. 8-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in j advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untiliable. I i SE 240� St. Slope Stabilization/Lincoln 8 - 3 July 29, 2014 Project Number: 14-3014 Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 4/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. I The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. SE 240`"St. Slope Stabilization/Lincoln 8 - 4 July 29, 2014 Project Number. 14-3014 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION E-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: B-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section SE 240"'St. Slope Stabilization/Lincoln 8 - 5 July 29, 2014 Project Number: 14-3014 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-09.3(2)E IS SUPPLEMENTED SYADDING THE FOLLOWING: B-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 0-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch I Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: j I West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets SE 24&St. Slope Stabilization/Lincoln 8 - 6 July 29, 2014 Project Number: 14-3014 i and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H 1S SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.55 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: j 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. SE 2401h St. Slope Stabilization/Lincoln 8 - 7 July 29, 2014 Project Number: 14-3014 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-04 CURBS GUTTERS AND SPILLWAYS SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment I Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Asphalt Extruded Curb" "Pedestrian Curb" "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. SE 240'h St. Slope Stabilization/Uncoln 8 - 8 July 29, 2014 Project Number: 14-3014 8-20 ILLUMINATION TRAFFIC SIGNAL SYSTEMS INTELIGENT TRANSPORTATION SYSTEMS AND ELECTRICAL SECTION 8.20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING. I 8-20.5 Payment The unit Contract price per linear foot for "Install Utility Provided Conduit" shall be full pay for placing the pipe in accordance with the plans and these Special provisions, including backfilling of any voids around conduits or trenches; and bedding of the pipe; and all other Work necessary for the installation of the conduit. 8-22 PAVEMENT MARKING SECTION 8-22. 1 IS REVISED AS FOLLOWS: SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal. SECTION 8-22.3(2) IS SUPPLEMENTED SVADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has SE 2401"St. Slope Stabilization/Lincoln S - 9 July 29, 2014 Project Number: 14-3014 I i completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. I The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 5-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Painted yellow curb, white edge line paint stripe, double yellow center paint stripe, and two way left turn stripe shall be measured by the completed linear foot. The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "White Edge Line Paint Stripe," per linear foot. "Yellow Center Line Paint Stripe" per linear foot. I i i SE 24&St. Slope Stabilization/Lincoln 8 - 10 July 29, 2014 Project Number: 14-3014 DIVISIONMATERIALS 9-03 AGGREGATES SECTION 9-03.92(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: I 9-03.12(3) Gravel Baclefill for Pipe Zone Bedding I Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 314 Inch 100% 5/8 Inch 95 - 100% 1 t4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. SECTION 9-03. 14(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 314 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. SE 240"' St, Slope Stabilization/Lincoln 9 - 1 - July 29, 2014 Project Number: 14-3014 * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1f4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH T14E FOLLOWING: 9-03.17 Foundation Material Class I and Class 11 Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square --- 100 2" square 0 65-85 1" square --- 40-70 114" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min SECTION 9-03.21(1)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. SE 24&St. Slope Stabilization/Uncoln 9 - 2 July 29, 2014 Project Number: 14-3014 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, ARID ROCK FOR EROSION ARID SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 9-13.9 Rock for Ditches i Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3I4" 0 to 5 9-14 EROSION CONTROL ARID ROADSIDE PLANTING SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1(1) Topsoil Type A Topsoil Type A shall be free of weeds and consist of the Special Planting Mixture per Section 9-14.4(9) of these Kent Special Provisions with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. SECTION 9-14. 1(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 9-14.1 (1)A Rotted Manure Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. 9-14.1 (1)D Peat Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. 9-14.1 (1)C sandy Loam I Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve.............................. 15% maximum SE 2401"St. Slope Stabilization/Lincoln 9 - 3 July 29, 2014 Project Number: 14-3014 SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. Proportion In redient Pure Seed Germination Weed Seed 15% __Creeping Red Fescue 95% 90% 0.5% 10% ChewincisFescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 20% _ Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0,5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-14.3 Fertilizer Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas.which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium......... 16% of weight Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal SE 240w St. Slope Stab!]izationlLincoln 9 - 4 July 29, 2014 Project Number: 14-3014 i laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.4(9) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. i SECTION 9-14.4 IS SUPPLEMENTED BYAOOING THE FOLLOWING NEW SECTIONS: 9-14.4(9) Special Planting Mixture Special planting mixture shall consist of three-way mix consisting of one part rotted manure, one part sandy loam, and one part peat by volume with commercial fertilizers added as specified herein and having a pH range of 5.0 to 6.0. Rotted manure shall consist of well-rotted, unleached cattle manure not containing more than one third part shavings, sawdust, or refuse and shall be free of noxious weed or grass seed. Peat shall consist of fibrous sedge, wood or reed type peat, containing less than twenty percent ash by dry weight. It shall have a moisture content of less than fifty percent by weight and shall have been thoroughly aerated during the drying process. Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) 100% Passing 1 mm sieve ......................... 80% minimum Passing 0.15 mm sieve ..................... 15% maximum The sandy loam shall be free from subsoil, noxious weed seed and other foreign substances and shall have a pH factor of between 5.0 and 6.0. Maximum Electrical Conductivity shall be 2.0 milliohms. 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. SE 240`^St. Slope Stabilization/Lincoln 9 - 5 July 29, 2014 Project Number: 14-3014 i i Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. i I Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. i i I I i I I SE 240'b St. Slope Stabilization/Lincoln 9 - 6 July 29, 2014 Project Number: 14-3014 KENT STANDARD PLANS i The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STORM 5-1 Catch Basin Type I I i SE 240"'St.Slope SWe lcatlon/Lincoln A-t Jup,29.2014 Project Number 14 3014 NOTES: 1, CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199 (ASTM C 470,&ASTM C RHN UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS, 2. ASANACCPTABLEAI.'IERNAIE TO REBAR,WEI DED WIRE FABRIC HAVING FRAME AND GRATE A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY IN AACHTO M SKI UNTO A 497), SEE STANDARD PLANS 5-4 THRU 58AND 5-12 WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3. PRECAST MASS SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20" KNOCKOUTS SHALL 4 30< HAVE A WAIL THICKNESS OF 2"MINIMUM. PROVIDE A I.5"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OR OF THE PIPE. 6, ALL JOINTS IN THE RRICI(5,GRAD[RINGS,RISERS AND CASTINGS SHALL S� BE SEATED IN MORTAR.PICK HOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERJIGHT HIGHLANDS. '- 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST �' DR AF, PIPE INVERT SHALL BE 5'. ONE F3 BAR HOOP FOR 6-HEIGHT TWO 43 BAR HOOPS FOR 12"HEIGHT i RECTANGULAR ADJUSTMENT SECTION (WEIGHT-200 LAS,-6'9 (WEIGHT-580 CBS.-I2") PIPE ALLOWANCES 16 h. MAXIMUM PIPE MATERIAL INSIDE DIAMETER ldl 3" 44" REINFORCED OR 12" PLAIN CONCRETE A3 BAR EACH CORNER y 21" ALL METAL PIPE is- MIN, "3 BAR ��� SOLID WALL INS EACH SIDE \ / (WSDOT STO.SPEC.9-05,LIVID 15 V3 BAR EACH WAY— / •4".•., '... PRECAST BASE SECTION (WEIGHT-2170 LBS.j NOTE',THIS PLAN IS NOT A LEGAL ORIGINAL, SIG ED BY THE BUT ANIEERRANYDUPLICATE.THEORICINAL,SIGNED BY THE S I ENGINEER F KENT.A VEDWRY FOR PBE OBTAION INED U KEPON REQUEST, ESTILE AT <� Op WASgF � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT yP M Z EXOIHEERINO MI.ATMENT 21493 a Q_ KEWT CATCH BASIN TYPE 1 �0.;.. FGIST E80 E�. RANDY sc�.LE -. Tu,wreo Pury NC PawN --_ --_ uPPOYW rnY:er 2CCP ROAD CLOSURE/DETOUR/PCMS PLAN SE 240"St Slope,StabMId.rl A-2 MY 29,2014 Project Nrsm[P«.14-3014 -SINT NUNACW—9 —N� -0 DEMUR AMD W-2 tl LA i WAAMC Rio ERR Mm MO-3 WINME s� rot ro U, Ur V 1�M REARM AHEAD W0-901 I DEMUR THRMUH 56x24 7 pcms DOOR DEMUR WWT a, 4 uoul UEl-R DIUQk 4 W/UmD, DIED Mm RUSTRIRM.- -113-2 1 END MD mMM, I- T F"s ROAD p pMmS 2:NE DOM L i N_M OZ R"UERUNT UNT la Mr.IN Amnum K24on AT 14 OWOWD AVEsE —F�—nnW DAY DI'OUDMIRE SE 256TH STREET OAD"C'"LOSURE/DETOUR PLAN IMPROVEMENTS PREVA I L I NG WAGE RATES SE 240°St Slope Si bihzatton/UoColn A-3 Aity 29,2014 Pr fact Nurobe,14 3014 Page 1 of 1 f '...,.. 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 projecte, 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. ,tourney Level Prevailing Wage Rates for the Effective Date: _ 7/29/2014 County�Abvt�,vont Job Classification Wage Hoiida Overtime Note I ; King Trs Jaumey l-evel $41.G9 50 iNKing _ Journey Level $64,44 5N 9C King Brick Mason Brick And Block Finisher 543.2E 5A iM King Brick Mason 10urhey Level $5Q12 SA tM King BrickMason Pointer-Caulker-Cleaner $5a12 � M King 9ulldin Sn Cry Le�gJoyyes janitor $20.59 5S 2F King Bulidlno$ervico Employees Traveling WaxedShampooer $21.00 58 21' King 1ELtiding Service Employees Window cleaner(Non-Scaffold) $24,29 5S 2F ! King Building Service 0nilo Window Clcaner(Scaffold) $25AS 56 2r King Cabinet Makers[in Shop Joni Level $22,74 1 .King CJy_eptgls Acoustical Worker $50,82 50 Do King Cal Donee; Bridge,Dock And Wharf $50.82 be M Carpenters King CTrpynt?,rS _ Carpenter $50.81 5D I King Carpenter; Carpenters on Stationary Toots $50.95 SM in King C�enteis Creosoted Material $50.92 5D 'IM King _ Ca gerters Floor Finisher $50,82 5D IM ,King Car)ell liters _ _ Eloor layer $50.82 5D 1M g Carpenters Scaffold Erector $50.82 SD tM '.. King Cemenlmdsons _ Jouney Level $51,18 lA 7M King Divers&Tenders Diver $105,37 50 iM BA King D[vers&Tenders Diver On Standby $59.50 5D 'IM King Divers&Tenders Diver Tender $54.8 55D 111 King Divers&Tenders Surface Rev&nor Operator $54,82 5D 1M !King Divers&T orders Surface Rcv&Rov Operator $51.07 5A Tender !King to ems Dun rBars Assistant Engineer $53.00 5M 3F King Dredge Workers Assistant Mnte(Dockhand) $52.58 5D 3E i King Prange_Workers Boatmen $52.30) ,)D 3F King Dedoe Workers Engineer Welder $54,04 5D 3F King Dredoe Workers Leverman,Hydraulic $55,17 5D 3F '.. 'King Dredoe Workers Mates $52.30 5D 3F .King Dredge We'Kers Oiler $52.58 51) 3F l(Ing aryondli water Journey Level $50.H2 5D I King Orywali Tapers Journey Level $50.61 5P h King Electrical Fixture Maintenance Journey Level $25.84 HL tE Wow 'King Flectnclags Inside Cable Splicer $65.69 7C 2_W iKing I kranri3ns Inside Cawn Splicer(tunnel) $70.52 7C 2W King Electricians-inside Certified Welder $63.49 7C 2W King Electlicinns-Inside Certified Welder(tunnel} $68.10 713 2W King Electricians-Inside Construction Stack Person $35.69 LC 3W King Electricians-Inside Journey Level $61.30 7C 2W King Electricians-Inside Journey Level faced) $65.69 7C 2W King Piece'icians-Motor Shoe Craftsman _ $15.37 1 .__._.----------. .._-_ King Electricians-Motor Shoo Journey Level $14.69 1 .King Electricians-Powarhne Cable Splicer $63.33 5A 4A Construction King Leadicans-Powerfrye Certified Line Welder $62.50 5A 4A Construcl on King Electricians-Powerline Groundpornon $42.56 5A 4A Construction King Eleftlddr, POweiIna Heavy Line Equipment $62,50 SA 4_A Construction Operator King E[ctrlcians-powerline-ine- Journey Level Llneperson $62.50 SA yg Construction King Electricians-Powerline Line Equipment Operator $52,47 5A 4A _ Construction King Electricians Powerline Pole Sprayer $62.50 CA 4A Construction 'King Electricians-Powerline Powderperson .$46,65 SA Construction King Clectronlle Technicians Journey Level $31,00 1. King Elevator Constructors Mechanic $90,14 7D 4A King Elevator Cmrsouclors Mechanic in Charge $86,77 7D 4A :King Tab ucated Precast Concrone AIi Classifications-in-Factory —it5.25 5B Products Won(Only King red,e Er ecern Fence Erector $15.18 1 King Flaaoers Journey Level $35,34 7A 31 King Glaziers Journey Level S53.76 7L 1y King Heat&Frost Insulators And Journeyman $58.93 5J i5 Winter Workers 'King HeatJno Eguiomeni_Mecbanlrs Journey Level $fi9.37 7F 1E King Had Carriers&Masan Tenders Journey Level $42.99 7A 31 King industrial Power Vacuum Journey Level $9.32 1 httns //furl we onv/lnl/Nifln9lnni(Iln/nnrNlnnelnnki in.asnx 7/?912014 Page 8 of 1 I i _ _ _ ___ ___ King Inland Boatmen Real Operator $54.57 86 1K King Bond Boatmen Cook $50,95 88 1K King inland Boatmen Dockhand $51.19 5n 1K King Inland Boatmen Dockhand Engineer $52.18 58 1K King Inland Boatmen Launch Operator- _ $53,40 5B 1K King Inland gourmet, Mate _ $53.40 _ 6B 11C_ King---- InsoectioNCinantn Seal(n (if flearre Operator, Former $31.49 t Setter&Water Systems by Operator Remote control .King Insnertion(Gleanit 5 liig Of Grout Truck Operator $11.48 1 Sowor&Water systa r s By Remote Control King Ins 9a§11190 Cleatir,n eallnq Of Head Operator t24.9l 1 dower rWaterS er 13 RemOLE Court of King Insoectiml/Gleam nn/Sealing Of Technician $19.33 1 Sewer&Ntat_er Systems ey Remote Central King 1 upection/Cieari nplSeal'ao OF Tv Truck Operator $20.45 1 Sewer&WaterS '-ems Ely j Re to-Control King In lotion Anobcators Journey Level =$41,69ZA 7M King Ironworkers Journeyman 1O King Laborers Air,Gas Or Electric Vibrating 31 Screed King Labers Alrtrac Drill Operator 31 King Laborers Ballast Regular Machine 31 King Laborel9 Ketch weighman $36.34 7A 31 King laborers enck Pavers $41.69 7A 31 _ King Laborers Brodh Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41.69 7A 31 King Londoners Burner $11.59 7A 31 '.. King Laborers Caisson Worker $42.991 7A 3I King Laborers Carpenter Tender $41,69 7A 31 King Laborers Caulker $41 69 7A 31_ King Laborers Cement Damper-paving WAS 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laburei Change House Or Dry Shack $41,69 7A 31 King Lonna, Chipping Gun(under 30 Lbs.) $41,69 A 31 King laolrers Chipping Gun(30 Lbs.And $42,46 7A 31 Over) King Laborers Choker Setter $41,69 7AA 31 King imbore s Chuck Tender $41,6BI 7A 31 King Labare s Clary Power Spreatler $42.46 7A 31 King Laborers Clean-up Laborer $41,69 7A 31 King Laborers Concrete Dumper/chute 1 $42.46 7A 31 I Operator j King Leborers Concrete Fermi $41 69 7A 31 King Labonars Concrete Placement Crew $42-46 7A 31 .King LaLorers Concrete Saws Operator/core $42,46 7A 31 Driller KOig Laborers Crusher Feeder $35.34 A 3t King i-ers Curing Laborer $41,69 A 3t King Laborers Demolition:Wrecking&Moving $41.69 A 3l (incl.Charred Material) 'King Laborer, Ditch Digger $41,69 7A 31 ,King Laborers Diver $42.99 7A 31 King Laborer-Drill Operator $42.46 7A 31 (hydraullc,dlamond) .King Laborers Dry Stack Walls $11.69 7A 31 King Uri rs Dump Pei'san $41.69 7A 31 Kfog Laborers Epoxy technician $41.69 A 31 King Lahnrers Erosion Control Worker $41,69 7A 3 King Laborers Faller&Bucker Cham Saw W IS 7A 31 '.King Laborers _ Fine Graders $41.69 7AA 31 .King Labnrers Ffrewatch $3534 lA 31 King Laborers Form Setter $41-69 A 31 'King fahorars Gabian Basket Builders $41,69 7A 11 King Mod am General Laborer $41.69 A 3l King Laborers Grade Checker&Transit $42.99 7A 30 Person d(Ing Laborers Grinders $41.69 7A if King Laborers Grout Machine Tender $41.69 7A 31 King Laborers Gvui(pressure)Including $42.46 A 3 Post Tension Beams '.. �lGng Laborers Guarclroli Erector $41.691 7A 31 King Laborers Hazardous Wasbo Worker(level $42.99 A Si A) King Laborers Hazardous Waste Worker flowl $42.46 7A 31 B) King laborers Hazardous Waste Worker(level $41-69 A 31 C) King Laborers High Scaler $42,99 7A 31 King laborers .Jackhammer $42,46 7A 31 King Laborers Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 King Laborers Manhole Builde--mudmaa $4L 7A 31 King Leborers Mat Fri Yard Person $41.69 lA1 31 King Laborers Motorman-dinky Locomotive $42A61 7A 1 31 King la over Wonieman(concrete Pump, $42.46 A 31 Green Cutter When Using Combination Of High Pressure Air&Water On Concr'ate& httn¢ //fnrtrrm,,rnn nonz 7/9Q/9smlA Page b of i7 i Rock,$andbinst,Gunit0, j Shetcrete,Water AN King Fmborers Pavement Breaker $42,46 7A 31 King Laborers Pilot Qal $35.34 7A 31 _ _ - King labor Mrs Pipe Layer Lead $42.99 7A 31 King Laimors Pipe Layedtalior $42.46 7A 31 .King laborors Pipe Pot Tender $42.46 7A 31 King Laborers nion Refiner $42.46 7A 31 .King Laborers Pipe Wrapper $42 A6 A 31 King Laborers Pot Tender $41.69 7A 31 'King Laborers Powderman $42.99 7_A 31 (King Laborers Powderman's Helper $41,69 lA31 King Laborers Power Jacks $42.46 7A 31 King Labores _ _ Raliroad Spike Puller-Power $42.46 7A _ 31 King La sc e s Raker-Asphalt $42.99 ,A 31 King Laborers Re-timborman $42,99 7A 31 King Laborers Remote Equipment Operator $42.46 7A 31 I(ing laborers Rigger/signal Person $42.46 7A 31 .King Laborers Rip Rap Person $41.69 IA 31 King Laborers Rivet Buster 542,46 7A 31 King Laborers Rodder $42A6 A 31 King laborers Scaffold Emetar $41.69 7A 31 King Laborers Scale Person $41.GA lA 31 King Laborers Sloper(over 20') $42.46 7A 31 'I(ing La'oorel', Sloper Sprayer $41.69 7A 31 King Laborers Spreader{concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Pifer MCA 7A 31 King Laborers Tamper&Similar Fleotric,Air $42.48 31 &Gas Operated Tools _ King Labs Tamper pnuidple&Self- $42-46 A 31 propelled) King Laborers limber Person-Sewer dagger, $42.46 A 31 Sharer&Cribber) King laborers Toolroom Person(at Jobsito) $41.69 7A 31 ' King Laborer, ---- Topper $41.69 7A 31 ---' Kim-Laborers Track Laborer $11.69 7A 31 King Laborers Track Liner(power) $42.16 7A 31 King Laborers Traffic Control Laborer $37.79 A 1 By King Laborers Traffic Control Supovvisor $37.79 A 31 BA2 - King (aborers Truck Spotter $4169 7A 3I King Laborel'S Tugger Operator $42 46 7A 31 King Laborers Tunnel Work Compressed Air $60,061 A 31 $AC _ Worker 0-30 psi King Laborers Tunmel We k-Compressed Air $65,09 A 31 Bid Worker 30,01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 31 M Worker 44,01-54.00 psi _ King Laborel_c Tunnel Work-Compressed Ali $14.47 7A 31 SAC Worker 54.01-60.00 psi King laboral's Tunnel Work Compressed An $76.59 7A 31 F!<g Worker 60.01-64,00 psi King Laborers Tunnel Work-Compressed Air $8169 7A 3I Worker 64.01-63.00 psi King Laborers Tunnel Work-Compressed Air $83,59 7A 31 l3Q Woi ea 68.01-70.00 psi j ,King Laborers Tunnel Work-Compressed Air $85,59 7A 31 8f4 Worker 70-01-72.00 psi King L_a_bnfOl5 Tunnel Work-Compressed Air $87.59 TA 31 We der 72.01-74,00 psi King Laborers Tunnel Work-Guager and Lock $43.09 7A 31 Tender King laborers Tunnel Work-Miner $42.09 7A 31 ,80 King Laborers Vibrator $42A6 7A 31 K01g _ Laborers Vinyl Seamor $41,69 7A 31 King Laborers Watchman $32,12 7A 31 King Labor s Welder $42.46 7A 31. King Laborer, Well Point l-aborei $42.46 7A 'd King Lubo-ors Window Washor/cleanor 1 2.12 7A 31 King Labor crs-Undgrgromid Sewer General Laborer&Topinan $41.68 7A 31 &Water King Labore s-Undeln'm nd Sebver Pipe tayer $42.46 7A 3I &Water King tan Construction Irrigaticn Or Lawn Sprinkler $13,56 1 Installers King I a rdwape Construction Landscape Equipment $28,17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting Laborers King Lrdrers Rn l-evel $50.82 5D 7h King Car trle Setters Journey Level $50.12 7Lt King Metal Fabrication(In Shoff e15.86 1 King Metal F1b6C1tion(In Shop] $9.78 1 King Metal Fabrication(In Shop) Operator $13.04 1 King floral rahUca[ipr-poShon1 $11.10 1 King Metal rab ni anon(in Soo) $15.48 1King Millwright Level $51.92 5D 1M King Modular 6ulidnos Assembly $11.56 1 King Hodular.Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.5G 1 King Modular Belidlags Plumber $11.56 _ 1 King Modular An Icings Production Worker $9.40 1 . httnc//R7rtreac wa nrndlrti/wanelnnkun/nrvlAlnnelnnkun.aanx 71911/2014 Page 7 at 17 King (Modular 301-dwig3 Tool Maintenance $11.Rai 1 King Modular Buildinw Utility Person $11.561 1 King Modular Buiidi ms Weldor $11.56 1 King Painters Journey Level $37.fl0 uz 2B ,King PileDnvpl_ Journey level $51.071 5D OA King Plasterors Journey Level $49,29 ZQ jR King PlaYoror hrl&Pork Hgr Cmcnt_ Journey Level $0.32 1 Installers King Plunbri K PgribltLel Journey Level $73.69 6L 1g King Power E wL)nt A 0 toraiJort. Asphalt Plant Operators $53.49 7A 3C Be King Powe'Equ pnnent Oun'atpr5 Assistant Engineer $50.22 lA 3C 8P King Pm6i Equipmene Operators Rai net Machine(zipper) $53 00 7n 3C flP King Power Equuipment Operators Batch Plant Operator, $93.00 7A 3C Np Concrete King Power Equ'pmeilt Operators Bobcat $50.22 7A 3C 8P King P Equ'pn nY eaters Brokk-Remote Demolition $50.22 7A 3C 8P Equipment _ __ King P w r uipment Operators Brooms $50.22 7A 3C BP .King Power Eouipment Operators bump cutter $53-00 7A 3C BP King Power Fou'omer2 Operators Cableways $53,49 7A 3C be King Minor m ent Opei atars Chipper $53.00 7A 3C BP Pow King Power isnnnnt 0ueretom Compressor :n50.22 7A 3C BP King Power Eau'pme,t Operators Concrete Pump:Trick Mount $53,49 7AA 3C 8P With Boom Attachment Over 42 M King Power No rim,n Concrete(Jper_Y�R Rnish Macnine-laser $50.22 3�C, 8P Screed King Power EMnia nent Operators Concrete F-11P-Mounted Or $52.58 7A 3C BP Trailer High Pressure Line Pump,Purnp High Pressure. King Power E94tt9-gent Oueratot, Concrete Pump:Truck Mount $53-U0 7A 3C BP With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.53 7F 3C 8P King Power Equ'p r o t Ope uto s Cranes:20 Tons Through 44 $53,00 7A 3C $[, Tons Wlth Attachments King Power Egtfoment Operators Crones:100 Tone Through 199 $54.04 7A 3e 6P Tons,Or 150'Of Boom (Including Jib With Attachments) King Power @gyfpme tt OpPrr}$prs Cranes:200 Tons To 300 Tons, $54.61 M 3C BP Or 250`Ot Boom(Including lib With Attachments) King Power EoulpmenC 0 upL Cranes:45 Tons Through 99 $53.49 7g 30 8P Tons,Under 150'Of Boom (Including Jib With Attachments) King Power Enpimnant 0 eP rates Ganes:A-frame-10 Tons And $50.22 7A 3C 8P Under King Power EAWgitent DpP,YatofS Cranes:Friction 100 Tons $54.51 7A 3C SP Through 199 Tuns King Power Egpiement 0 cp ra[o[e Cranes Faction Over 200 Tons $55.17 7A 3C BP i I King Power EquippentO er Mr Cranes:Over 300 Tons Or 300' $55.17 7A 3C VP Of 8uom Qnciuding Jib With — Attachments) King Power Equal.e It OR 1,Drx Cranes:Through 19 Turn With $92.58 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crus her $53.00 7A 3C BP - King Power EgtJ_pnent Aor$ Deck Enginuer/deck Winches $53.00 7A 3C rip (power) King Power Euuipme_nt Operators Dan'icks,On Building Work $53A91 7A I3C by King PoweY Equ omenC 0 era or Dozers D-9&under $52,58 7A 3C 8P King Power Equipment Operators Drill Offers Auger Type,Truck $52.58 7A 3C 8P _ Or Crane Mount King Power Eauemet OUe'ator8 Drilling Machine $53.00 7A 3C 8P King Power Equipment 0 ep tutors Elevator And Man-lift: $50.22 7A 3C, 8P Permanent And Shaft Type King Po�ulpnent Operators Finishing Machine,Bidwell And $53.00 7A 3C as Gamace&Similar Equipment King Power Egmpmont Operators Forklift:30001 hs And Over $52.58 7A 30 8P With Attachments King Power Equinment0 rhrs Farklifis:Under 30001bs.With $50.22 7A 3C 8P Attachments _ nq Power Equipment Op» Grade Engineer:Using Blue $53,00 7A 3h' 8P 1 Prints,Cut Sheets,ECc King Power Equip neatnent OpPI'atgrg Gradechecker/stakeman $50,22 Kin e'Eaug Pow bbdd Operators Guardrail Punch $63A0 — — 8P , King Power Equip nent0�uTatars Hard Tail End Dump $53.49 7A 3C 8P Articulating Off-Road _Equipment 45 Yards.&Over___ King Power Eyi'7j Went Operators Hard Tall End Dump $53.00 7A 3C BP Articulating Off-road Equipment Under 45 Yards King (Power Equipment Operators Horizontal/directional Drill $52,58 7A 3C — Locator King P_owor Equipment0uurators Horizontalldirecturted Drill $53.00 7A 3C BP Operator Icing Power EClu pL eat Operators Hydralifts/beam Trucks Over $52.58 7A 3C 8P t 10 Tons King Power EauJ.psent Op©tarts Hydralif e/boom Trucks,10 $50.22 7A 3C 8P I ons And Under __ _ King Power Equipment Oper atolS loader,Overhead B Yards.& $S4.OA Z 3C 8P _ Over Ring Loader,Overhead,6 Yards.But $53.49 ]g 3C 8P Not Including 8 Yards _ King Power'Eur' np ertpne-atos Loaders,Over head Under $53.00 7� 3C ESP Yards i hti+nc /IfnrtrF¢a mia nrnr/lnihnianainnknnlnrvlNanr=Innki in A¢nv 71pecio it A Page 9 of 17 King Power Eoul Mont Operators Loaders,Plant Food $53.00 7A 3C 8P King Power Eg4'pjllent Operators Loaders:Elevating Type Belt $52.50 7A 3C Be King Power Equipment Operators Locomotives,All $5300 A 3C 8P King Power Gpwpmcnt.OPEar_to_s Materiel Transfer Device $53.00 7A 3C _ _ 8P .King Ppwe'Fyummont Op©ratoa Mechanics,All deadnien- $54.04 1A 3C 81 $0,50 Per Hour Over Mechanic) Ring Power Fqulnmant Oner=tors' Motor Patrol Grader-Nun- $52.58 7A 3g RP finishing King Power Equipment Operators Motor Patrol Graders,Finishing %53.49 7A 3C 8P King Power Epioment Operators MuclQng Machmo,Mole,Tunnel $53.49 7A 3C eP Drill,Baring,Road Header And/or Shield King Polder Em ipment 0 ea oYo Oil Distributors,Blower $50,22 7A 3C 8P Distribution&Mulch Seeding Operator _ King Power Eaulument Operators Outside Hoists(elevators And $52.58 A 3C 8P Mangan),Air Tuggers,strato King Power Egplpment Operators Overhead,Bridge Type Crane: $53.00 7A 3C BP 20 Tansliv ugh44 Tons King Power Equipment Operators Overhead,Bridge Type:100 $54.04 7AA 3C BP Tons And Over King Power E}uiemernt Operators Overhead,Bodge type:45 $53.49 A X 8P Tans Through 99 Tons King Power Equipment Operators Pavement Breaker $50.22 7A 3C BP King Pnwet_EQulpnlertt OTTeta3rirs Pile Drivel-(other Than Gene $53.00 7A 3C BP Mount) King PgvaLrEquiptj nL Operators PlantOiler-Asphalt,Crushf $52.58 7A 3C 8P King Power Enuloment Operators Pesthole Digger,Mechanical $50.22 _ 7A 3C 8P King power Eqi gnent Orera[ors Power Plant $5022 7A 3C 8P King Power Eguipmont0 erp ator5 Pumps-Wator >50.22 JJA 3C 8P King Power Egalnment Operators Quad 9,1Id 41,D10 And Over $53.491 7A 3C Up King Power Enuipment ge ratoLs Quicklower-No Cab,Under $50.22 A Be 8P 100 Feat in Height Based To Boom King Power rEou(pmont Operators Remote Control Operator On $53,49 7A 3C 8P Rubber Tired lartn Moving Equipment _ __ _ King ower Equipment 0 orators Rigger And Bauman $50.22 7A 3C BP�. K—IN Power EqulpmentO eratnrs Roliagon $53.49 7A 3C 8P King Power Egl it me Yt ODeratou s Roller,Other Than Plant Mix $50.22 TA 3C 81, King PO'NP'Eft i pment ODe a�tp_rs Roller,Plant Mix Or Multi-lift $52,58 7A 3C 8P _ Materials King Power Equipment 0 op r2[o[y Roto-mill,Roto grinder $53.00 7Ai 3C BP King Po�me'Frnlipmant 0 orp atgYS Saws-Concrete $52.58 7A 3C 8P King POwPr EcguipmenC 0 er>f 8C005 Scraper,Self Propelled Under $53.00 7A 3C 8P 45 Yards________ IGng Powei'Equipingnt Operators Scrapers-Concrete&CarryAll $52.58 7A 3C 8P Kiny Power Eq_ufp�nent0 eratoS scrapers,self-propelled:45 $53.49 A 30 8P Yards And Over i King rawer Equip vent 0 e¢ rators Service Engineers-Equipment $52-58 TA 30 8P King Polder Eguinlne;rt Oee'etcrS Shotoretelgunite Equip.-t 45022 7A 3C IIP ISing Powe-Equipment Operators Shovel,Excavator,Backhoe, $52.53 7A - 3C 8P tractors under 15 Metric Tons. _o __ King Power Eg [r opt Ooe rators Shovel,Excavator,Backhoe: 853.49 7A 3C 8P Over 30 Metric Trans To 50 I Metric Tons _ King Po_war Equipment Operators Shovel,Excavator,Bacidioea $53.00 A 3C Be Tractors:15 To 30 Metric Tons King LoAqT ggjAnlont O ey rators Shovel,Excavator,Backhoes: $54.04 7A 30 8P Over 50 Metric Tons to 90 '.. Metric Tons '.. King Pow� Shovel,Excavator,Backhoes: $54.61 TAJ3G6P Over 90 Metric Tons King Power Egulpmepi.Operators Shpform Pavers _ $53.49 7AKing Power i'_gu'ument0 erp a Spreader.Topsider& $53.49 AScreedmanKing Pow> ere Emuipme tt 0oerators Subgrader Trimmer $53.00 AKing Power rummant Operators Tower Bucket Elovators $52.58 7A___King PowerE iumenLOperators Tower Crane Over 175111 $54.61 7A Height,Base To Boom King Power Eeumme't Operators Tower Crane Up To 175'In $54.04 7A 3C 8P Height Base To Boom King Power Transporters,Al I Track Or $53.49 7A 3C BP Truck Type King Power Eeuipmear Qpe tors Trenching Machines $52.58 7A _ 3C 8P K Power Equipment Operators ']ruck Crane Oiler/driver $53,00 A 3C ing 8P Tons And Over Kirrq P ere Equiome t On--tors Truck Cr2ne Oiler/driver Under S52.58 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C SP King P wgerr EpuuiPm@nt El erp arts Weld v $53.49 7A 3C BE r King Power Eq4 pii e rt 0 e atws Wheel Tractors, Earmall Type $50.22 7A 3C Be King Power Eomtgn0 Operators Yo Yo Pay Dozer $53,00 7A 3C BP King Powe'Eguipmeni O car attire Asphalt Plant Operators $53.49 7A 3C BP Underground Sewer&Water King Power Equip pert 0 aar� Assistant Engineer $50.22 A 3C 8P U nderground Sewer&Water Khtg Power Wmnt OTeratorg- Barrier Machine.(Apper) $53.00 7A 3C 8P Underground Sewer&Water _ King Power Equ sment Operators. Batch Plant Operator, $53.00 lA 3C BP _ Eggs, ro-ot nd Lear&Warr Concrete King Power aufpment�Q s61'a - Bobcat $50.22 7A 3C �P Undkoground Sewer&Water King Power Ejp r t Operators- Brokk-Remote Demolition $60-22 A 3CLP U tdemountl Sewer__&Wsster Equipment King Power Foulpment Operators_ Brooms $50.22 7A 3C BP r Under round Sewer&Water I I htrne-Ufnrtracc mra nnvlinitrntanalnnk nnfnMAlanvinnknn avnx 7/pq/on1A Page 11 of 17 'King Power Eq lj_ etf Olob.rators Bump Cutter $53.00� lA 3C 8P U_nderyraand Sewer&Water King Power Eouipmont0 erg am,5_ Cebluways $53,49 7A 3C 8P Underground Selmer&Vdater King RILIIIIIrnl met20perwOrs- Chipper $53.00 7A 3C 8P UntlerOrqurrd SeweCA._-A King POWer Eauipment Operm crs- Compressor $50.22 7A 3C BP Underground Sewer&doctor King Power CKndmmert O�tgrs- Concrete Pump:Truck Mount $53.49 7A, SO UP Undegouno Sewn'&Water With Boom Attachment Over 42 M King Power Equtement Qiert fltnrs- Concrete finish Machine-laser $50.22 lA 3C SP UPdemcorrelational-&Water Screed King Power EgU'pmert Operators- Concrete Pump-Mounted Or $52.58 7A 3C 8P Underorounn Sewer&Water nailer High Pressure Line Pump,Pump Nigh Pressure. King Power Eeuipnlpnt Operators- Concrete Pmnp:Truck Mount $53.W 7A 3C BP Underground Sewer&Water With Boom Attachment Up To 42m King y_gyver_�ginmenTGperBtors- Conveyers $52.58 75 3G 81, Undomrpund 5ewer&Water ' King Power Eau ome nt Operators- Cranes:20 Tons Through 44 $53.00 L 3C 8P Underground Sewer&Water 'tons Wtrh Attacbments King Cranes.100 Tons Through 199 $54,04 ON 3C he Underground Sewer&Water Tons,Or 150'Of Boom (Including Inc With Attachments) King Pwycr Equipment 0 eir ,toss_ Cranes:200 Tons To 300 Tons, $54,61 7A 3C 8P Untlergrouod Sewe'&Water Or 250'Of Boom(including Jib With Attachments) King Power Enulpdga t Ooelnto s- Ganes:45 T ohs Through 99 $53.49 7-$ 3C 8p Un erground Sealer&Water Tons, Under 150'Of Boom (including Jib With Attachments) King Power E[Lu'pment Ooeln[o Cranes:A-frame-10 Tons And $50.22 LA 3C 8P U11dP.YnY611nd snWer$VdaTe' Under King Power LgLkp n_ent0 eo ratof5- Cranes:Friction 100Tons $54.61 7A 3C 8P Underground Sewer R Water Through 199 Tens King Power Equipment Operators- Cranes:Friction Over 200 Tons %55.17 7A 3C 8P Underground Sevrcr&Water King Powyer Enlllpnlent OneJums9_ Ganes:Over 300 Tons Or 30f1' $55.17 3C OP julderground Sewer&Water Of Boom(including Jib With '.. Attachments) King Power Equjpment0 erratm's Cranes;Through 19 Tons With $52,58 3C BP Urderg nr nd Sewe'&boater Attachments A-ftame Over 10 lolls King Power Equipnnen`0 erators- Crusher $53,00 7A 3C 8d, U lderyround Sower R Coate- King Power Equipmerrt Operators- Deck Enginaer/deck Winches $.53,00 7A} 3C 8P Underground Sewer&Water (power) King Power Eor'pme t,pjrerators- Oerrldc,On Building Work $53.49 7A I 3C 11 Underground Sower&Water King Powe-Egmprnant Operators- Dozors D-9&Under $52 v8 7A 3C 8P Underground Sewer&D—aLc�r King Power Egtipment Qperaturs- De ill Oilers:Auger Type,Truck $5258 7A 3C 8P Wrdemround Sewer&Wail Or Crane Mount .King power Equ»> ment Oar t s- Drilling Machine $53,00 7A 3C _BP_ Undargmuntl Sewer&Water King Posts eawpment Operators. Elevator And Man-lift: $50.22 ZA S BP Linder n ai nd Sewer&Water_ Permanent And Shaft Type 'King Power Hou pnant Operato rs- Finishing Machine,Bidwell And $53.00 7A .3 BP Underground Fewer&Water Damara&Similar Equipment King awer Fop t Operate Forklift.3000 Lbs And Over $52.58 7A 3C Orderground Sewer&Water With Attachments _ I King Powe-Et r�jpnent OpPYatuis Forklifts:Under30001-bs.With $50,22 7A 3C 8P Underground Sewer re Water Attachments j King power Equil ment Ope[ntra}'- Grade Engineer:Using Blue $53.00 A 3C 8P U rdprgouid Sewer&Water Prints,Cut Shoots, Etc King Power Eouip Went Operators- Gradechocker/stakeman $50.22 7A 3C Ur' ingorground Sower S,Water .King Power Euu@ment Operatnrs- Guardrail Punch $53m0 3C 3 Underground Sewer&Water King Power Fqd[ mp ent op_orators- Hard Tall End Dump L$52,58 7A 3C 6e Underaround,5ewer&Water Ainculating Off-Road Equipment 45 Yards.&Over King Power Egu'o dent Ooaramrs- Hard Tail End Dump 3C BP Underground Samar&Water Articulating Off-road Equipment Under 46 Yards_King Power Eguipment Operators- Horizontal/directional Drill 7A 3CC 8P _ Locatorng power E ui atent Opinstor4= Horizontal/directional Drill 7A 3C BE Undenl m nti Sewer&Water Oporator King Powe Equlrnnent Operators- Hydraffs/boom Trucks Over $52,58 7A 3C SP_ Up d round Server&Water 10 Tons King Power Eouioment Operatro s- Hydrallfts/been Trucks,10 $50.22 A 3C 8P Un� Tons And Under King Power Equipment 0 era ators. Loader,Overhead B Yards.& $54.04 A 3C (3_P 111derground Sewar&Water Over _ .King Powor Pr t�gl melt Operator_ Loader,Overhead,6 You us.But $53.49 7A 3C BE U, edto round Sewer&YVatar Not Including 8 Yards King Fower E dement Operators toaders,Overhead Under 6 $53.00 7A 3C 8P Underground Sewer&Water Yards King POWuEgulanrcnt Opetauns- Inadon,Plant Food H$54O4 A 3C 8P U udergroupd S wt r&Water __King Powe'Equipment 0 er�aturs- Loaders:Elevating Type Belt A 3C 8P Undw rq ound Sewer&King Power Ir[�t pine tt OperA[�S- Locomotives,All !A 3C8p,Underground Sewe'&Water _King Power Equipment Operators- Material TransferDevice 7A 3C aP Undarground Sewer&WaterKing Power EgUlOment Operators- Mochenics,All(headman- A 3C 8P httnts //fruernss.mranrnJlni/viranalnokunlnrvtNanelnokuaasnx 7/pA/2nl4 Page 93 Ol 17 Urmherground Sesser A,Water $0.Ad Per Hour Over Merhanic) King jPmver Equimclt perotow- Motor Patrol Orador-Non- $52.58 7A 3C BP Unde p.,'ou id Sewer&Water finishing ._.. King Power EGrnpnlP rt Operators- Motor Petrol Graders,Finishing $53,49 7_A 3C 8P _ UndergrounU Sew© &water i King Power Equipment Operators- Mucking Machine,Male,Tunnel $53.49 7& UC 8P Dnderground Sevyer A Water Drill,Boring,Road Header And/or Found King Power Epubnent0 er rs- Oil Disttibutom Blower $50.22 7A 3C 8P Underground Sewer as Water Distribution&Mulch Seeding Operator King Power Eguiwnent Operators- Ouside Hoists(elevators And $52.58 7A 3C 8P ___ Unde r 7n nd Sower&ware r Manlifts),Air Tuggers,strae, King POVJe Overhead,Bridge Type Crane. $5EMS 7A 3C BP Undemroundeyypr&Water 20 Tons Through 44 Tons King Power Epu'pment0 erp> a Overhead,Bridge Type:WO $54.04 3G 8P Underground Sewer is Water Tons And Over King power Town ent Operators- Overhead,Brldgo Type:45 $53.49 7A 3C 8P Underaround Sawer&Water Tans Through 99 Tans .King Power EouIii Operators- Pavement Breaker $50.22 7A 3C SP Und-er�u round Sower&Wn King Power Ei wnment O!>e ators_ Pile Driver(other Than Crane $53.OD 7AA 3C BP Underaround Sew-or&water Mount) King P Eq 'p t Co rate s- Plant Oiler-Asphalt,Crusher $52.58 7A 3C 8P Underground Sewer&Water King Posthoie Digger,Mechanical $50.22 7A 3Q SP Undonruund Sewer&_Water King Power Entagnont0P,and,5- PowerPiant $50,22 7A 3C SP Underground Sewer&Water King Power Ear m Went Operators_ Pumps-Water $50.22 7A 3C eP Under SP,W2r&water King Power'EeuiomutT O ep ratofS" Quad 9,Hot 41,DI And Over $53.49 7A 3C 8P Under;rq o�lnd Setv_er&Nlat_t: King Po quick Tower-No Cab,Under $50,22 7A 3C 8P wer Eg,> Went Ope ators- Ur demrour d Sewer&Water 100 Feet in Height Based I Boom King Power Equipament0poutters,- Remote Control Operator On $53.49 TA 3C Be U tderaro rnd Sewer&Water Rubber Tired Earth Moving _ Equipment King Power Egolpment 0 erp ators Rigger And eeliman $50.22 L 3C 8P IjndPrground'Sewer&Water King Power Eouiorgent OpPr£tprS_ Roliagon $53.49 2 3C 8P Underground SeNmr&Water King Power Equipment Operators- Roller,Other Than Plant Mix $50.22 7A 3C 8P Underg,ou_nd_Server&Water 'King Power Ey i tjt rut OpeE@tgrg_ Roller, Plant Mix Or Multi-lift 552.58 7A 3C 8P U � Materials King Power Equipment Operators- Roto-milk Rote-grinder $53.00 7A 3C 8P ' Undergrountl Sewer&Water King Power Equipment Operators_ Saws-Conorete $52,58 7A 3C 8P WtdergLu3d Sewar&Water _ King Pewa'Fn amett�erators- Scraper,Self Propelled Unripe $53. AA f3f 8P Underaround Sewer K Water 45 Yards King Powe-Eau Anent One ators- Scrapors-Concro[e&CanyAll $52,58 A 3C 811 11n ei �ouur d_SeWer&Water King carver Equipment Operators- Scrapers,Self-propelled:45 $53,49 A 3C 8P Underground Sewer A Water Yards And Over King PoweY Egul ipn ant OOeratoi_s- Service Engineers-Equipment $52,58 7A 3G 8P Undergmund Sower&Water King Power Eou Ana tO ernig t- Shotcrete/guNte I qulpmeot $50,22 7A .3 8P Underground Sewer&Water King Power Eau pment Ooeratg s Shovel Excavator,Backhoo, $52.68 lA 3C 8P Urdnnij nd Sewer&Water Tractors Under 15 Metric Tans. King Power Enur sm pereto s- Shovel,Excavator,Backhee: $53,49 7A 3C 8P Underground 5ewor&Water Over 30 Metric Tons To 50 Metric Tons King Power Equ p nent Operators- Shovel,Excavator,Bankhoos, $53.00 MA 3C BP U ndergmund Sewer&Wa[nr Tractors:'IS To 30 Metric Tons King Power Er{uLgmant Opnrators- Shovel,Excavator,Backhoec: $54,04 A 3C 8p Undotnmund Sower&Water Over 50 Metric Tons I a 90 j Mat,a Tons King Power Equiamett Ope ffiors- Shovel,Excavator,Backhoes: $54.61 7A 3C 8P Undernround Sewer&Water Over 90 Metric Tons King Postal I do oment O aerators- Silpform Pavers $53.49 A 3P. 8P Underground Sewar&Water King Power Eur�pment Operators- Spreader,Topsider Is $53.49 7A 3c Underground Sewer&Water iconoclastic King Power Eft ulomenC 0 PSG ators: Subgrader Trimmer $53,00 A 3C BP Undergrountl Seuvar&Water ___. —_. _._._. King Povrer Eouipment 0 orators- Tower Bucket Elevators $52.58 lA 3C 8P Un[lermouad Sevver&4 ater .King Power EquipmentO erp atat_- Tower Crane Ovol-175'in $54.61 7A 3C 8p Underground 5ewor&Water Height,Base To Boom King Po3'or_RquIt1amorm Og omtoa- Tower Crane Up To 17&In $54.04 78 3C 8P U�eroround ester&.W�terr Height Base To Boom King POV1er EgUI m�C 0 ere ators- transporters,All Track Or $53.49 7� 3A 8P Underground S�wm &Water 17uck Type King Powe'Equl tt orators- Trenching Machines $52.58 A 3C aP Underg nu d Sewer&M+ater King Power Eauiornunt Operators- Tmck Crane Oiler/driver-700 $63.no 7A_ 3C BP dialect otmd Sewer&Water Tons And Over King PowerEqui argent9pecators- Truck Crane Oiler/driver Under $52,58 A 30 HP Undergrountl Sewer&Water 100Tons King Power EGuloment 0 e3 L Truck Mount Portable Conveyor $53.00 7g 33C 8P Underground Sewer&Water King Pastor EGoinment 0 rep at01'S Weider $53-49 7A 3C SP U ndemmuptl Sevder&Water King Power Equipment O eiatars- Wheol T nclos,Fanuall type $50.22 7A 3C 8P Undergrotrid Sewer$,Water 'King took I prnent Opc9_ators: Yo Vo Pay Dozor $53,00 7A 3C j3P, httne !/fnrtrPcc mra nrndlni/mranalnnknnfnrvlNanAlre-I n a,ez 4/%4/2(11 d Page 15 of 17 �n'or nd Sem�e'&WaLer King Line Clearance 17ee Joumey Level in Charge $44.86 5A dA te s .King Power Line Clearance'Ii ee Spray Person $42.58 5A d6l Trimmers King Power I no Clearance Tree Tree Equipment Operator $44.86 SA Trimmers '.. King Pos al'Line Clearance Tree Tree Trimmer $40.08 5A dfl Trimmers King Power Line Clea sure Tree Tran Trimmer Groundperson $30.20 SA 4A Trimmers King Refrigeration&Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Brfck Mason Journey Levei $50.12 5R 1M King Residential Camenters Journey Level _ $2620 1 King Residential Cement M@sops Journey Level _ $22.64 _ 1 King Rondll on DossignHUA ULILr lors Journey l even $39.62 50 11A King R_Asidontial D wa Tap rs Journey Levei $50.87 51, 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 _7L LH King Rosdcntial.Insulation Journey Level $26.28 1 AP Acators King Resident[al Laborer; Journey Level $23,03 1 King Residential Manhle Setters Joumey Level $24.09 7. King Resident ni Painters Journey Level $24.46 'I King Residential Plumbers Journey Level $34.69 i Pipefitters King Residential ReHigeraCon&A7 Journey Level $72.46 6Z I Condiflonfinq Mechanic; Olog e^dePtia Sheet Metal Journey Levei(Fiend or Shop) $41.84 7F 1R Workers King Residential Soft Floor Lavers Joumey Level $42.15 5A 3D King Residential Sor rider F1tCers Journey Level $42.48 SC 2R giLe Protertlan King Residential Steno Masons Joumey Level -�— - $50.12 - -�—m King Residential 7eriazzo Workers Journey level $46.96 5A 1M '.King klemdential lerrd]Z[ rile Journey Level $21.46 1 _ Finishers King Residendai The Sattars Journey Level $25.17 1 King Reefers Journey Level $44.71 5A 3H King Rccfgrs Using Irritable Bituminous $47,71 5fl 3_{t Materials King__ Sheet Matai Kollar,rs Journey Level(Field or Shop) $69.37 IE LEKing Si9nbnilding&5'h e lr Boilermaker $40.12 TO 1H King Shlnpulidin9&Shit�Repa it Carpenter $38.241 70 3B King Shiubulidla&Son Reea'r Electrician $37,80 70 36 King Shighulldlng n Ship Reeafr Heat&Frost Insulator �$68.93 6J 1S King Shlpbulldinl Repair Laborer $36,7BI1 38 King SbIPjpUhdNreL&Shin Repair Machinist $37.81 70 38 - King S6pb0dling&Sin Renal. Operator $40.15 70 38 Kfng Slninbn7lCing&Ship Repair Painter $37.79 70 36 Klgg SBlpbulldil &Shlp Repair Plpefitter $37J71 70 38 King Sbulldinq&Shl RP eoair i2lgger $37,74 70 3B King Sh'pbulid-na&Shin Rem Sandblas-tror $36,78 70 38 King SbipbullCiing&Shj eoelr' Sheet Metal $37.74 70 313 King Shh I lldng&Shlp Re, arr Shipfitter $37.74 70 3B King Shipbuilding&Ship Repair Trucker $37.59 70 3B King SF3jlul ding&Ship Rep alr Warehouse $37.64 70 3B King SF 1phuildi g&3t' enai Welder/Burner $37.74 70 31 King Sion Makers&Installers Sign installer $22.92 1 (Electrical] Kng S-or Makers&Installers Sign Maker $21,36 1 Electrical King Sin Makers&InstaBors fNon- Sign Installer $2-L28 1 Electrical King Sign Naluo-_1Mosthi Sign Maker $33.25 1 Electrical I King Soft Floor I avail Journey Level $-02 15 5A 3D KingSour CostioNfor—Yl ys Journey Leven $12.44 i _ King 5pri Ndor Fitters Rre Journey Leven $6959 5C 1X _ Protection) King Stagg RipgigMecha vial(Nan Journey Leven $13.23 1 Si YUCCui 2 King 20,10Masons Journey Leven $50.12 SA 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers_ King Surma Assistant Construction Site $52.68 ,L 3C 8P Surveyor King Surveyors Chalnman $52.06 /A 3C So King Sur_vewrs Construction Site Surveyor $63.49 7A 3C SP King Telecommunication Journey Levet $22.76 r Technicians King Telephone Line GwILuction_ Cable Splicer $36.01 5A 2B Outside King Telephone Line Construction- Hole Digger/Ground Person 520.Ou A 2 Ourside King relepho ne Dan nonst urEon- Installer(Repairer) $34.50 5A Z13 Outside King Telephone Line Construction- Special Aparatus Installer $36.01 2B Outside King rcieehone Linn Oonstrueion- Special Aplxrratus Installer It $35.27 5A 2B Outside King Telephone Line Construction- Telephone Equipment Operator $36.01 5A 28 Outside (Heavy) King Telephone Llne Construct�n- Telephone Equipment Operator $33,47 5A 2B torten llfnrtrncc rota nrnfllnilm+pnnlnnkiin/nrvlAttanainnknn nvnx v/?<)l9n1 A Page 17 of 17 _Outside _ (Light) __ King Telephone Line Construction- Telephone Lineperson $33,47 yA 2B Outside King l elete Liipe Construction- Television Groundperson $19.04 5A 26 Outsi e 9Ung TelP.l ltLe Line CnlLucilon- Television lineporsoNinstailer $25,27 !A 2B Outside King Telephone Line Churn action- Television System Technician $30.20 SA 2B Outside ''.... King Tolle l me Constructing - Telrarlon Technician $27-09 5A 213 Outside _ King Telephone Cr e Co ut r et'on- Tree Trirmner $33.47 2B outside King terrazzo Workers Journey Level T$42.337A 1M King Tile Setters Journey Level 7 To T ,Vlmmle&Terrazzo Finisher 1H Finishers King TiafAq Control 8tripeg Journey Love) 1K King rrurk D` ery Asphalt Mix Over 16 Vards ON. 3A BLWA-Joint Council 28) King Truck Drlym Asphalt Mix To 16 Yards(W. 3A 8L YVA_Jolnt Council 2fe King TluckDrly@1F OumpTruck&Trn➢er $4B.67 50 3A 81 King Truck Drivers Dump Truck(W.VOI-Joint $98.03 50 3A BL Council 28) King Truck Drivers Other Trucks(W.WA-Joint $48.87 5D 3A BL Council 28) Kiny Truck Driver$ MCC Mixer $43.23 1 King Well Drillers 8�In4ua[irnt Pun11s In'Igatlun Pump installor $17.71 $ installers King WeII Drlliprs&Irrlgatlor Pa np Oiler $12,97 1 Installers 'King Well Drillers&Irroation Purnu Weil Driller $18.00 1 Installers Benefit Code Kay—Effective 3-5-2014 this 8-30-2014 x.mnraon'aare•rs:..r.sx .ass>asasr srsrs. 11.s I 1 11 r —.,-*s .a. a..rmx.wsa.xszaw...ar..ae.e++.r.+sass Overtime Codes Oved au calcalatho.are beard oa the bourly rate aemully paid to the wetter.On public,works projects,theheauly rate most be not leas flan the peavahing rate nfwege miaua the]is ly rare ,fine rest,f Hinge benefit,actually provided for the works,. f. ALL HOURS WORKED PS F.XC.YSS OF RIGHT(8)YOURS PER DAY OR FORTY(40)1 MIT RS PER WEYK SHALL BE PAID AT ONE AN1)0 Nh-IIALF I IMES IfISHOURLY RATE OF WAGE. S. All buss wy ked on Satucdaya shall be paid at one rand rare-half times Ytre hmnly rate of wapa. AI limas worked rat Sundays and holidays shall be paid urdouble the hourly rate of age. C. She fast two(2)hours attar sight(8)i,gnbr Lows Mcuday tlnouAh Friday sad the f Or out(10)bears sou Sahvday rah hapotd at oneand.,,balltimes the hourlyrateofwage All,ther,vertime boors and all hams worked on Sandays and holidays shalt be paid at doable the how'ly rate of wage. D. The Gret two(2)Imes',bsfm�e ca athe o fivexigbt(8)bear workweek dap or a font-ten till)Hour wmr'-week day and The post eOlA(S)hours worked tire next day alter either wotkwaek shall be poor at ona and ova-half thnes the haudy rota,£wage.All addilionN hones,,deed and all worked on Snndnya am bolidays shall bepaid et double thabmuly lets of"age. E. The not two(2)hours after eight(8)regular boars Monday,teaugh Friday mid the pest eight(M node no Saturday shall Iwprdd at ova wad one,hnif iimea the bourly oats of wage. AIi ether hours worked Monday tbmvgb Sat..day, mid all hours,cried on Sundays and holidays shell bepaid atdouble the howTy rate ofwage F The first two(2)hens ape,eight(8)rogulae finws Monday through Ioiday and the first tea(I0)hoots rat Sp arday shill be paid at one wild mue-halftime,the hourly rate of wage.All other overtime honor worked,except Labor Day, shall be paid at double the barely rate of wage.All hones worlmd on Labor Day shall be paid at three tides the hourly rate ofwage. G. The fast tan(10)hours worked mr Sahudaye and the IIlxt tear(10)]ours worlOd on a fifth calendar weekday in a fonr-tan haru schedrdn,shall be paid st one add one-half times the bourly rate oflvago.Aii bmus worked in excess often DU)future per day Monday drough Saturday and,IT be.w.docd on.Sapient and handaya shall be paid it double the hourly rate of wage. H. All hour,worked on Saturdays (except makeup days if wok is lost due to instaneud weather conditions or agaipment Is,aalydueod dart be ptdd at one and onebalflimee the Woody rate,f wage. All hmua vvwkwi Monday tbronghr Saturday,set twelve(12)hours and all hotels ,asked on Sardnys and bolidays shall be paid of doable the j hourly one ofwage. i L All boors worked on Suadays and holidays shall also be paid at double the hourly r.to ofwept, J. The fast two(2)boors attet eight(8)regular he.Monday ihmagh Friday and the first ten(10)bons ou Saurday shall be paid at one and rmo-half times the hourly rate of wags. All hours awaked over tea(10)hears Monday I tluongh Saturday,Sundays and holidays shall be paid at double the hourly rate of wage, K. All hours worked se Bann day,mud Sundays shall'no paid at one and eno-hal£tides the hourly rate of wage.All hears wb,1,,d mr leoidnys shalt bepaid ed idad le the bo erlyrnte of wage. M. All horns waked do Saturday,(oxcept makeup days lfwak is lost due to inshadeut weather eonditldu)shall be That at one and sate-half times the Daily rate of wage.All leers worked on Sundays and holidays shall be paid it doable the hearty rnte ofwage. 1 Benefit Code Key—Effective 3-5-2014 than 8-30-2014 1. N. All been worked on Saurdays(oxeept makeup days)that be paid at ma and are-half Hmaa the barmy rate a£ wage.All hears worked on Sundays mud holidays shell be paid at double the hondy nine of wage. O. Tlha InA an(I0)bouts worked on Satanday shall be paid at one and one-half times the rosily rate of wage-All boars worked on Sundays,holidays and otter bvelve 1]2)hours,Monday fin road Friday and after tau(10)banes tor And,day shall be paid atdoubl,the ho sly rate ofwage. P. A71 hours worked on 9aivtdaya(exceptrnakenp days if clruum,trouca,wnetant)end ahurdays shall b,paid at one and � one-pelf times the hourly rate ofwagc.All baps worked ce hohdays shall be paid at double the hourty rate ofwagc. Q. The fire two(2)hours after eight(S)regular hems Monday tbtnngh Frlday and tip to ten(10)boars worked en Saturdays shalt be paid at one and ceawbolf tines Bic hondy ram o{wage. All boas worked of eacess of ten(10) hours per day Monday though Saturday and elf bears worked on Sundays and holiday,(except Christmas day)shall be paid at donhle the hoarly rate of wage All hours worked on Clnistoas day shall be paid at two and one-half times it,,hourly rate ofwage. R All boursv,alkad con Sundays and holidays shell be paid at two it..,the hnplyrat,ofwagc. 5. 11c firs[two(21 home after eight(8)regular hours Monday thtnngh Riday and the first eight(8)bales on Saturday shelf be paid at one and our-half it..,H.hourty rote of wage. All houra weiked we holidays and all other, overtime hours ,o,ked,except Labor Day,,ball be paid at double the hourly pate of raga.All hers worked arr Labor Day shall be ecol at throe times the handy to ofwng,. U. All hams worked on Saaudays shall herald at one and'anahaif 0mes the poorly rate,£wage.All boors worked ant Sundays and holidays(exaept Labor Dey)stall be paid at two tubs the hom4y rate of wage All hours worked to febm Day slat]be paid at three do,.the hnurlyon,arw,tge. V. All he,..worked mu Sundays and ht hdaya(axuyt bla nknoiving Day mud Christmas day)shnt]be paid at no and one-half times the deeply one ofwago-All bays worked on Thanksg,do,Day and CMA.,day shalt be paid at depth,tho poorly to of wage. W. All boar.,worked on Saturdays and Sundays(except make-ap days due to conditt.te heyood the control of the ,tfabyer))shah(be paid at ooc and are-half tone,it.hourly rate of wage.All houra worked on debaser shalt be pnld of doable do,,I ly rnfa,£wage. X. The brat foe (4)hours it,,eight(8)tcgnlar hears Monday thtnngb Frolay and the brat hvolve IN)hours on Saturday shalt be paid of one and one half times the hourty park of wage,All Enco,worked ova twelve(12)Loves Monday through Saturday,Sunday,sad bohdays sball bapald of doable the boats rote ofwagc When holiday falls nu Saturday or Sunday,the not before Saturday,Friday,tied the day after Snsday,Moudag shall be eouArkred the holiday and all work perfbmmd stall be paid of double the howdy to ofwagc. j T All hones worked..laid,tho hems of 5.00 am and 5AU pm(or such other houra as may be agreed upon by any employer and the employee)and ail honv wodrad in exeesa of eight(8)hours pm.day(10 honr,par day fora 4 x 10 workweek)and on Saturdays and l o dleys(except labor dey)s],a11 be paid at one and one-half amen the hondy t to of wage,(except fire employees who are absent from work widhad prior approval on a scheduled workday daring the wodove,,k shall be told at the rfought-then rate anti]they have worked I levers in a day(10 in n 4 x 10 workweek)or 40 horns drn ng that workwark.)All houra worked Monday through Abordry over A dye(12)hour and all ona,'ereed on Sandnys and Labor Day shall bepaid of doable the hourly rate of wage. Z. All houra worked par Saturdays and Sundays shall bepaidatoneand one-halffimes the hourly bracefeage All hoar,worked no holidaye,,ball hap iRl the strnlght tint,rate Afpay 1n addhbv,to hohde,pay. 2 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 2 A7.6 HOURS WORKED INRXCUSS OF EIGHT(S)HOURC PIT DAY OR FORTY(40)I fOLRSPER WEEK SHALL BE PAID ATONE AND ONE-f1ALY NAIES 12ff,HOURLY RALE OF WAGE. K .All home,wodced on holidays shall be paid at one turd one-half Umos the hourly rate of wage. C. All boars worked on Sall shall be paid at one and one-halftime,ire hourly ,,is of wage All berm woulum nn ha rope Grant bepaid at two times the briny rate ofwaga F. The first eight(&)hours worked on holidayssbarl be puller thu,neighthourly rat,afwage in addltion blithe holiday pay,All No a worked in exo,ss upright(8)hours an holidays shall ba paid m double tire hourly rate of wage. G. All tress workcd on Sunday shall be paid at two Umes the hourly rote ofwaga.All hours worked ou paid hobdays shall be paid at two and one-half times the bourly.,is ofwaga bslading ha eley pay. H. All hears worked on Sunday shall be paid at two times the hondy rate ofwago. All hours worked onbofuLys shad be paid m orte and one-halftime,the hourly roo,of wage 0. Allhoursworked on Sundays and holidays slmlt ba paid ab ona and lieu-fralftimev the how4y raW afwage. R. All hurts worked in,Sundays and holidays and all hours worked over sixty(60)in one week shall be paidat doable the hourly rate of wage U. All hours worked on rNeardays shall bo paid at one and one-half tnncv if.hourly rain of wage All boar,worked over12boors re.,day a on Sundays and holidays shall be paid at double the Intel ateofwage. W. The first two(2)hems after right(R)rugrlar hours Monday through Friday and the firs t eight(li)holm on Saturday chill Pa paid atone and ona-Emf tiaras the hourly rat,ofwaga All oPlai hours workrd Monday fle mtgh Saturday, mhd all hourswmkodan Snndtrys and holidays stall ba paid ut double tbehourly ram ofwaga. Orrhara day, fan-Enur weOdy schedule,either Monday thin Thursday m'Nesday thin Friday anlhedula,all hours workcd after ten I ,butt Go paid ao donne Ore hoesly urea ofwaga.The©rrt eight(S}boom wwlmd on the fifth day,twit Inc Paid at one and one-half dines the NO ad,on,afwage.All other bonne worked m the fifth,sixth,and seventh day,and on holidays shall be paid at Mubte the hourly rate of wage. 3. ALL HOUR'S WORKED N EXCESS OF EGPTP(9)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAD)AT ONE AND ONE{-HALT TIMES TAR HOURLY RATE OF WAGE, A- Work perfanned in uaee,euOugln(8)hours of straight time per day,oronN0)hours of straight Ursa per day"Poor bear role(10)burr shifts are established,in forty(40)hone offer iight Too pmt wank,Mnuday through Friday,ar armed,the smut ship,and all work on 5annalays shell be paid at time and mrcrtnlf the straight Auto rote.Hems workcd over twelvohoms(10)iu a single shift and lilt workperferidd after 6:00 pm Sur away to 6:00 an,Monday j and holidays shall be paid at marble the straight dare rate ofpay.Any, shift staving between For hones of 6:00 pen I and midnight shall,,umve au additional cue dollar(SIdad per hour far all hours wmkwl that Safe the employer shall Enron the solo discretion an assign avavume wurkto omple,eas.Nuarary mosidentlon for overtime work Hull be given to unph yews regularly assigned to the walk to he performed on overtime sitaahmts.After an eanpleyee has worked eight(8)hours at an applicable over emo.(a,all additional hours shall b,at the applicable overtime pay ,mill ad,flow ostheemploye,bus ludo beak ofeight(8)taus or more H. The first foul(4)hours after eight Fit regular hours Monday,through Friday and the past twelve G2)burns on j Saturday shall he paid at one and oua-ralf times the hourly into of wage.Allhmes worked over hvelve(12)home Monday,through Saturday,and all honre warned on Sundays and he&rays,rah be paid at double the homiy,rate of wage. 3 lBenefit Code Key—Effective 3-5-2014 thru 8-342014 3. C. WeA,,cibioued in exccas fea,ht(8)}mars f sir agile timepcs day,or On(10)hours of,traight tine per day whom tour ten(ID)boar sldha are astablisbed,or Arty(40)bulls ofsUaigbt time par week,Monday tntungh h,iday,or ouhide the uonmtl Job,tad all wall,on Saturdays shall be paid atoun and onebefffimes the hmaly one Hwage. All work penfmmed ahn,6:00 pm Saturday to 5:00 am Mm,day and Holidays shall be paid at double the homdyrato of wuga Afttt an employee lus worked night(8)hull,at an applicable oveahne rate,all additional hmus shall be at the a pidwablo....than cate until earn time a,it,,employee has had a hwe k cfalght(3)hems m'more. 1) All hmrrs..rocked between he turns of 6:00 fair led 6:00am,MoMay through Saturday,shall be paid ola pmudnm eta of 15%ovarthe bluely rate afwage.All ofi w hours wrnimd altar 6:00 On an Saturdays,shalt be paid atone and one-half times the hourlyrate ofwage.All bras worked on Sm,days and hohdaya shall IF,paid at doable the hourly rule of wage. h. All hours wo,ked Sundays and holidays shall be paid at double dia hourly rue of wage.Each week,once 40 hours of A stela tine weak k rehiaved,thca,soy hou,svotkad ova,10 bears per day Monday through Saturday skull be paid at double fire hourly wage cute. P. All hours worked tun Saturday shall be paid at kwc and mu+halfnaes the hourly rat of cash,.All bona walked on Sunday shall bn paid at two times the hourly rate of wage.All hours worked on paid bolidays shall be paid at hvo and ono-half time,the hourly rate afwage including lmliday phy. it. All work pertonned on Parlays bndavccn March loth and October 14M and all Holidays shall be emnpwwaled for at Two(2)times too,again, .to of,i Wed,I..heated oil Sundays between October l5th and March 15(h shall he emnpenFow1 atone and one half(1.1U)times the Oasis,rate ofpay. 1. All hours worked on Saturdays shall be told at one and one-anybmes the hourly rate of wOU.In the wOu$rejob is down due to weather conditions during a five day workweek(Monday through Friday,)or a four day-ten bourwnrk week Dresday(holugh Friday,)rhea Saturday any be worked u a vohavery,m,kwup day at the stroight tine rate However,Sawo day shall not ba utilirr:d a,a tnahearp day when a holiday falls on Funny.All horns worked Monday through SatuMoy aver,tweke(12)hours and all Forms walked on Sundays and holiday,shall To Pool st double the faulty rate of wage 4. ALL HOURS WORIFFiD IN EXCESS OF RIGHT(S)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL AE PAID AT ONE AND ONE-I MIT TIMES TIIE HOURLY RATE OF WAGE, A. All Iran.worked in excess of eight(8)tour,per day or ferry(40)houn per-week shall be Paid at double the hourly rate of wage.All bolus worked on Sularday,,Sundays and holiday,shall be paid at double the Amid)rate afwage. Holiday Coder 5. A HnHdays: Vow Years Day, k[emoriul Day, Independence llny, Later Day, thanksgiving Dny. Puday after Thoo ksuiving Day,and Christmas Day Uk R Holidays: New Year's Day, Meuorlal Day, Independence Day, Labor Day,1l,ank,givn,g Day, Friday, efte, Tlmrdcsgivh,g Day,the day before Ciniatmag and Cue lmas Day(8). C. Holidays: New Yun2s Day Presidents'Day,Mercurial Day,Ivdepnndeuce Dag Labor llaK Thanksgiving Dag the Friday after 7baaksgivin,Day,And Chriaturas Day(8). D. Holidays:Nnw, Years Day, dal Dag Day,Labor Day,77wnlrsgrvng Day,the F,fdand Saturayafer 17unkieivng Day,And Clnsvnn,Day(8). 4 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 S. H. Holidays:New Year's Day,Mema,ial Day,kntcpendence Day,Tlwalagm,Day,the Dey after Tbanksgivitgg not, And Christmas(6). L Holidays:New Yea,'s Day,Memorial Dny,IodePe'anca Day,Labor Day,'Ihanksgiving Day,and Ch,stmas Day M. J. Holidays New Yea6llay,Mannoriat Dey,Indgwndenee Day,Thanksgiving Day,Frilly after TI ankvgiving Day, Clnis[mas Ew Day,And CdnisVnes Dey(7). * Holidays:New Yee,',,Day;P,sfdents'llay,Memorial Day,lndependenne Day,Lab.Day,Thanksgiving Dey, Friday After'11nank3going Day,The Day 13efo.o Ch isfiws,And Clontmas Day(9). L. Holidays: New Yes,',Day,Martin Lather King Jr. Day, Mom oria] Day, Independence Day, Labe.Day, Thanksgiving Day,Friday After Thanksgiving Day,And CboiA.x Day(8;). N. Halldays:New Yem'a Day, Presidents' Day, Manorial Dxy, Indepetrd m. Day, Labor Day, VoW n ns'Day, Thanksgiving Day,The Friday All,,IsI ank,gi,mg Day,And Ch. mar llay(9). P. Holidays:New Yea,a Day,Memorial Day,Independence Day,babe,Dxg,Thanksgiving Day,Friday And Sbmrday Ann,Thanksgiving Day,The I),Bell=Cimstmas,And Christmas Day(9).IPA Holiday Fails On Sunday,The Following Monday Shall Ee Ce sidared As AHotiday- p. Paid Holidays Yew Year's Dny,Menno,lal Dag Tndependenoo Day,LaNn Day,Tlrenksg,,.g Day,and Christmas Day(6). R. Paid tiolid.ryc Ncw Y.,s D.A,M=mo,ia7 Dey,Independence Day,T abm Day,Thanksgiving Day,Day ARez Thanksgiving Day,One-HalfDay Defnne Cbrlstrsas Day,And Christmas thy.(7 12), S. Paid Holldays:New Yeo,'s Day,Presidents'Day,Munorlei Day,Independence Day,DaM, Day,'fhanlsgtvtng ➢ay,And Christmas Day(7). T. Paid Holiday,'. Naw Year's Day, Was4dvgion's Dirlhday, Memorial Dny, Indopende,wa Dny, Lab.-llay, j Th.ksgfving Day,The Friday Afte.'TtrankgMdg Dory,Civshnas Dag And The Day Before Or Afte,Chu,ln n, 7 A ddays:ties Year',Day.[vlemo.iel Dag Independence Day,Labor llay,Veterans Day,Thanksgiving Day,the Friday atterl7,anksgiving Dag And Ch...I.,Day(8). Holiday Codes Continued 6. A Paid Halldays:New Y.- 's Day,Fresfden&llay,Mew,orial Day,Independence Dny,L le,,Day,Thandtsln mg Day,The Friday Atte,Thanlcgfvtng Day,And(7lvistnms Day(8). E. Pafd Holidays; New Yeark Day, Day 13efo.e Or After Ncw Yeats Day, P.oadorso Day, Memorial Day, Indcpendonoe Day,Labor Day,Thanksgiving Dag Day After Thanksgiving Day,Christian Dny,And A Half-bay lh,Chdnae.,Eve My.(912) G, Paid Holidays Ncw Years Day,,Alarthn Lethor .King Jr.DsgP d nn'Dag Manorial Day,Indapendcnoe Day, Lslno Day,Ve nntf Day,TbanksgivingDay,The Friday Aft,fdanksgiving not Christmas Day And Christmas Pve Dxy(11). H. Paid He id:y, New Yo es Day, New Year's Eve Day, Mendonst Day, lad©pan.. Day, Labor Day, Tl,anksgivmg Day,Friday After Thaakgeving Day,Ch istl,.s Day,'lbe Day After Cl istmas,And A Floating Hohdny(10) 5 Benefit Code Key—Effective 3-5-2014 thru 5-30-2014 6. 1. Paid Holiday,:NcwYter Day,Manorial Day,SadgDhdencoDay,Tabor Day,Tbanksgrvtng Dag Friday Aft�Tha k,gwong Day,And Christmas Day(7). I'. Paid lluGdaya: New Y ar'u Day, D,,sldea W Day, Memorial Dag fndepandemo Day, Labor Day, Thookaglvtng Day,The Friday Aflea Thanksgiyhig Day,Tba hat Wodcing Day 13ofore.Christmas Day, And I lvhsanas Day(4). Z. Ilofiday,t New Yeae,Day,Menndai Day,IMspendenaay,Labor Day,Thank g vmg Day,Friday after Si,.ksg,,ing Day,And C9mrtnras Day(7).If a holiday£ails on Saturday,the proi,,dmg Friday,hall bo ..,Stead as the holiday.If o holiday falls on Saaday,the Ilfllowing Monday shall be emsidm:sd ea the holiday. Holiday Codes Confirmed 7. A. flolidaya:New Yeafa Day,Memorial Day,independence Day,Labor Day,Tbanksgivtng Day,The Friday And Saturday Agar Thanksgiving Day,And Chri,ltnaa Day(8).Any Holiday Which Falls Dn A Sunday Shalt Bn Observed AeAHolidny On The Prollowing Mouday IL auy aflbe listed holidays}]ells one Saw,day,tl,a preceding Friday shall be a ireplai work day. A Halid.ys:New Yeaei,Day,Wsa,ayl Day,ladependence Day,Iabm:Day,Thmffispving Day, the Friday and Sanuday its,1'ha.ksgivt.g Day,And Christmas Day{8).Any holiday M khfalls ou a Sunday 0..11 Nis.!,,r,od as a held,on the fallowing Monday.Any holiday wheal,falls on o Saturday shall be obaieuad ns a holiday on do, Inecrxting Friday- C. H.M y.: New Year's Day, Martin Lnthm, I ., Jr. Day, k[exnodal Day, Independence Day, Iabor Day, 1hanktitmog Day,The Friday Afmr Thanksgiving Day,And Clitutu es Day(8).Any holiday which falls on a Sunday shall be observed as a holiday no the following Monday. Any holiday which Falls on a S.tnsday,hail bs obsuvnd as.bdidhy on the or.,fng Friday. D. paid Holidays: Now Year's Day,Msnnorial Day,Iudspsnd.a Day,Labor Day,Veteran's Day,Thanksgiving Day,flea Pdday,after Thanksgiving Day,And Chdehn.,Day(8)-Unpaid H.Hdays:li'esidsnt's Day-Any Find holiday which fails on a Smrday,sash be observed as a holiday.the foll.M.g Monday.Any paid holiday which fads a.a Saturday shall lw observed as a holiday air D.preeding Pdday. E. lfolidaya:New Ye.r',Day,Memorial Day,Ldepeo tro,a Day,Tabor Day,Tha lo,gying Day,the Friday after De.iksgivh,g Day,And Christmas Day(7).Any holiday which falls a.a Sunday shalt be obsorved.a holiday on the following Monday. Any hohday which fahla an a Safer fay shell bi,obsorved a,a holiday ao rba praaoding Friday. F. Holiday,:New Yeai a Day,Meoa rinl Dag Indapurdencs Day,Labor Day,Th s,CB vitrg Day,1bo Friday It. Thanksgiving Day,the last rvorldng day bcfors Christina,day and Christina,lay(8).Any holiday which falls oo a Sunday shall be o .,,sd as a Middy on iha fallawurg Monday. Any holiday Add falls on a Safndny,hall be ob,uvod a,a holiday on fee preceding Friday. * Hohdays:New Yeats Day,Memorial Dag h,dnpe.d.,s Day,Labor Day,TI hlodiving Day,and fAristmaa Day (6).Any holiday which ihll,on a Sunday shall ba observed a,a hands,on the following Monday. H. Holidays: New YcaF, Day, Martin Iuthr, King Ir. Day, Indepe.dcneo Day, M...,W Day, Labor Day, Thanksgivng Day,fire Friday alter Thanksgiving Day,the Fart Working Day befn,e Christmas Day and Cane,., Day De.Any holiday whin},falls on a 5unday,hall es b.,ad as a holiday an this following MOMay.Any halidny which fails.a Sa hWay aball be obs,rv,d es a holiday m,rho preceding Friday. i 6 I Benefit Cede Key—Effective 3-5-2014 thru 830-2014 7. I. Ilo idays:New Year's Day,Preald,wf's Day,Indejw ,cheoe Day,Morecrial Day,Labor Day,Tleckeid,.g Day,'Phe Pi Way Auer Thanksgiving lay;Tho Day Before Clykuras lay And(canna'lay(9).Any holiday whmh falls on a Sunday shall to,observed as a holiday on the following Monday.Any holiday which falls on a Satarday,not be observed asu holiday on the paeording loiday. I. Holidays:New Year c Day,Indepeadttw Day,Mon oml Day,Labor Day,Thanksgiving Day and Chrisaues]Jay (6).Any holiday which fails ou a Sunduy lotil h oIocxved to a hohdzry on do,t ll,wing Monday. Ayy holiday which thus an a Samrday,shall be observed ac a holiday oa the preceding PNday. B. Holidays:New Year,Day,Memorial llay,Tndepeadeoce Day,'Iha Jd,,f,iug Day,the Friday and Saturday agar 'fhanksp}vingDey,And Cbxlshnns llay(fi). Anybnitday which falls nn a 5hndap shall be observed as a holiday on the tollowing Monday. Any holiday which falls nu a Sa[aeday ahall be observed as a holiday on the preceding Dcaloy. L. Holidays.New Year's Day,Memorial Day,Labor Day,fadependeneb Ihg;Thanksgivtng Day,the Last Weds Day before OnlDe...Day,And Chrismtas Day(7).Any bollday winch KID en i,Sunday shall be obaaved as is holiday on the following Monday.Any holiday which Palls as,a Saturday shalt be obsarveet as a holiday on the preceding Friday. M. Paid Idolidaya:New Yeats Day,'11.llay ale,or before New Year's Day,President's Day,Mavrntai Day, htdepatdence Day,Labor Day,Thanksgiving Day,also FmIsy aRer Thanksgiving Day,Chrisnnas Day;And he Dig after as before Chrisnnas Day 10).Any holiday which falls on a Snaday,shall be observed as a holiday c the fblW,,cg Monday.Any holiday Moch falls re a Saturday'hull be observed as a holiday on the preceding Priday. N. Holidays New Yeats Day,Memcomf Day,Independence Day,Labor Dag"Lhanksglying Day,the Friday efts, Thaakagmeg Day,And Christmas Day(7),Any holiday which falls ou a Snaday shill be observed as a holiday on the fallowing Monday.When Christmas falls on a Saturday,the preceding Friday shall bz observed as a holiday. O. Paid Holidays:New Yeats Day,The Day Alter Or➢elnre New Yeats Day,President's Day,Manorial Day, fadependets,e Day,Laba Day,Thanksgiving Day, the to iday After Thsnksgiving Day,Clristmas Day,The llay. After Or Before Chrisnnas Day,And The D-ployoca Birthday.11).Any holiday r,hwh pelts on a Sunday shall bo observed as a holiday we the f4c je,Monday.Any holiday which fad,on a Safirday'brill be olssasvM as a holiday oo the preceding Friday. P. Holidays New Yai s Day, Memorial Day, hhdepeadeace Day, Lab., Day,`ibanksgoing Day, Friday after Thanksgiving Day,And CWiatmas Day(7).Any Imhday whteb falls on a Sunday shall er observed es a holiday on ,he follmving Monday. Q. holidays:Now Yar's Day M nnonal Day,Independence Day,Labor Day,Thanksgiving Day,the Friday after 'It..negiving Wy,the Last W.rking Day before Clnismms Day and Chbetonaa Day(9).Anybnitday whioh fatly., a Sunday shall on nbso,,rd as a holiday un the fallowing Monday.Tf any of the listed holidays falls oa a S ce day, the preceding Friday shall ba o mplar oak day R, Paid Holidays:NevvYears Day,the day after or Mere New Year',Day,Pi,sident s Day,Mentaial Day, Independence Day,Labor Dag`llomeegi,mg Day,tho Friday attar Th:uhksgiving Day,Chrisnnas Day,and the day after nr before Ctn'ietmas Day(10).11 any of the listed holidays Call on Samrday,the preceding Mbfins shall be j calemod as the holiday.Irony of the hated holidaya fails on a Sendag thtc day otaw nd by the Nation shad be wnsideaed a holiday and cwnperosated accordingly. S. Paid Holidays:NewYear's Day,Mammint Day,Indepondoace Day,Labor Day,Thanksgiving Day,Friday Aher Thaaks,yd n,Day,Chrisnnas Day,The Day adf,Chrisdaa,And A Floating Holiday(9).If any of the listed holidays falls a,a Sunday,the day observed by the Nation shalt be consuleced a holiday and compensated accordingly. 7 Benefit Code Key-Effective 3-5-2014 thru 8-30-2014 Note Codes B. A. In addition to the hourly wag©and fridge o nefito the follmvidg depth rnmuwns apply to depths of fifty feet or j morn: Over W To 1001-,$2.00 per Foot to Faeh Foot Ovea.in Feet. ()vain 100'I o 150'-53.00 pat Foot for Each Foot Cher 100Foat Over 150'To 220' $4.00 pa Foot for Face,Foot Cdou 150 Peet Over 220'-$5.00 per Foot for Fact,Font Overt a)Poet C. Ia addition to the he If seve and fringe beue4ts,the following depth prehninms apply to depths of fifty feet or More'. Over 50''1b 100'-$1.00 per Foot for hash Foot Ovcc 50 Feet Over I W To 150'-SI50 pal Fort far Brach Foot Over 100 Fect Over I50'To 200'42.00 per Foot for Bach Coot Over 150 Foat Oven 200'-Divei,May NameThr,Own Prior D- Workers working with supplied air on hazinat pi of cod receive an additional$100 for hear. L. Worketa on b,mnat projects receive addi6ahal howdy p.cda vs as fellows-1sw1A:$0.75,Level B.$0.50,And Level C:$0.25. NL Weaker,cur bzanat projects receive nddifiodnl hourly premiona efollows:L.IrA@,B:$1.00,Tavel.C&D: $OSO. N. Wo keys on havmal Period,ce:ciw addhimn d hourly promihon,as lbpows-Level:$1,00,Lv al B:$0.75,Level C:S0.$0,And Level D:WM j P- Workers uv hazmat projects reuetve nddihmml buody p.......a as fullovro-Class A Suit$2.00,Class B Suit: $1.50,Class C Suit$1.00,And Class D quit Wild. Q. The highest pressure registered on the dauge$m'an aeeurancled time armor,than fiifeen(15)minutes during the shift such be used in dive,..nining the sonhepaid R Effective Aagust 3L 2012-ATrafre Control Snpohvisor shall he present ce the project whenever flagging or spotting or in,,hilly,rn ue.1].hot is being courted,A Trarfie C.Uccl Labor or performs the setup,maintenance rand removal of ail tempmnry baffle eonhot devices end constrorniinsi"'s necessary to tsecout deb{exrlar,bisryclq and patinstrian tratPic during mnsWodon operations,Flaggeas and Spotters shall be posted whelp sbowu on approved liege Cbntml Plana or wbere directed by the Engineer-All fl.ggers and spotters shrill possess a cogent flagging mrd isntedbythe$laze of Wnshingtoq Or,gaq Manfaaq orfdahn.Tlroee e7nssificxtlnna arc roily effective ou cr after Augost31,2012, S. FYY'ective Auguat31,20I2-ATraflie Confrot Sbpervisor shell be prevent on ilwpt Jout whrmevtt gagging or spotting or othea traffic control 1abm is hang, c[ditch.Pledgers and Spotters shall be posted vparn st u vo an approved inside Central Flessa of what,since the Engineer.All Baggers and spottno shn11 possess it owent flagging cu3 issued by the sure of Washington,Oregon,Nevadan.,noTd.he.'I his loci fication is only effralve on crafter Angtst31,2012 T. Fffcd.Argust3l,20I2-ATraBie Cnnfroltabonevrpedmtnsthesttugmalnteniiiceandremovalofatl tempomiy teeffle eoutml devices end cons(rnctiatsigns nepessary to control vebioulay 67cycte,aid paiastzian iraffio during eon ftropon operations.Flogger,and Spotters shall be posted where shorn on epproved'haf o Content Plods or"limo JimArd try the$$ngbscrn All flaggnho and eti fe.shall possess a currant flagging cant issued by the State of Washington,Oregon,Mcntana,or Idaho.Th"classifteaticn is only effective mam-after Aaguat31,2012 B