Loading...
HomeMy WebLinkAboutPW16-184 - Original - Petersen Brothers, Inc. - 2016 Guardrail Repairs - 05/05/2016 ri/�/iiG/r rr/ �■/,ram rr// /,� �.roiCip �ri//�j/ ,L RU 410, J , C 0 d s WA ENT r����.,;, %; rr r Document HINGTON CONTRACT COVER SHEET' This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Dame: Petersen Brothers, Inc. Vendor dumber: JD Edwards Number Contract Number: I W- This is assigned by City Clerk's Office Project Name: 2016 Guardrail Repairs Description: ❑ Interlccal Agreement ❑ Change Order ❑ Amendment 0 Contract El Other: + ontra'ct Effective ©ate: Date of the Mayor's signature Termination bate: 30 working days Contract Renewal Notice (days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operations Contract Amount: 80 68'g.22 Approval Authority: (CIRCLE ONE) Department Director Mayor FCityCouncil Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of repairing existing guardrail a,nd crash cushion As of: 08/27/14 ,, Illili i 111 r, ,, ;'. �, �; ,,, U��� Illlii�� I�I r „. ,, f f �; ; :: ;,,, r i TAB I N DEX ry Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract , Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 WSDQT Standard Plans Tab 6 Summary of Quantities and Location Map Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates .y 1 J , J CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2016 Guardrail Repairs Project Numbers: 15-3001 BIDS ACCEPTED UNTIL April 12, 2016 1:00 P.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY .]. LAPORTE, P.E. PUBLIC WORKS DIRECTOR N S. 3h 6/2016 � J `'/ONA L FNG\ KENT W A S H I N G T O N ry 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 a Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions WSDOT Standard Plans Summary of Quantities and Location Map Traffic Control Plans Prevailing Wage Rates XNVXTATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 12, 2016 up to 1 p.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 1 p.m. for the City of Kent project named as follows: 2016 Guardrail Repairs Project Number: 15-3001 The project consists of repairing existing guardrail and crash cushion all in accordance with the Contract Plans, Contract Provisions, and the WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately is between $130,000 and $180,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Joseph S. Araucto, P.E. at 253-856-5664. l 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. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at 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 must be included with the bid. 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 22"d day of March, 2016. BY: /�l/�'IG Ronald F. bore, ity Clerk Published in Daily Journal of Commerce on March 29 and April 5, 2016 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date // This statement relates to a proposed contract with the City of Kent named 2016 Guardrail Repairs Project Number: 15-30:01 I am the undersigned bidder or prospective contractor. I represent that - 1. I �11 have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: P SIGNATURE/TITLE 2- ..��a q 6-5qo ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2016 Guardraff Repairs/Araucto March 22, 2016 Project Number: 15-3001 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who, perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions, for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: L 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: �2 For; 71t Title: k, Date: 2016 Guardrail Repairs/Araucto March 22, 2016 Project Number: 15-3001 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2016 Guardrail Repairs/Araucto 3 March 22, 2016 Project Number: 15-3001 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT 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 "'�e 1z r-A�\e'rs . �c Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2016 Guardrail Repairs/Project Number: 15-3001 that was entered into on the (Date) "I , between the firm I represent and the City of Kent. I 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 Equals Employment Opportunity Policy that was part of the before-mentioned contract, By: Fo r: 5 a ?)Ir 0 Title: Date: 2016 Guardrail Repairs/Araucto 4 March 22, 2016 Project Number: 15-3001 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that P 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 2016 Guardrail Repairs/project Number: 15-3001 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 und'ertake 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, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts, to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The correctedtotall bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NOI . NO. QYANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CIS YDS Including Haul Per CY Any bids not filled out properly may be considered: non-responsive. 2016 Guardrail Repairs/Araucto 5 March 22, 2016 Project Number: 15-3001 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization WSDOT LUMP SUM Per LS 1005 8-11.5 525 Removing Guardrail lzl $ $ WSDOT LN FT 9' Per LF 1010 8-11.5 6 Removing Guardrail Anchor $ $ WSDOT EACH Per EA 1015 8-11.5 300 Removing and Resetting $ $ K WSDOT LN FT Beam Guardrail Per LF , 1020 8-11.5 6 Beam Guardrail Anchor $ WSDOT EACH Type 1 3� Per EA 1025 8-11.5 2 Beam Guardrail Flared $ $ WSDOT EACH Terminal Per EA 22 1030 8-11.5 490 Beam Guardrail t $ $ KSP LN FT Per LF 7?� 1035 8-11.5 1 Remove and Install New $ $ #0 KSP EACH Crash-Cushion Attenuator Per EA System W_ 1040 1-10.5(1) 1 Project Temporary Traffic $ $ WSDOT LUMP SUM Control V Per LS 1045 8-01 250 Seeding, Fertilizing, and $ $ �KSP SQ YDS Straw Mulching by Hand, Per SY 6 ,�3 2016 GuardraH Repairs/Araucto 6 March 22, 2016 Project Number: 15-3001 ITEM SECTION' APPROX. ITEM UNIT TOTAL NO. NO. _QUANTITY PRICE AMOUNT S7 1050 SPCC Plan L/ $ $ 07.15(1) LUMP SUM —Ac, Per LS WSDOT 1055 1-04A(1) 1 Minor Changes $10,000* $10,000 WSDOT CALC Per CALC *Common price to all bidders Total $ 2016 Guardrail Repairs/Araucto 7 March 22, 2016 Project Number; 15-3001 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: 2016 Guardrail Repairs Project Number: 15-3001 Subcontractor Name 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 2016 Guardrail' Repairs/Araucto 8 March, 22, 2016 Project Number: 15-3001 SUBCONTRACTOR LIST (Contracts over 1 million dollars) .1" Name of Bidder: 1pl_g_Allla_rSsy% VNDI 4- Project Name: 2016 Guardraill Bye airs Project Number: 15-3001 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: OA-le Plumbing Subcontractor Name: Electrical Subcontractor Name: Signature of Bidder Date 2016 Guardrail Repairs/Araucto 9 March 22, 2016 Project Number: 15-3001 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. 2016 Guardrail Repairs/Araucto 10 March 22, 2016 Project Number: 15-3001 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 FORK AS PART OF YOUR B. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading, SUBMITTED BY: NAME: ADDRESS: 12-60 b PRINCIPAL OFFICE: ADDRESS: 8 3 FAX: 5!5 - 8C -1 I. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. A4o-XA-j�ta- 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, 11 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 39,0�6.010 or 39,12.065 (3), 2016 Guardrail R,epairs/Araucto 11 March 22, 2016 Project Number: 15-3001 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? 2.2.1 Under what other or former names has your organization operated? 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: o'v,��, 61AA� 2.4 If your organization is a partnership, answer the following: 00- 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 0 14- 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. (Aiv,TV 4 are a 61 187Y 12 3.2 List jurisdictions in which your organization's partnership or trade name is filed. kp"V% ') 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. ,r- (c,^Lc_tAk 4.2 Claims and Suits., (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? V�,o 2016 Guardrail Repairs/Araucto 12 March 22, 2016 Project Number: 15-3001 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers,? tw 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? ki-o 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.) rao 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. a 4.4.1 State, total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed' in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. A 11,kllj 4.5.1 State average annual amount of construction work performed during the past five years: /14- 4-'Lk 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. & g,,, 4.7 On a separate sheet, list your major equipment. A-9� CkA-L( 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 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. 2016 Guardrail Repairs/Araucto 13 March 22, 2016 Project Number: 15-3001 i 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (eg., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1,2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g,, parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this i'l day of , 2016. Name of Organization: By Title: Pf-ts.- '7.2 being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading., S n swor;.n before met i;/ f Subscribed and b is 'p Notary Public: ca NOTAPY S, . My Commission Expires: 'PUS ' 0 R,% 7 < 0 0. ......... 2016 Guardrad Repairs/Araucto 14 MarWCQ4FPA5%1 Project NUmber: 15-3001 4,m 0 piOlt w� c+z "7 W � 0 mate Notice: WA Workers'C;onl sensation THIS i 3 Depart9entofLaY®n NOTE. January 1 , 2016 0 . 7878 �, Department of Laker and industries 3 PO Box 441401, Will Olympia WA 98504-4140 BILL ,: - a a 12-03-15 2011 - June 30, 2014 a 3 600 072 474 r o Policyholder a u 7 PETERSEN BROTHERS 2008 E VALLEY HWY E 598,436-00 71999017 SUMNER WA 98390 A MEM ' CHRISTINA SUMMERS 1 (360)902-5148 What went into calculating your 2016 workers' comp rates? 1 . Change in L&I average 'base' rate: 2% general rate increase for all 324 risk classifications. 2. Changes in industry costs: Changes in claim costs compared to premiums collected for your industry ( °risk class' s in which some or all of your employees worked. 3. Your Experience Factor: Based on the medical , wage replacement and disability benefit costs for worker claims on your account, during the experience period listed above. 4. A claim-free discount: You don't have 'a claim-free discount. Learn how to earn a discount at www.Lni .wa.gov/ClaimFreeDiscount. Pay your prerniurns Online:www.Lni.wa.gov/Quartei-lyReports Need help understanding this notice?Call your account manager at the phone number shown above. Have a payroll service? Send Chem a copy of this notice.. /G�!/ 0201-01 Bridge/OVHO Crossing Cons#/Rpr 2.6694 .6694 01.9426 9426e 0a..i(0r'4Y 00l�r 0.09S2 .095u2�1F, $a 2.5a 375a5 4346 a. $2.9722 0214-02 Median/Rat Walls - Roadways 2.2491 0.9031 0.0336 0.0952 02.18845 $2.6050 0219-00 Highway Light/Sign. Inst HOC 1.6196 0.6435 0.0242 0.0952 $1.58650 $0.31060 $1.8971 4904-00 (Clerical Office HOC & Oraftsmn 0.0281 0.0212 ', 0.0004 0.0952 $0.07830 $0.05610 $0.1344 4911-00 Construction Estimators 0.1013 0.0566 0.0015 : 0.0952 $0.15030 $0.07050 $0.2208 5206-79 ' Contractors Perm Yard or Shop 0.6273 0.3160 0.0093i 0.0952 0001.66995 $0.17575 $0.8457 m 1.0000 .9009 This is the Withhold this On the 10 ° .7+878 employer's amount from Quarterly . contribution employee Report,the to workers" pay for each employer will comp coverage. hour"they multiply this work.It is their number by the ill, an experience factor? Base 2015 2016 contribution to hours*worked Factor factor Factor workers'comp to calculate See back for an explana lOn. coverage. premiums. F22'5-004-000 [10-2 14] PAGE 1 0'F 1 CN: 120,396 *Hours or units. Tel (253) 863-8136 l' (253) 833-2544 Fax (253) 863-59'51 StkPETERB1.187NZ www.pieter"s4L'ErollCt�t e� .4iT1il e, Since 7953 „ „ ,� 2008 East Valley Hwy IL&cc��°� uninei•, WA 98390 4/12/2016 In accordance to section 1.4 of the "Contractors Qualification 'Statement" to be submitted with the proposal for the "2016 Guardrail Repairs" to the City of Dent. Petersen Brothers Inc,are not and have not been in the past 3 years, disqualified from binding on any public works contract under RCW 39.06.010 or 39.12.065 (3) Ron Petersen President GUARDRAIL. MEDIAN BARRIER . GUIDE POSTS • SIGNS • DUMP TRUCK VACUUM EXCAVATION . CRANE .TOPSOIL Tel (253)863-8136 4, ;A, V (253)833-2544 p - Fax (253)863-5951 PEERSEN B{R'OS. [`N'Ca PETERB1187NZ2008 East www.petersenbrothers.com CGAR�AAII&1GpNCRETE����`�� Valley Sumner, WA 9 390 4.4 NAME OWNER CONTRACT$ %COK EST.COMP DATE BRIDGEPORT WAY W LOW IMPACT UNIVERSITY PLACE $79K 25% 2016 M ST TO PORTLAND AVE HOV WSDOT $1.7MIL 25% 2019 4.4.1 WORK IN PROGRESS $8.5MIL 4.5 NAME OWNER CONTRACT COMP DATE TEANAWAY ROAD IMPPROVEMETNS KITTITAS CO $650K 2015 100%PETERSEN BROTHERS FORCI GAURDRAIL PROGRAM PIECE CO PIERCE CO $320K 2015 100%PETERSEN BROTHERS FORCE 2015 ANNEXATION GUARDRAIL CITY OF BELLEVUE $230K 2015 90%PETERSEN BROTHERS FORCE' 4.5.1 AVERAGE ANNUAL AMOUNT OF CONSTRUCTION WORK PERFORMED DURING THE PAST 5 YEARS $10.SMIL 4.6 YEARS EXP DAVE ROBERTSON SUPPERINTENDENT 37 FRANK HAYDEN FOREMAN 25 DARYL EASTMAN FOREMAN 15 JOE SCOTT FOREMAN 22 4.7 GUARDRAIL MACHINES 10 DUMP TRUCKS 5 CREW TRUCKS 10 BACK HOE 2 EXCAVATOR 2 TRACTORS g 5.REFERENCES 5.1 TRADE REFERENCES OLDCASTLE PRECAST AUBURN WA. UNIVERAL INDUSTRIAL SALES 5.2 BANK REFERENCES PACIFIC CONTINENTAL BANK 5.3 SURETY BONDING COMPLANY TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA JULIE CRAKER 1436 S.UNION AVE TACOMA WA 98405 GUARDRAIL• MEDIAN BARRIER• GUIDE POSTS • SIGNS • DUMP TRUCK VACUUM EXCAVATION• CRANE •TOPSOIL j I I , ;I PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within 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 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: NA 1E Q S,ign, ure f.Authorized Repr senZitiv (Print Name and Title) Address v 2016 Guardrail Repairs/Araucto 15 March 22, 2016 Project Number: 15-3001 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Petersen Brothers, Inc. as Principal, and Travelers Casualty and Surely Company of America as Surety, are held and firmly Five Percent(5%)of the total Amount of bound unto the CITY OF KENT, as Obligee, in the penal' sum Of Lbe-Accorripanying-ProposaL 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 2016 Guardrail Repairs/Project Number: 15-3001 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall clWy 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 shal6, 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 12th DAY OF April 2016. Petersen Boo n By: PRINCIPAL Travelers Casualty and Surety Company of America' By: SURE Julie Craker,Attorney-in-Fact 20 Received return of deposit in the sum of $ 2016 Guardrail Repairs/Araucto 16 March 22, 2016 Project Nurnber: 15-3001 yw�irwrr �mi�uoru�irummwmimiw,�imovsuvw✓�uwwolrc:mum�ummmowm�iurv�i mvumw�r�mra�,wi,�iwv�. �n i�ui�nm n im min mrum m��nruvrv��uamimmwaammauviwuu�nww�wmu�wra�warw+nuumiuuwvwurvww i THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER pAWN POWER OVA,xrrORNEY TELE S J Farmington Casualty Company St.Paul Mercury Insurance Company T idchty and Guaranty my Insur race Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers C astaalty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.['an]Guardian Insurance Company 1 Attorney-In Tact.No. 2-29340 Certificate No. 006351178 �I KNOW ALI., MIEN Ily 'I IIh:SI^: PRESENTS: Thal I am ingtun Casually Company. St. Paul Pare and Mantic Insurance Company, St. Paul Guardian Insurance ;� y I Y, ,' pa y, . Company,St. Paul Mercury Insurance Company,`I"ratvelers Casualty and ,Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are cuirporations duly organized uneler file laws of the State of C01111CCliCnt, that Fidelity and Guaranty Insurance Company is a corporation duty orgaatizcd and er the laws of fie State of lowa,and that Fidelity aard Guaranty]nsurance Underwriters,'Inc.,is a corporation duly orgaoiaed under the laws of the State of Wisconsin(herein collectively called the"Companies"),and than the Companies do hereby make,constitute and appoint Karcrs't J. Sinith,Jillic C'rakcr.Thomas 11. 1Icnlsclicl1, Les]ic A. Parks, Brad Roberts,and Joanne Ruinkcnsmcyer i of'the City of°, m Z 1(taI7G Imm mm mm Slat cal',_ Iti11 117Lti)[7 nn ^^ their true and lawful Actorney(s)-in-Fact, each fit their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,reextgnizanceS,conditional utidertakings and Other writings obligatory in the nature thereof on behalf of the;Companies, in their business of guaranteeing the fidelity Of persons,guaranteeing the performance of contracts and executing or Iquaraant,ccing,bonds and undeuakitigs required or permitted in any actions or proceedings allowed by law. IN wI'I'NIaSS FWEIT?ItIf,G)la".fife C'ntttlt odes Inane caused finis irrstruustcatt to he earned andtheir r:orporate seals lug be hereto affixed,this l5th clay ofduly 2015 I Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,life. Travelers Casualty and Surety Company of America, St.Patti Farc,and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company r ``w wsaY�a"w,nwf'*4.,!s .�P� xsr,q� .. yaym.+cv.rxQ � a„"attrck139Yq�,j ��19���o � � t7Fi) �yz rcaw,roanrr""� F�G4®agaka.rf�n: U Ly '��i SE.t1L c>n; g s S��.Sa r,7 w GpNt9. r, CaA^Cft f �895 . � State of Conncclicat By: City of flartfo'rd ss. Robert L.Ixaancy..ienior Vice President l 5th July 201 Oil this the day cif ,before isle personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casually Company, Fidelity and Guaranty Insurance Company,fidelity and Guaranty InStfrance Underwriters,Ine.,St.Paul Zaire grad Marine insurance Company,St.Paul Guardian Insurance Company.St.Paul Mercury Insurance Compaany,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America.and United States Fidelity and Guaranty Company,and that lie,as such,being authorized sea to do,executed the foregoing instrument for the purposes therein contained by sonling on behalf of the corporations by himself as if duly authorized officer. In Witness WI'tereof,I hereunto set iffy hand and official:,cal. TAR y Commission chillies the 3llth day of tune, to 16. q Murle(,.Icucaauta,Notary Pub is My r 58440-8-12 Printed in U.S.A. f WARNING:THIS POWVER OF ATTORNEY 13 INVALID WVITHOUT THE RED BORDER rn«,uuM r ��a � ILL a �� G nn ,, rr, . �: y�mnwmrniw xwux x axruvewmvwrwmm ��vervau,wmm nx mMmmammrinun r�v,m�arvwwm�rm��.vwnumw,v.�e:umwwwu uwvmmu�amu�m wnw:ueuv�u�vuv+°wrau iiv��,uw�wwmuxow�aw°umn�ivixi nrrvnnurvumrmu�rr�prrrs ;mu�uu�umuiuuum�mMmwummnowmuwurmri�rvumuu �nw°armwmwrnuduurwnuiwwuw,zumu�mwmrvmmnvnmmm�utitia�irtwn�rr� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER r This Power of Attorney isgranntcd wider and by the authority of tine followitng'resolutionns acloPtcd by the Boards of Directors of haamiagtarn Casually Ctrrnpanny,Fidelity and Guaranty Insurance C rimPany,Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company,St. Paul Guardian h'isormwe Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casually and Surety Company oi'Annerica, and United States, Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: t RE,SOLVIED.that the Chairman,the President,any Vice C'harrnnaan,any Executive Vice Presidetnt,any Senior Vice President, any Vice President, any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and oil behalf � f of the Company and may give such appointee such authority as his or her certificate of authority may Prescribe to sign with the Company's name and seal with tine Company s seal bonds,reo nuances.contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional uxaatertaking,and any of staid officers or the Board of Directors at any tame may remove any such appoiratee and revoke the power given hire or her;and it is FURTHER RESOLVED..that the Chairman,tine President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing,and a copy thereof is filed in the office of the Secretary,and it is h URThIER RESOLVED,that any'bond,recognizance,contract of indemnity,or writing obligatory in tine riaturc of a bond,recognizance,or conditional under-taking shall be valid and binding upon the Company when r sinned b the President,any Vice Chairman,au Executive Vice President,an Senior Vice President or any Vice President,any,Second Vice President,the Treasurer, ) a y y y y^'" y g P Pa y �� f r am Assistant treasurer,tine Corporate Secretary a r��a Assistant' _ � � � y P y > ❑y Secretary and drily attested and scaled with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if a-equtred)by one or more Attorneys-in-Fact and Agents pursuant to the power Prescribed in his or her certificate or their certificates of authority or` by one or more Company officers Pursuant to it written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the Wowing officers: President.any Executive Vice President,any Senior Vice President,any vice President. any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of tine Company may be affixed by facsimile to any Power of Attoraney or to any certificate relating,thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory it)the nature thereof°and any such Power of Attorney or certificate hearing such facsimile signature or facsimile seal shall be valid and binding upon the Company turd ally such knower so executed and certified by such facsimile signature and facsimile Seal shall he valid and binding on the Company in the future with respect to any bond or undersnnding to which it is attached. 1,Kevin E.llughcs,the undcrsigtncd,Assistaunnt Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,lac.,St.Paul Fire and Marine Insurance Company.St.Paul Guardian 111Snr'anc0. Company,St.Patel,Mercury Insurance Company,Travelers Casualty and Surety Company, lavelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is it true and correct copy of the Power of Atiorney executed by said Companies,which is in fall'force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ... r � }� ,?tS y I y __..0..._.- "Kevin E.Hughes,Assistant Sect °t<try �,awr'°"ar�.� � lblCUgPOftA.tbD a SF..A.Ta tans. nca at. f x r`i a ........... Please f n 7 -.,. To verify [he authenticity of this Power of Attorney,call I-fi41t1- 1 �lml-alSkCl or contact us at evww.tr2teelersbond.conn.I Ise ref`ca'to the Anorrncv-In-Fact number,the above-named individuals and the details of tine bond to which the power is atltac,hed. j t Y 1 WARNPhdG:"PHIS PC3WER C)F ATTORdVEY IS VNVALID VWITHt�UT THE RED BC)RDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSIONf MINIMUM WAGE NON-COLLUSION DECLARATION 1, 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. 2016 Guardrail Repairs Project Number: 15-3001 NAME OF PROJECT ILL, N ME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 2016 Guardrail Repairs/Araucto 17 March 22, 2016 Project Number: 15-3001 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 NO. [Enter # 11, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:f Insert Name of Original Contract & Project #, if aRplicabl J ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed' 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. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," 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 $ J (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ ~ 2016 Guardrail Repairs/Araucto 18 March 22, 2016 Project Number: 15-3001 A Original Time for Completion (insert date) Revised Time for Completion under ' prior Change Orders (insert date) A Days Required (±) for this Change working days Order Revised Time for Completion A (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions A and WSDOT Standard Specifications, and Section VI of the Agreement, 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 it a may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes 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. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of pe jury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. .J 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: 2016 Guardrail Repairs/Araucto 19 March 22, 2016 _, Project Number: 15-3001 APPROVED AS TO FORM: (applicable if Mayor's signature required) t(rc Kent Law Department rr' [In this field,you may enter the electronic fllepath where the contract has been savod] J , L J :J li J li 2016 Guardrail Repairs/Araucto 20 March 22, 2016 Project Number: 15-3001 A y BIDDER'S CHECKLIST J The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Order of Contents......................................... ❑ ........................................ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration — City of Kent Equal Employment Opportunity Policy --••••••❑ Date and signature .....................................................................❑ Administrative Policy ............................................................................❑ Proposal...............................................................................................❑ First line of proposal — filled in ...................................................❑ Unit prices are correct ................................................................❑ Subcontractor List contracts over $1OOK ❑ .......................................... Subcontractorslisted properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over 1 million) ❑ Subcontractors listed properly....................................................❑ Date and signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Proposal Signature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.................................................................❑ Signature....................................................................................❑ 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. 2016 Guardrail Repairs/Araucto 21 March 22, 2016 Project Number: 15-3001 0014%� Bond No.10648,9094 googol% PAYN11-.1VT AND PERFORrVIANCE BOND 00000K,11, 0E N TO CCTV OF KEIVI' T KNOW ALL MEN BY THESE PRESENTS: That we, the Undersigned, Petersen Brothers, Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the Mate of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are _jointly and severally held and firmly bound to the CITY OF KENT in the penal sun'i of $_§_Q,q89.22 __. together ustments, up or down, in the total contract togc with any ad'i 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 ohHgafJon is ontered into ir, pursuancc of the statrjfes of State of VV,ashk qion, and the Codes and Ordin�q�icr,.-.,s of the. 1-Y ��l�1 , 0r Ncverthe ss, Lhc., conditions of the above obligation are, such t[­rjlt, 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 lot or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2016 Guardrail Repairs/Project Number: 15-3001 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and Supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless fromi, any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force andeffect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument u�nder their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body, 2016 Guardrail Repatirs/AMUM 22 March 22, 2016 Project Number: 15-3001 TWO WITNESSES: Petersen Brothers, Inc. PRINCIPAL (entG n ip f `name shave) BY: J ie -1, � PRINT NAME BATE .., c i DATE: 9 — IL VtIPo,9,,a���r'cS' CORPORATE SEAL: �-, PRINT NAME N N ,�Q� D ATE: 14 " Z- i Travelers Casualty and Surety Company of America CORPORATE SEAL: __... t DATE: Aprll29, 2016 Julie Craker -- _ T I TLE a Attorney-in-Fact c/o Hentschell&Associates,Inc. ADDRESS: 1436 S. Union Avenue Tacoma, WA 98405 CERTIFICATE AS TO CORPORATE SEAS. I hereby certify that I am the (As istant) Secretary of the Corporation named as Principal in the within Bond; that o n _Be 'on Who sinned the said brand can behalf of the Principal C". ~+ . 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 -- - SECRETARY OR ASS T �E�CRET�ARY 2016 Guardrail Repairs/Arau,cto 23 March 22, 2016 Project, Dumber: 15-3001 WARNING.,:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER mWmaoGm iu umnr m i enroa�i mme n� r w m�nveo�i iuuwim erm�wu����r� i POWER OF ATTORNEY NEY TRAVELER J Farmington Casualty Company St,Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company 'travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers C asntilty and Surety Company of America � St.Paul Fire and'Marine.Insurance(:omp:any United States Fidelity'-and Guaranty Company St.Paul Guardian Insurance Company j i i Attorney-In Fact.No. 22934() Certificate No. 006351228 j KNOW ALL Mh;N BY 'THESE 11111T.SEN°I S: That F arnrim;lou Casualty Company, St. Paul Fire and Marino. Insurance Company, St. Paul Guardian Insurance Ccatnpilry.St. Paid MCrCaary Insurance Company, Travelers C"arsualIty .and Surety Company,Travelers Casuatty rand Surety Company of America,and United States IV Fidelity and Guaranty Company are corporations duly organized mtrlcr the laws elf"the. State of C01111CCtieut• that Fidelity and Guaranty Insurance Company is as corporation duly oi.LarliZed Under the laws of the Static of lowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws Olt the State of Wisconsin(herein collectively called the.`•C'ompanics"),and that the Companies do hereby make.constitute and appoint Karen.1. ;Sillith.Julic Crakei%Thomas P. llentsellell• L.cslic A. Parks.11r1ttl koberis.aand Joanne kcinkensmeycr ) f i t Tacoma Waashington of tine City of ,tiuue of their true and lawful Attoaney(s)-ri-Fact, each,in their Separate capacity i more".than one is named above,to sign,execute,seat and acknowledge any and fall bonds.recognizanees,conditional undertakings and other writing,obliptury rra the mlture thercol on behalf of the Companies in then"bnRineSS Of grarantecing the fidelity of persons.goarTanteeing the performance of contracts and c xecuting or guara ntecing bonds and unadettaking,reyuia`ed OF permitiCd in any actions or proccedinw s allowed by law. i I I 15th IN VVI7"Nli:9." III�yI�PCIt+•,the Companies have c.rals�ed this ilrstrurnent to be signed,and their Corporate seals to he hereto affixed,this �u y 201 day of Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company ofAmerica St.Paul Fire anel.Marine Insurance.Company United.States Fidelity and Guaranty Company St.Paul Guardian Insurance Company t �nsu,ya� 'iYt *tn[a Qth"'aj�'S p� ws�g4 ,�,��v asps. SujF4 Y r O� �45 ��� It�p� 4 T_a ��pNPAgq,F m, �W AR4atiRAT �t' y x a"_vFCsG t r 1�J�1 r f9 SEl1C � as sa o ; cpNN. n r earn. J f896 l° L '��,"_�» �a"�5...-rw`r"r� �4,�s r'Sbp `�$ �,t••�� y0p �,er,�+37 ArN . �.w. State of Ccrutecticut 13y: - City of Hartford is, Robert I...Raacy, cnicrr Vice President I f 151h Italy 2015 j din this the day of _. before nee personalty appeared Robert L.Rancy.who acknowledged himself to be the Senior Via;e President of harminglon Casualty'C.o llpany, Fidelity and Civaraarlty inSnaantCC C01aI)aury. --idclrty neat]Guaranty InSnranCC Underwriters,inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Pant Mercm-y hlsurance Coin pit ny,Travelers Casualty and Surety Couapauy,Travelers Casualty and Surety Company o'f America,and United States Fidelity and Civaraant'y Company,and that he.,,is such,bc'iiig atithorized so to do,executed the foregoing instrument for the purposes thercill contained by signing on bel7aEf of the cOrporaations by hintselt as a duly authorixcd officer. r,J In Witness Whereof,l hercunlo set rrry hand and official seal. !'... � .... M.J�r My Commission expires the-tOih clay of June,2016. Mane C Teucault.Notary Public E I 58440-8-12 Printed in U.&A. WARNING:THIS POKIER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER wswuuwwinwuwwmwiwwwiwuuwuuwuumwuurra�uv�mmrvi�uiomiar�smmioi�r�ohnn�w�w+a�rw�mr�a�um�r vurw v�ummrcmswe ��xvum�rovmmn^wwswr�a:w�wsevwuu�wvim,w�ni vrvww:wvwvuuui uu�vmawuvwv�s.�v ev. ev�uvvwvuuv�rvsun�u muv�m�wuuvvmwvvuauxxuv�ewunvw. mva� WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER "Phis I'awer of Attorney is granted uncfor<aaaxi y li�ic,'Itailiorityof the fallowing resolLitioiisiLiol)tcdby the l3oirdsof'Dii-ectoi-so['Fai-iiiingtonC:isLi:iltyCoiiij)aiiy,]-'icicliiy and Guaranty Insurance Company,Fidelity and Guaranty Insurance undcrwriters, Inc.,St. Paul Fire and Marine Insurance Company, St. ]',in] Guardian Insurance Company, St. Paul Mercury Insurance Company,Travelers Casualty and Surely Company,1)-avclel-S Casualty alld Surely Company ofAincrica,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as fbllows: RES01NED,that the Chairman,the President,arty Vice Chairman,any Executive Vice President,any Senior Vice President, ,my Vice President,any Second Vice President,the Treasury l"any Assistant Treasurer.the Corporate Secretary or any Assistant Secretary may appoint Allorneys-in-Fact and Agents to act for and Oil behalf of the.Company and may give such apj7Oi1uCC Such authority as his or her certificate of authority rnay prescribe to sign with the Company's,name and Seal with the Company's seal bonds,recognizances,contracts offirdemnity,and other writings obligatory in tire nature of bond,recognizance,01-COnditi011al undertaking,and any of'said officers or the Board ol'Directors at any time may remove.any Such appointee and revoke the power given him or her;and it is FURTHER RESOINED,that the Chairman,the president,any Vice Chairman.any Becutive Vice President,any Senior Vice President or any Vice president finny delegate all or ally part of the fore-Oill",authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof"is tiled in the offlice of the Sccrctary;and it is FURTHIJ,R IiESOIXED,that any bond,recognizance,contract of indemnity,or wriling,obligatory in [110,nature of bond,recognizance,Or conditional undertaking shall be valid and binding upon the Company when(a)sh!ned by the President,any Vice Cha I rinan,any EACCLItiVC Vice President,any Senior Vice President or ally Vice President away Second Vice President.tile TrcHSLIrer,any Assistant TreaSUI-er,the.Corporate Secretary or,my Assistant Secretary and duly attested and scaled with tile Company i Sseal by a Secretary or Assistant Secretary-or(b)duly executed(under seal,if'required)by one or more Attorneys-in-Fact and Agents pursuant to tile power prescribed�d it his or her ceridicate or their certific.,iles, of authority or by one or more Company officers pursuaw to a written delegation of authofity; and it is FUlfrif-HER RESOINFI),that the Signature of each of the f6flowill,officers: President.any Executive Vice President.any Senior Vice President,any Vice President, any Assistant Vice President,any Secretaq,any,Assistant Secretary,,and the seal of[lie Company may be afflixed by I'acsimile to any Power of Attorney Or to any certificate rchuting thereto appointing Resident Vice Presidents,Resident Assistant Sccrouifies or Auorucys-in-Facl for purposes only of executing and attesting bonds and undertakings and other writings obligatory in tile nature thereof,and any Such Power of'AtIorney or certificate hearing such facsimile signature or ftwSirnflc seal shall be valid and binding upon Ole Company and any such power SO CXCCUICd and cerlified by such flncsirnilC Sh!rlaftll-C'Illd IIICSilnk SCal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.I lughes,the undersigned,Assistant Secretary.of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and('141aMnly Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company.St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Cornpany,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and united States Fidefily and Guaranty Company do hereby certify that the above and foregoin", is 4a true and correct copy of the Power ol"Anorney CXCCUIed by said Companies,which is in full force and effect and has not been revoked. 20 IN T W ESTINIONY HEREOF,I have hereunto Set Illy hand and affixed[lie seals of said Companies this I ",i"? — .......... day of Ll— do 'r---/ --- ----- I I_i_c_s_,_A-s_sIsIan1 Sect tart' no S S 1,11 ai. T,A L To verify the authenticity cif this: Power of Attorney.call 1-800-421-3880 or contact LIS at WWW.traVCICrSbOud.COII). Please refer to file Attorney-hi-Fact number,the abovc-named judiVidUals and the details of the bond to which the power is attached. WARNING:THIS POva+ER Of ATTORNEYISINVA�ID WITH THE RED BORDER l J CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and PA1-PrcPn Rrntharg, Tnc,- , organized under the laws of the State of Washington located and doing -' business at _Simmer, WA ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this J Agreement, the parties agree as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: 2016 Guardrail Repairs/Project Number: 15-3001 in accordance with y 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 2016 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 2016 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 30 working days. J 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 J and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. .ry 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2016 Guardrail Repairs/Araucto 24 March 22, 2016 Project Number; 15-3001 _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, 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. A The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. _, Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily J injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be -a only to the extent of the Contractor's negligence. ' IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, _, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2016 Guardrail Repairs/Araucto 25 March 22, 2016 Project Number; 15-3001 CITY OF KENT BY: B TT' OOKE, MAYOR DA E: ATTEiT ONALD F, MO E, CITY LERK APP OWED A TO F KE T LAW DOARTMblt CONTRACTOR Petersen. Brothers, Inc. BY: PRINT NAME: gongld c- pet-pnzpn TITLE: President GATE: -29-16 2016 Guardrail Repairs/Araucto 26 March 22, 2016 Project Number: 15-3001 J EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may ' arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed .� Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability - insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in -' this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. J B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: A 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. 2016 Guardrail Repairs/Araucto 27 March 22, 2016 J Project Number: 15-3001 J _J EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit A for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following J 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 and Kent Fire Department Regional Fire Authority 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 J 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, ry or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor, the City and Kent Fire Department Regional Fire Authority waive all J 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. 2016 Guardrail Repairs/Araucto 28 March 22, 2016 Project Number: 15-3001 , J EXHIBIT A (Continued) J F. Acceptability of Onsurers a Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. 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 _J 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. _J _J _J J J _J _J J 2016 Guardrail Repairs/Araucto 29 March 22, 2016 Project Number: 15-3001 CERTIFICATE OF LIABILITY INSURANCE DATEIMMlDDlYYYY, 4/29/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE. AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING 'INSU,RER(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 endorsements). PRODUCER CONTACT Sue Martin `` _.._ .,.._...� HENTSCHELL & ASSOC INC PHONE (253)272-1151 ! AC (253)272 1225 f91�Jig. xtl. 1436 S. Union Ave. EMAIL ADDRESS:suem0hentschell.com INSURERS AFFORDlNC;COVERAGE Tacoma WA 98405-1925 INSURERA The "Travelers Indemnity Co. 25658 INSURED INSURER B:Travel era m„ Prop Cas Co of America Petersen Brothers, Inc. INSURERC:Great American Insurance Com an 2008 East "Valley Hwy INSURER INSURER E: Sumner WA 98390 INSURER F: COVERAGES CERTIFICATE NUMBER:2015 GL/Aut,o/Umb/Excess REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE, MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. EEF_m.-'POLICY EXP LIMITS LT TYPE OP INSURANCE POLICY NUMBER IMMIDDdYYYY MMIDDfYYYY ]{ COMMERCIAL GENERAL LIABILITY EACH DOCURRENCE $ 1,000,000 DAMAGE TO RENTED 300,000 A CLAIMS-MADE- S OCCUR PREMISES„JEa_ocovrrancef S ...._ X Y DT-CO-526D9518-TNI)-15 1,1/1/2015 11/1/2016 MEDEXP(Anyoneperson) S 10,000. PERSONALB.ADVINJURY 5 1,000,00-0 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 �� PRO- _mmlI ._.._ .. _,..� .._..__. POLICY `• JECT El LOD PRODUCTS•COMPIOP AGG 5 2,000,000 OTHER: ..$ - AUTOMOBILE LIABILITY COMBINED SINGLE LIWT 5 1'000,000 _ Ea acrad2nt � __.__ A X ANY AUTO BODGLY INJURY(Per person) $ _._._.. ALLOWNED SCHEDULED _. ___.._._. ..._..___,_ ..._.....___.. AUTOS AUTOS X Y DT-610-526D9518-IND-15 u` 11/1./2035 11✓l/2016 BOD1Y INJURY(Per accident) $ NON'-OWNED PROPERTY DAMAGE $ ...._.. X HIRED AUTOS X AUTOS $ '.. B X UMBRELLA LIAR.. X.. . OCCUR DTSM-.CUP-.526139518-TIL-15 11/1,/2015 11/1/2016 EACH OCCURRENCE,.._._._..._._ $ _.1,000,000 EXCESS AGGREGATE 1,000,000LIAB $10,000 Retention S C X CLAhMS MADE I _ DED X. RETENTPONS Travelers X TUE01.96246-05 (Excess) 11/1/2015 11/1/2016 Each Occurrence/Aggregate g 5,000,000 ONAOS4Wt4� lO47Ft$iK6(9�9C PERTUT CTH- LOYERS'LIABILITY E.L.EACH ACCIDENT ER S 1,000,000 A IMandaRoMEMT'ORlEXCLUDE1ExECUTIVE Y)N ANY PRO CPFICERPMEMBER EXCLUDED'? NYA rYInNH, `"" DT-CO-526D951.8-IND-1,5 1/1/2015 1,1/1/2016 E.L DISEASE-EA EMPLOYE S 1,000,000 .__.m.. ._.... If yyes,describe under (WA-Stop O� DESCRIPTION OF OPERATIONS below P) E.L DISEASE-POLICY LIMIT 5 21000,000 DESCRIPTION OF OPERATIONS/LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) RE: Guardrail Repairs- project #15-3001 City of Kent and Kent Fire Department Regional Fire, Authority are included as additional insureds. Blanket Additional Insureds - Primary and Non-Contributory basis as required by written contract or agreement per the attached Endorsements #CGD246 and CAT474. Blanket Waiver per CGD316 and Cat353 attached. (#16-066) CERTIFICATE HOLDER CANCELLATION trusbuldt@kentwa.gov SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent: THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE,WITH THE POLICY PROVISIONS. 400 West Gowe Kent, W,A, 98032 AUTHORIZED REPRESENTATIVE. Thomas Hentschell/KJS a i 1988-2014 ACORD CORPORATION. All rights reserved. ACCORD 25(2014/01) The ACORD name and logo are registered marks of ACORD N S025 19014ni} TRAVELERS POLICY NUMBER: DT-CO-526D9518-COF-15 EFFECTIVE DATE: 11-01-15 ISSUE DATE: 11-19-15 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 30 12 90 NON-STANDARD PAYMENT SCHEDULE IL TO 03 04 96 LOCATION SCHEDULE IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL F1 18 10 13 AMENDMENT OF NAMED INSURED - WASHINGTON GENERAL LIABILITY - CONTRACTORS CG TO 01 11 03 COML GENERAL LIABILITY COV PART DEC CG F3 07 11 08 DEDUCTIBLE LIAB INSURANCE - WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CG TO 08 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG T8 00 GENERAL PURPOSE ENDORSEMENT CG T8 01 GENERAL PURPOSE ENDORSEMENT CG T8 02 GENERAL PURPOSE ENDORSEMENT CG T8 03 GENERAL PURPOSE ENDORSEMENT CG D3 25 01 04 ADDITIONAL INSURED - MORTGAGEE,ASSIGNEE CG D3 61 03 05 ADD'L INSURED-OWNERS,LESSEES,CONTRACTORS CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 01 15 AMEND COVERAGE B - PERS & ADV INJURY CG 20 37 07 04 ADD INSURED-OWNRS,LESSEES,CONT COMPL OPS GN 01 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D3 70 08 13 OTHER INS-DESIGNATED ADDITIONAL INSURED CG 04 37 02 02 ELECTRONIC DATA LIABILITY ENDORSEMENT CG D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CG D3 22 01 04 EXCLUSION-SUITS BY ONE NAMED INSURED CG D3 26 10 11 EXCLUSION - UNSOLICITED COMMUNICATION CG D3 56 05 14 MOBILE EQUIP REDEFINED-EXCL OF VEHICLES CG D3 91 08 13 EXCL-PROD SUBJ TO WRAP-UP-LTD EXCEPTIONS CG D5 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CG D7 46 01 15 EXCL-ACCESS OR DISCL OF CONF/PERS INFO CG DO 76 06 93 EXCLUSION-LEAD CG DI 42 01 99 EXCLUSION-DISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG D2 40 09 15 EXCLUSION -SILICA OR SILICA-RELATED DUST IL T8 01 10 93 PAGE: 1 OF 2 TRAVELERS POLICY NUMBER: DT-CO-526D9518-COF-15 EFFECTIVE DATE: 11-01-15 ISSUE DATE: 11-19-15 GENERAL LIABILITY - CONTRACTORS (CONTINUED) CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON CG T4 78 02 90 EXCLUSION-ASBESTOS CG T4 81 11 88 EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION CG TO 09 09 93 EMPLOYEE BENEFITS LIAB COV PART DEC CG TO 43 11 88 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 07 86 EMPLOYEE BENEFITS LIABILITY COV FORM CG T5 30 06 89 AMENDMENT-EBL CG DO 38 03 95 EXCLUSION-IRC VIOLATIONS CG T4 85 11 88 ADDITIONAL EXCLUSION-EBL INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL O1 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE: 2 OF 2 TRAVELERSJNk POLICY NUMBER: DT-810-526D9518-IND-15 EFFECTIVE DATE: 11-01-15 ISSUE DATE: 11-18-15 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 30 12 90 NON-STANDARD PAYMENT SCHEDULE IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL F1 18 10 13 AMENDMENT OF NAMED INSURED - WASHINGTON IL T8 25 GENERAL PURPOSE ENDORSEMENT COMMERCIAL AUTOMOBILE CA TO 01 02 15 BUSINESS AUTO COV PART ITEMS 1, 2 CA TO 03 02 15 BA COVERAGE PART DECS (ITEMS 4 & 5) CA T3 95 02 15 DEDUCTIBLE COVERAGE CA TO 30 02 15 BA/AD/MC COV PART SCH-ITEM 2-UM & UIM CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA T4 74 02 15 BLKT ADDL INSD-PRIMARY AND NON-CONTRIB CA 01 35 10 13 WASHINGTON CHANGES CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 10 10 13 DRIVE OTHER CAR COV-BROAD COV NAMED INSD CA 99 16 10 13 HIRED AUTOS SPECIF AS COV AUTOS YOU OWN CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT CA T8 01 BLANKET ADDITIONAL INSURED INTERLINE ENDORSEMENTS IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL TO 10 12 86 LENDER'S CERTIFICATE OF INS FORM A IL T8 01 10 93 PAGE: 1 OF 1 POLICY NUMBER: DTSM-CUP-526D9518-TIL-15 EFFECTIVE DATE: 11-01-15 ISSUE DATE: 11-18-15 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. CG TO 14 04 96 COML EXCESS LIABILITY (UMBRELLA) DEC CG DO 74 04 93 NAMED INSURED IL T8 01 01 01 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS UMBRELLA / EXCESS CG DO 23 04 96 UNDERLYING POLICIES AND LIMITS END UM 00 01 11 03 COML EXCESS LIAB (UMBRELLA) INSURANCE UM 03 92 11 03 EMPLOYERS LIABILITY-FOLLOWING FORM UM 04 04 11 03 AMDMT OF COV-ADVRTSING INJURY AND PROPER UM 04 75 07 08 AMEND DEF CLAIMS OR SUITS-REAS EXP INCUR UM 04 77 07 08 AMEND OF DUTIES IN EVENT OF OCCURRENCE UM 04 79 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR UM 04 88 07 08 WAIVER OUR RIGHT TO RECOVER FROM OTHERS UM 05 11 01 15 AMEND OF COVERAGE B - PI AND Al LIAB UM 06 03 11 10 CRISIS MANAGEMENT SERVICES EXPENSES UM 06 88 03 15 AMEND-FIN INT IN FOREIGN INS ORG - UM UM 00 94 08 86 AMENDMENT OF COVERAGE-NAMED INSURED UM 01 52 11 03 EMPLOYEE BENEFITS LIABILITY UM 04 05 11 03 ELECTRONIC DATA LIABILITY ENDORSEMENT UM 00 30 03 12 AMEND OF DMG TO PROP EXCL - CONTRACTORS UM 00 76 01 86 NUCLEAR ENERGY LIAB EXCL ENDT(BROAD FORM UM 01 16 11 03 EXCL-CONST MGMT ERRORS AND OMISSIONS UM 01 66 08 91 EXCL-LEAD INCL PRODUCTS-COMPLETED OPS HA UM 01 96 07 96 EXCLUSION-ASBESTOS UM 02 07 07 96 EXCL-ALL HAZARDS IN CONNECTION WITH A DE UM 02 55 11 03 AMENDMENT-AIRCRAFT/WATERCRAFT UM 03 24 02 01 EXCL-EXTERIOR INSULATION AND FINISH SYST UM 03 60 09 15 EXCLUSION -SILICA OR SILICA-RELATED DUST UM 03 72 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION UM 03 76 07 02 WAR EXCLUSION - WASHINGTON UM 04 09 01 04 EXCL-SUITS BY ONE NAMD INS AGNST ANOTHER UM 04 15 10 11 EXCLUSION - UNSOLICITED COMMUNICATIONS UM 04 56 08 13 EXCL-ALL PROJ SUBJ TO WRAP-UP-LTD EXCEPT UM 05 30 03 09 EXCLUSION - DISCRIMINATION UM 05 65 12 09 EXCL - ARCHITECT/ENGINEER/SURV PROF SERV UM 06 09 10 11 EXCL - VIOLATION CONSUMER FIN PROT LAWS UM 06 50 01 15 EXCL - CONFIDENTIAL OR PERSONAL INFO UM 00 98 12 13 WASHINGTON MANDATORY ENDORSEMENT INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL T8 01 01 01 PAGE: 1 OF 1 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED— (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for "bodily injury" requiring insurance" specifically requires you "property damage"or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to the additional insured by this endorsement still is sured does not apply to bodily injury", prop excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications;and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities. claim. To the extent possible, such notice should include: CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY i. How, when and where the 'occurrence" any provider of "other insurance"which would or offense took place; cover the additional insured for a loss we II. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by Ill. The nature and location of any injury or this endorsement is primary to `other insur- damage arising out of the "occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. I. Immediately record the specifics of the —DEFINITIONS: claim or"suit" and the date received; and "Written contract requiring insurance" means If. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to include a receive written notice of the claim or"suit" as person or organization as an additional in- soon as practicable. sured on this Coverage Part, provided that the bodily injury and property damage oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part,and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement.The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties,and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political Subdivisions—Permits D. Incidental Medical Malpractice J. Knowledge And Notice Of Occurrence Or Offense E. Who Is An Insured— Newly Acquired Or Formed Organizations K. Unintentional Omission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through n. do not apply Auto Or Watercraft, in Paragraph 2.of SECTION to premises damage". Exclusion f.(1)(a) I —COVERAGES — COVERAGE A BODILY IN- does not apply to"premises damage"caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured;and d. Smoke resulting from such fire,explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; S. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I—Coverage A 1. The first paragraph of the exceptions in Ex- —Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion—All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Parra- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 0 2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to S. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER. pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You ert dama e" required because of accidents or traffic Limit will apply to all "property y g law violations arising out of the use of any proximately caused by the same 'occur- vehicle to which the Bodily Injury Liability rence , whether such damage results from: Coverage applies. We do not have to fur- fire; explosion: lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning: or water; or 2. The following replaces Paragraph 1.d. of any combination of any of these causes. SUPPLEMENTARY PAYMENTS — COVER. The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of insured contract in the DEFINI- currence"in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage"is not an"insured contract"; 2. The following is added to Paragraph 2.a.(1)of 6. The following is added to the DEFINITIONS SECTION II—WHO IS AN INSURED;Sara rah 1 apply Section: "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- Ing to provide: age"to: (i) "Incidental medical services" by any of a. Any premises while rented to you or tem- your "employees" who is a nurse practi- porarily occupied by you with permission tioner, registered nurse, licensed practical of the owner;or nurse, nurse assistant, emergency medi- b. The Contents of any premises while such cal technician or paramedic:or premises is rented to you, if you rent such (11) First aid or"Good Samaritan services"by premises for a period of seven or fewer any of your "employees" or "volunteer consecutive days. workers", other than an employed or vol- 6. The following replaces Paragraph 4.b.(1)(b) unteer doctor. Any such "employees" or of SECTION IV—COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or"Good Samaritan ser- (b) That is insurance for"premises damage": vices"during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 1111 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide"incidental medical services", first aid Named Insured if there is no other insurance or"Good Samaritan services"to any one per- which provides similar coverage to that Or- son will be deemed to be one"occurrence". ganization. However: 4. The following exclusion Is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION i —COV- only: ERAGES—COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY: (1) Until the 180th day after you acquire or form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it;or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of,the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services"means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory,x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages;or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization;and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED— BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION Il —WHO IS The insurance is excess over any valid and AN INSURED: collectible other insurance available to the in- Any of your subsidiaries, other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Deciara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more then 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or"Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or"property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II — Who Is An injury" or "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. It—WHO IS AN INSURED: CG D316 1111 0 2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED—OWNERS, H. BLANKET ADDITIONAL INSURED— LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION 11 —WHO IS The following is added to SECTION 11—WHO IS AN INSURED: AN INSURED: Any person or organization that Is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability spect to liability for "bodily injury", "property dam- for "bodily injury", "property damage", "personal „ injury"or"advertising injury"that: age', "personal'personal injury or advertising injury that: a. Is "bodily injury" or "property damage" that a. Is "bodily injury" or "property damage" that occurs, or is "personal injury" or "advertising occurs, or is "personal injury" or "advertising injury" caused by an offense that is commit- inj subsequencaus -t to the ey an xecution that i that con- tract or agreement; and commit- ted, subsequent to the execution of that con- te tractor agreement;and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor_ The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro-visions: is subject to the following provisions: a. The limits of insurance provided to such a. The limits of insurance provided to such premises owner, manager or lessor will be equipment lessor will be the minimum limits which you agreed to provide in the written the minimum limits which you agreed to pro- contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations,whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury"or b. The insurance provided to such premises "property damage „that occurs, or personal owner, manager or lessor does not apply to: injury or advertising injury„caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs,or"personal injury"or"adver- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises;or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this Insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance, whether primary, excess, contingent or on 1. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION it —WHO IS contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 0 2011 The Travelers Indemnity Company.AA rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company;or an insured, but only with respect to liability for "bodily injury", "property damage", "personal in- (ill)An executive officer o director of any other organization;; jury" or"advertising injury"arising out of such op- artnerour ,that is joint venture erations. Y P � member or manager;or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury"or"advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or po- offense, litical subdivision;or (3) Notice to us of such"occurrence"or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the"occurrence"or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or(2)above ERAL LIABILITY CONDITIONS: discovers that the"occurrence"or offense e. The following provisions apply to Paragraph may result In sums to which the insurance provided under this Coverage Part may a. above, but only for the purposes of the in- apply. surance provided under this Coverage Part to you or any insured listed in Paragraph 1.or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants"which contains a requirement ble only after the occurrence' or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual(if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an"occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company,and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence"or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph B., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 1111 2011 The Travelers indemnity Company.All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock,fright,disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion,but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs;or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of"insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f l) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- The following replaces the definition of "bodily leted. injury" in the DEFINITIONS Section: Page 6 of 6 0 2011 The Travelers Indemnity Company.All rights reserved. CO D3 16 11 11 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement. PROVISIONS A. The following is added to Paragraph c. in A. 1., Who Is An Insured, of SECTION II — B. The following is added to Paragraph 5., Other LIABILITY COVERAGE: Insurance, in B. General Conditions of SEC-TION Any person or organization who is required IV—BUSINESS AUTO CONDITIONS: under a written contract or agreement Regardless of the provisions of paragraph a. and between you and that person or organization, paragraph d. of this part 5. Other Insurance, this that is signed and executed by you before the insurance is primary to and non-contributory with "bodily injury" or "property damage" occurs applicable other insurance under which an addi- and that is in effect during the policy period, tional insured person or organization is the first to be named as an addi- tional insured is an named insured when the written contract or "insured" for Liability Cover- age, but only for agreement between you and that person or or- damages to which this insurance applies and ganization, that is signed and executed by you only to the extent that person or or- before the "bodily injury" or "property damage" ganization qualifies as an "insured" under occurs and that is in effect during the policy pe- the Who Is An Insured provision riod, requires this insurance to be primary and contained in Section II. non-contributory. CA T4 74 02 12 ©2012 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However,coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights,duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF B. BLANKET ADDITIONAL INSURED USE—INCREASED LIMIT C. EMPLOYEE HIRED AUTO 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE—INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1.,Who Is person or organization qualifies as an "Insured" An Insured, of SECTION Il—COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section 11. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership Interest and that is not Who Is An Insured, of SECTION 11 — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours Is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the and of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. In B.6., Who Is An Insured, of SECTION 11 —COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- s written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos"you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow, and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 0215 ®2015 The Travelers Indemnity Company.All rlgft reserved. Page 1 of 4 Includes copyrighted materiel of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered"auto". (1) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured"against, and Investigate or set- lie any such claim or "suit" and keep The following is added to Paragraph A.1.,Who Is us advised of all proceedings and ac- An Insured, of SECTION 11 —COVERED AUTOS tions, LIABILITY COVERAGE: Any "employee" of yours is an "insured"while us- (11) Neither you nor any other involved "insured" will make any settlement ing a covered"auto"you don't own, hire or borrow without our consent. In your business or your personal affairs. (iii)We may, at our discretion, participate E. SUPPLEMENTARY PAYMENTS — INCREASED in defending the"insured" against, or LIMITS in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II—COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage"to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2,a.(4), graph C., Limits Of Insurance, of of SECTION II—COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense F. HIRED AUTO — LIMITED WORLDWIDE COW s the "insured" against any such "suit", but only up to and included ERAGE—INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) In Para- graph C., Limits Of Insurance, of graph 8.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the worid, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the"insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This Insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory or borrow from any of your "employees", p ry insurance in any partners (if you are a partnership), members country outside the United States, its ter- (if you are a limited liability company) or ritories and possessions, Puerto Rico and Canada. members of their households. Page 2 of 4 a 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 0215 Includes copyrighted material or insurance Services Office,Inc.with Its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered"auto". compulsory insurance In any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered"auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will coverage. not invalidate the coverage afforded by this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following Is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss"to one or ted or authorized insurer outside the more airbags in a covered "auto"you own that in- United States of America, its territories flate due to a cause other than a cause of"loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A,1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto"for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty;and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one"loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE—LOSS OF SECTION IV—BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or "loss" ap- graph A.4.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or "loss" is known TION Ill—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You(If you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one"accident". (c) A member (if you are a limited liability com- 1. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES—INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager(if you are a corporation or other or- graph AA.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any"employee" authorized by you to give no- AGE: tice of the "accident"or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto"of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident" parel and other personal property which is: or"loss",provided that the"accident"or"loss" (1) Owned by an"insured"; and arises out of operations contemplated by CA T3 53 0215 ®2015 The Travelers Indemnity Company,All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with Its pennlssinn. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error In, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph 8,2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 0 2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 0215 Includes copyrighted material of Insurance Services Office,Inc.with Its permission. UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury"or"property damage"caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence"that takes place;or CONDITIONS.: b. "Personal injury" or"advertising injury" caused by If the insured has agreed in a contract or agreement an"offense"that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree- person or organization, we waive our right of recovery ment. against such person or organization, but only for payments we make because of: UM 04 88 07 08 0 2008 The Travelers Companies,Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office, Inc,with its permission. UMBRELLA (3) Any statute. orainance or regulation relat- borrow while it is being used in your busi- ing to the sale, gift. distribution or use of ness. alcoholic beverages. None of the following is an insured under(1) This exclusion applies only if you are in the or(2) above: business of manufacturing, distributing. sell- (a) Any person employed by or engaged ing, serving or furnishing alcoholic beverages. in the duties of an auto sales agency, This exclusion does not apply to "bodily in- repair shop, service station, storage jury" or"property damage"to which any policy garage or public parking place that of "underlying insurance" listed in the you do not operate; SCHEDULE OF UNDERLYING INSURANCE (b) The owner or lessee of any "auto" of the DECLARATIONS of this insurance, or hired by or for you or loaned to you, any renewal or replacement thereof, applies and any agent or employee of such or would apply but for the exhaustion of its owner or lessee. limits of liability. Coverage provided will follow the same provisions, terms, definitions, ex- clusions, Except limitations and conditions of the pol- (1) Your executive officers, employees,direc- lcyQes) of"underlying insurance" listed in the tors or stockholders while acting within SCHEDULE OF UNDERLYING INSURANCE the scope of their duties; and of the DECLARATIONS of this insurance. (2) Any person or organization while acting SECTION 11—WHO IS AN INSURED. as real estate manager for you. 1. If you are designated in the Declarations as: c. Any organization you newly acquire or form, a. An individual, you and your spouse are insur- other than a partnership or joint venture; and eds, but only with respect to the conduct of a over which you maintain ownership or major- business of which you are the sole owner. ity interest, wil! be deemed to be a Named In- b. A partnership or joint venture, you are an in- sured. However. coverage does rot apply to: sured. Your members, your partners. and (1) "Bodily injury" or "property damage" that their spouses are also insureds. but only with occurred before you acquired or formed respect to the conduct of your business. the organization; and c. A limited liability company, you are an in- (2) "Personal injury" or "advertising Injury" sured. Your members are also insureds, but arising out of an "offense" committed be- only with respect to the conduct of your busi- fore you acquired or formed the organiza- ness. Your managers are insureds, but only tion. with respect to their duties as your managers. d. Any person or organization having proper d. An organization otherthan a partnership,joint temporary custody of your property if you die, venture or limited liability company, you are but only: an insured. (1) With respect to liability arising out of the e. A trust, you are an insured. Your trustees are maintenance or use of that property; and also insureds. but only with respect to their (2) Until your legal representative has been duties as trustees. appointed. 2. Each of the following is also an insured: e. Your legal representative if you die, but only a. As respects the"auto hazard": with respect to duties as such.That represen- tative will have all your rights and duties un- (1) Anyone using an auto you own, hire or der this insurance. borrow including any person or organiza- tion regally responsible For such use pro- f. Any other person or organization insured un- vided it is with your permission; and der any policy of the "underlying insurance" listed in the SCHEDULE OF UNDERLYING (2) Any of your executive officers, directors. INSURANCE of the DECLARATIONS of this partners, employees or stockholders, op- insurance for whom you have agreed in a erating an "auto" you do not own, hire or written contract executed prior to loss to pro- vide insurance. This insurance is subject to all Page 6 of 13 Copyright,The Travelers Indemnity Company, 2003 UM 00 01 1103 UMBRELLA the limitations upon coverage under such pol- Non cumulation of Personal and Advertising In- icy of "underlying insurance", and, the limits jury Limit— If"personal Injury" and/or"advertising of insurance afforded to such person or or- injury" is sustained by any one person or organi- ganization will be: zation during the policy period and during the pol- (i) The difference between the "underlying icy period of one or more prior and/or future poli- insurance" limits and the minimum limits cies that include a COMMERCIAL EXCESS of insurance which you agreed to provide; LIABILITY (UMBRELLA) INSURANCE policy for or the insured issued by us or any affiliated insur- (ii) The limits of insurance of this policy ance company, the amount we will pay is limited. This policy's Personal and Advertising Injury Limit whichever is less. will be reduced by the amount of each payment If the minimum limits of insurance you agreed made by us and any affiliated insurance company to provide such person or organization in a under the other policies because of such "per- written contract are wholly within the "underly- sonal injury"and/or"advertising injury". ing insurance",this policy shall not apply. 6. Subject to 2. or 3. above, whichever applies, the No person or organization Is an insured with re- Each Occurrence Limit is the most we will pay for spect to the conduct of any current or past part- the sum of damages under Coverage A because nership or joint venture that is not shown as a of all "bodily injury" and"property damage" arising Named Insured in the Declarations. out of any one"occurrence". No person is an Insured as respects "bodily in- Non cumulation of Each Occurrence Limit—If one jury" to a fellow employee unless insurance for "occurrence" causes "bodily injury" and/or "prop- such liability is afforded by the "underlying insur- erty damage" during the policy period and during ance". the policy period of one or more prior and/or fu- ture policies that include a COMMERCIAL EX- CESS LIABILITY (UMBRELLA) INSURANCE 1. The Limits of Insurance shown in the Declarations policy for the insured issued by us or any affiliated and the rules below fix the most we will pay re- insurance company, the amount we will pay is gardless of the number of: limited. This policy's Each Occurrence Limit will _ a. Insureds; be reduced by the amount of each payment made b. Claims made or"suits" brought; or by us and any affiliated insurance company under the other policies because of such "occurrence". m_ c. Persons or organizations making claims or To determine the limit of our liability, all "bodily injury" d� bringing "suits". and "property damage" arising out of continuous or 2. The Products-Completed Operations Aggregate repeated exposure to the same general conditions Limit Is the most we will pay under Coverage A shall be considered one"occurrence". for damages because of injury and damage in- The limits of this insurance apply separately to each a= cluded in the "products-completed operations y p hazard". consecutive annual period and to any remaining period of less than 12 months. The policy period 3. The General Aggregate Limit is the most we will begins with the effective date shown in the Declara- pay for damages under Coverage A and Cover- tions. If the policy period is extended after issuance age B, except: for an additional period of less than 12 months, the a. Damages because of injury and damage In- additional period will be deemed part of the last cluded in the "products-completed operations preceding period. hazard"; and SECTION IV—CONDITIONS. b. Damages because of injury and damage in- 1. APPEALS. cluded in the"auto hazard". a. If the insured or the insured's "underlying in- 4. Subject to 3. above, the Personal and Advertising surer" elects not to appeal a judgment which Injury Limit Is the most we will pay under Cover- exceeds the "applicable underlying limit", we age B for the sum of all damages because of all may do so. "personal injury" and all "advertising injury" sus- b. If we do, we will pay all costs of the appeal. tained by any one person or organization. We will also pay all costs on appeals related UM 00 01 11 03 Copyright,The Travelers Indemnity Company, 2003 Page 7 of 13 004393 '1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 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 .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-12 J 1-07 Legal Relations and Responsibilities to the Public................. 1-15 1-08 Prosecution and Progress ................................................. 1-19 -_1 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-26 J DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control........................ 8-1 8-11 Guardrail ....................................................................... 8-3 J DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 WSDOT STANDARD PLANS.............................................................. A-1 SUMMARY OF QUANTITIES AND LOCATION MAP ............................ A-2 TRAFF I C CONTROL PLANS .............................................................. A-3 _.J PREVAILING WAGE RATES.............................................................. A-4 -J J 1 _1 2016 Guardrail Repairs/Araucto March 22, 2016 Project Number: 15-3001 J KENT SPEC I AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2016 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. J DIVISION 1 - GENERAL. REOU I REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 1-01.1 General J 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: J 1-01.2(2) Items of Work and Units of Measurement J EA Each Eq. Adj. Equitable Adjustment FA Force Account J HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2016 Guardrail Repairs/Araucto 1 - 1 March 22, 2016 Project Number: 15-3001 3. How Contractors will be paid. 1- The Contract includes the Contract (agreement) Form, Bidder's L completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including i- amendments to the Standard Specifications issued by WSDOT as of the L later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, r supplemental agreements, change orders, and subsurface boring logs (if any). r, Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal r- 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. r SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: L Incidental Work r 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 r be included in the unit contract prices of other bid items as specified in L Section 1-04.1 (Intent of the Contract). No additional payment will be made. r- L 1-02 BID PROCEDURES AND CONDITIONS r SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.1 Qualification of Bidders F L 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 L the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid r documents. The City will use this qualification data in its decision to L 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 L City reserves its unqualified right to reject that bid and award the r 2016 Guardrail Repairs/Araucto 1 - 2 March 22, 2016 Project Number: 15-3001 L 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"). 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, up to ten (10) copies of the plans and Kent Special Provisions. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: l 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 KentWA.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, 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 _J Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. J 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 2016 Guardrail Repairs/Araucto 1 - 3 March 22, 2016 Project Number: 15-3001 r" 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. r- The Surety shall: (1) be registered with the Washington State L Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the r Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the re. Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. r SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal r L. 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. L SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r L_ 1-02.1 O Withdrawing, Revising, or Supplementing Proposal r- After submitting a Bid Proposal to the Contracting Agency, the Bidder L may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized L. person, and 2. The Contracting Agency receives the request before the time for r opening Bids. L. The original Bid Proposal may be revised and resubmitted as the official r Bids Proposal if the Contracting Agency receives it before the time for L opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-02.11 Combination and Multiple Proposals r L. 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 r are specifically called for; however, a person, firm, or corporation that L has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal F 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 r 1(a) WITH THE FOLLOWING: L 1-02.13 Irregular Proposals I— L a. The bidder is not prequalified when so required. r 2016 Guardrail Repairs/Araucto 1 - 4 March 22, 2016 Project Number: 15-3001 L SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. a 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The 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 REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: _J 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 2016 Guardrail Repairs/Araucto 1 - 5 March 22, 2016 Project Number: 15-3001 r 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 r perform that work shall be incidental and included with the bid item L prices in the contract. r- SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. _ SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE r' SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, r Specifications, and Addenda L 1 . Approved Change Orders r 2. The Contract Agreement L 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications L 6. WSDOT Standard Specifications 7. Kent Standard Plans r 8. WSDOT Standard Plans L SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH r (INCLUDING SUBPARAGRAPHS A AND B). L SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND F REPLACING IT WITH THE FOLLOWING: L. 1-04.4 Changes L 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 r- increase or decrease by more than 25 percent from the original planned L quantity. r SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: r Within 14 calendar days of delivery of the change order the contractor I shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The r- Contracting Agency may unilaterally process the change order if the L Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not r require a written change order. These changes shall be made at the � unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. r L. r 2016 Guardrail Repairs/Araucto 1 - 6 March 22, 2016 Project Number: 15-3001 L 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 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Construction is limited within existing right of way. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, a 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 J 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 rights of entry, permits and approvals needed to use the property as the Contractor intends. -J 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. The Contractor shall not be entitled to additional compensation or an J extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 2016 Guardrail Repairs/Araucto 1 - 7 March 22, 2016 Project Number: 15-3001 r 1-05 CONTROL OF WORK r- SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. L 1-05.8 City's Right to Correct Defective and Unauthorized Work F L If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor L written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem r necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly r- correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and r 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. 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 L may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without r limitation, compensation for additional professional services required, compensation and engineering and inspection serices required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's L unauthorized work. r No increase in contract time or compensation will be allowed because of L 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 L under law with respect to the Contractor's failure to perform the work as required. r L SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r 1-05.1 O Guarantees L In addition to any other warranty or guarantee provided for at law or in F the parties' contract, the Contractor shall furnish to the Contracting L Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, r or items incorporated into the project. L Upon receipt of written notice of any required corrective work, the r Contractor shall pursue vigorously, diligently, and without disrupting L city facilities, the work necessary to correct the items listed. r 2016 Guardrail Repairs/Araucto 1 - 8 March 22, 2016 Project Number: 15-3001 L Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. 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, .J 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: J 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. -J 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. J This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the 2016 Guardrail Repairs/Araucto 1 - 9 March 22, 2016 _, Project Number: 15-3001 7 L_ 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 L. corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all F corrective work vigorously, diligently, and without interruption until L.•. achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have r° been corrected. �- If action to correct the listed deficiencies is not initiated within seven r (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 r- costs incurred to correct the deficiencies from monies due or to become due the Contractor. r- Upon correction of all deficiencies, the Engineer will notify the L 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 L.. Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing L It is the intent of the City to have at the Physical Completion Date a r' complete and operable system. Therefore when the work involves the L 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 L Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. r L.. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions r. for the time period specified to ensure their acceptability prior to the L Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one f'.. (21) calendar days. L. During and following the test period, the Contractor shall correct any F items of workmanship, materials, or equipment that prove faulty or that L are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period F7 shall be tested under the observation of the Engineer, so that the L Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of L the Engineer. r L. r 2016 Guardrail Repairs/Araucto 1 - 10 March 22, 2016 Project Number: 15-3001 L 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. J Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: Pavement Grinding and Paving at the following street sections: Street Location Map Key(s) 3 Ave S S Crow St south 1600 ft 375 80 Ave S S 194 St - S 192 St 451 J SE 202 St 92 Ave S - S 203 PI 471 SE 212 St 107 Ave SE - 108 Ave SE 42 116 Ave SE SE 248 St - SE 244 St 93 116 Ave SE SE 240 St - SE 234 St 95, 96, 97,& 98 261 St/76 Ave S 80 Ave S - S 266 St 368 124 Ave SE Kent Kangley Rd - SE 256 St 505 to 513 a 124 Ave SE Kent Kangley Rd - SE 270 St 515 SE 132 Ave SE SE 263 PI - SE 268 St 181, 182 2016 Guardrail Repairs/Araucto 1 - 11 March 22, 2016 _, Project Number; 15-3001 r L Citywide installation of plastic pavement marking. Project locations are not finalized at the time of preparation of this r specifications. Plastic pavement marking locations may be L available for distribution to the Contractor at the pre- construction meeting. r 2016 Asphalt Overla s Street Location Map Key(s) James Street 180 ft W of Jason Ave N - 104 Vic 348 Ave SE 116 Ave SE SE 248 St - SE 256 St Vic. 88 r- Lakeside Blvd E W James St - S 236 St Vic. 300 S 236 St Lakeside Blvd E - 64 Ave S Vic. 311 r James Street Pump Station project including James Street L Waterline and Landscaping projects. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the r 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. L 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee L 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 L considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of r the City. L. 1-06 CONTROL OF MATER I AL F L SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance L SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW F SECTIONS: L 1-06.6 Submittals r- 1-06.6(1) Submittal Procedures L All information submitted by the Contractor shall be clear, sharp, high r contrast copies. Contractor shall accompany each submittal with a letter L of transmittal containing the following information: 2016 Guardrail Repairs/Araucto 1 - 12 March 22, 2016 Project Number: 15-3001 L I 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 2016 Guardrail Repairs/Araucto 1 - 13 March 22, 2016 Project Number: 15-3001 L: 1 . Each submittal shall include all of the items required for a complete assembly or system. s<_ 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the r 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 r- 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. r The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from r` the requirements of the Contract shall be accompanied by a separate L- letter explaining the deviations. The Contractor's letter shall: r` 1 . Cite the specific Contract requirement including the Specification L. Section bid item number and paragraph number for which approval of a deviation is sought. r 2. Describe the proposed alternate material, item or construction, L explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. F 3. State the reduction in Contract Price, if any, which is offered to the L City. F- The Engineer retains the exclusive right, at his or her sole discretion, to L accept or reject any proposed deviation with or without cause. F The Engineer will stamp and mark each submittal prior to returning it to L the Contractor. The stamps will indicate one of the following: F 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility L with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items F not shown in the partial submission. L 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its F 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 r resubmission is required. L 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be r resolved or corrected by the Contractor prior to subsequent re- L submittal. An amended resubmission is required. 2016 Guardrail Repairs/Araucto 1 - 14 March 22, 2016 r Project Number: 15-3001 L J Re-submittals that contain changes that were not requested by the A 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 J SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. _J The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04.120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(l) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 2016 Guardrail Repairs/Araucto 1 - 15 March 22, 2016 _, Project Number: 15-3001 r, 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. L. 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 r 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 r 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 r those that the Contractor pays on the purchase of the materials, L equipment, or supplies used or consumed in doing the work. r' 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 L 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 r distribution lines, or other conduits or lines in or above streets or roads, L 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 L becomes a part of the realty by virtue of installation. r- For work performed in these cases, the Contractor shall collect from the L 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 L unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. r L 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, r machinery, equipment, or consumable supplies not integrated into the L project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. F L 1-07.2(4) Services r` The Contractor shall not collect retail sales tax from the City on any L contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). L 2016 Guardrail Repairs/Araucto 1 - 16 March 22, 2016 r Project Number: 15-3001 L J 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. J A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. " SECTION 1-07.13(3) IS DELETED 1N ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage J 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 J payment will be made for delay or disruption of work. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO J THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the 2016 Guardrail Repairs/Araucto 1 - 17 March 22, 2016 ..,, Project Number: 15-3001 r- 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: r- 1-07.17(3) Utility Markings r-- 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 r .. to avoid future damage until installation of all planned improvements at that location is complete. r 1-07.17(4) Payment L All costs to comply with subsection 1-07.17(3) and for the protection r and repair of all identified or suspected underground utilities specified L- 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. L 1-07.17(5) Notification of Excavation F Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written F notice (or other form of notice acceptable to the Engineer) to all owners L. of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. F t_ 1-07.17(6) Site 1 nspection r Contractor warrants and represents that it has personally, or through L 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 L utilities within those areas. The following list of contacts is provided only as a convenience L to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. F. L CenturyLink Comcast Jason Tesdal Jerry Steele r 206-345-3488 253-288-7532 L 203-683-4242 (cell) 206-391-1763 (cell) r- 2016 Guardrail Repairs/Araucto 1 - 18 March 22, 2016 Project Number: 15-3001 1 J Puget Sound Energy_ Verizon Chang Pak Brad Landis 253-395-6988 425-201-0901 425-449-6735 (cell) 425-766-1740 (cell) SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: J 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which J constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to 2016 Guardrail Repairs/Araucto 1 - 19 March 22, 2016 Project Number: 15-3001 r L.. 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 L 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: r- 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties r associated or affected by the work. L 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. r 4. To verify normal working hours for the work. L 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the r work. L The Contractor shall prepare and submit for approval, at or prior to the F preconstruction conference the following: L 1 . A price breakdown of all lump sum items. F 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 L. approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all L subcontractors. F SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work r LL Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been F approved by and filed with the City. Unless otherwise approved in L writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The r Contractor shall commence construction activities on the Project Site L 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 r the time(s) specified in the Contract. L 2016 Guardrail Repairs/Araucto 1 - 20 March 22, 2016 r Project Number: 15-3001 L 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 _J work. If a Contractor desires to perform work on holidays, Saturdays, -J Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours A 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. The Contractor shall schedule its work such that no Work are performed upon the following streets between the hours of 6:00 a.m. and 9:00 a.m. on weekday mornings and between the hours of 3:00 p.m. and 6:00 p.m. on weekday afternoons. 104 Ave. SE E. Canyon Dr. S. 272 St. 108 Ave. SE E. James St. S. 277 St. 116 Ave. SE E. Smith St. S. Kent-Des Moines Rd. 124 Ave. SE E. Willis St. SE 192 St. 132 Ave. SE East Valley Hwy. SE 196 St. 2016 Guardrail Repairs/Araucto 1 - 21 March 22, 2016 Project Number: 15-3001 r 144 Ave. SE Lincoln Ave. N. SE 200 St. r- 148 Ave. SE Military Rd. S. SE 208 St. 152 Ave. SE Orillia Rd. S. SE 240 St. 36 Ave. S. Pacific Hwy. S. SE 248 St. r` 4 Ave. N. Reith Rd. SE 256 St. 4 Ave. S. Russell Rd. S. SE 274 Way 64 Ave. S. S. 196 St. SE 277 St. r 68 Ave. S. S. 200 St. SE Kent Kangley Rd. 76 Ave. S. S. 208 St. SE Lake Youngs Way r 80 Ave. S. S. 212 St. Veterans Dr. 80 Pl. S. S. 212 Way W. James St. L 83 Ave. S. S. 224 St. W. Meeker St. 84 Ave. S. S. 228 St. W. Smith St. 94 Ave. S. S. 240 St. W. Willis St. Benson Rd. S. 248 St. Washington Ave. N. r Central Ave. N. S. 259 PI. Washington Ave. S. L Central Ave. S. S. 260 St. r 1-08.4(A) Reimbursement for Overtime Work of City Employees L Following is a non-exclusive list of work that may require Contractor r- reimbursement for overtime of City employees. L 1 . If locate work is required to re-establish marks for City-owned r underground facilities that were not maintained or recorded by the L 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 L locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and F7 expenses, including travel, minimum call out times, and/or Holiday L 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 L by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing L laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial r test failure on the part of the Contractor. L 1-08.4(B) General 7 L 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 L City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to r meet its accelerated schedule due to the unavailability of City resources L or for other reasons beyond the City's control. 2016 Guardrail Repairs/Araucto 1 - 22 March 22, 2016 r Project Number: 15-3001 L 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 REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 1S REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those _J 2016 Guardrail Repairs/Araucto 1 - 23 March 22, 2016 Project Number: 15-3001 r records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. r 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: r' 1-08.8 Extensions of Time r- 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 F' Engineer to ascertain the basis and amount of the time requested. The L 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 L impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. L 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 . I TEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WI TH THE FOLLOWING: l— L. 1 . Failure to obtain all materials and workers. F 1-09 MEASUREMENT AND PAYMENT L. SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" r- W►TH THE FOLLOWING: L 1-09.2(1) General Requirements for Weighing Equipment r L Trucks and Tickets r 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 F- operator. The Contractor shall provide tickets for self printing scales. All L tickets shall, at a minimum, contain the following information: F 1 . Ticket serial number (this is already imprinted on the tickets). L 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. L 2016 Guardrail Repairs/Araucto 1 - 24 March 22, 2016 Project Number: 15-3001 L 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 BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts _a In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within 2016 Guardrail Repairs/Araucto 1 - 25 March 22, 2016 Project Number: 15-3001 L: the time period provided shall be a complete bar to any such claims or causes of action. r L 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 L shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. r SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: r- 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 L any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent r Special Provisions must be complied with as a condition precedent to L 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, r the exclusive means of Contractor's right to appeal shall only be by L 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. 1-1 O TEMPORARY TRAFF I C CONTROL L- SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General L The Contractor shall provide flaggers, signs, and other traffic control r- devices not otherwise specified as being furnished by the City. The L 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 L 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 L traffic control devices are in place in accordance with Traffic Control Plans. r L SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: I 1-10.2(1) General L The TCS shall be certified as a work site traffic control supervisor by r one of the following: L Evergreen Safety Council r 401 Pontius Avenue North Seattle, WA 98109 L 1-800-521-0778 or 206-382-4090 2016 Guardrail Repairs/Araucto 1 - 26 March 22, 2016 Project Number: 15-3001 L J The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 SECTION 1-10.4(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," - lump sum. The provisions of Section 1-10.4(1) shall apply. _J J 2016 Guardrail Repairs/Araucto 1 - 27 March 22, 2016 Project Number: 15-3001 r 01 V 15 1 ON 8 - M I SCELLANEOUS CONSTRUCT I ON L r- 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL L SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description L. This Work consists of seeding, fertilizing, and straw mulching by hand, r' disturbed soils in the area within the limits of guardrail repairs as L instructed by the Engineer. r SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L_ 8-01.2 Materials r— L. Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: L 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 L. SECTION 8-01.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-01.3(1) General L The Contractor shall apply seeding, fertilizing, and mulching by hand as r instructed by the Engineer. L Mulch: To meet requirements of Sections 8-01 .3(2)D and 9-14.4. r L Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds r per acre. All areas which are seeded shall receive fertilizer meeting the L requirements of Section 9-14.3 of the Kent Special Provisions. r Fertilizer shall not be applied on any creek sideslopes in order to avoid L_ contamination of these creeks. r Hand Seeding: Seeding shall be applied at the rate of 6 pounds per L 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. r Apply seed mix after fertilizing and rake the seed into the surface soil to L a depth of 1/4-inch. r L r L. 2016 Guardrail Repairs/Araucto 8 - 1 March 22, 2016 r Project Number: 15-3001 i_ SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Straw mulch material conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. Distribution of straw mulch material shall be by hand. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the application of seeding, J fertilizing, and mulching of slopes shall be performed during the following periods: 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 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 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H 1 nspection 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 2016 Guardrail Repairs/Araucto 8 - 2 March 22, 2016 Project Number: 15-3001 r- Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L SECTION: r- 8-01.3(17) Vehicle Maintenance and Storage L_ f--- 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 r, valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. L Fencing shall be provided around storage area. Locks shall be provided r 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. L SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: r 8-01.5 Payment �- The unit contract price per square yard for "Seeding, Fertilizing, and r- Straw Mulching by Hand" shall be full pay for all labor, materials tools and equipment necessary to complete the above said, seeding, fertilizing and mulching at the following areas: r L 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, graveled shoulder, even where it is only a narrow strip. L 2. All biofiltration swales. 3. Detention pond site. F 4. Other areas as directed by the Engineer. L Water, fertilizer and mulch shall be provided by the Contractor as r necessary to maintain and establish the seeded areas and is considered L incidental to this bid item. 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. L 8-11 GUARDRA I L F L SECTION 8-11.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.2 Materials r Crash cushion attenuating terminal shall be CAT-350 as manufactured r by Trinity Highway Products, LLC. L 2016 Guardrail Repairs/Araucto 8 - 3 March 22, 2016 r Project Number: 15-3001 L 8-11.3 Construction Requirements SECTION 8-11.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.3(1)C Terminal and Anchor Installation Assembly and installation of crash cushion attenuating terminals shall be supervised at all times by a manufacturer's representative, or an installer who has been trained and certified by the manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. Assembly and installation shall be in accordance with the manufacturer's recommendations. SECTION 8-11.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-11.4 Measurement Measurement of Remove and Install New Crash-Cushion Attenuator System will be per each for the completed attenuator including complete removal of existing attenuator, providing and installing new crash-cushion attenuating terminal, tail-end, rail elements when nested rail is required, the attachment to existing double sided rails, and _ protection of posts and exposed rails from traffic. Measurement of beam guardrail will be by the linear foot measured along the line of the completed guardrail, including expansion section, and will also include the end section for F connections, determining appropriate rail radius from field measurements, and protection of exposed posts and rails from traffic. SECTION 8-11.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.5 Payment "Beam Guardrail", per linear foot. "Remove and Install New Crash-Cushion Attenuator System", per each. a 2016 Guardrail Repairs/Araucto 8 - 4 March 22, 2016 Project Number; 15-3001 r° DIVISION 9 - MATERIALS 9-14 EROS I ON CONTROL AND ROADS 1 DE PLANT I NG L_ SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r-- 9-14.2 Seed L Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert r- material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: r Mix A (Roadside and Erosion Control Grass): L F Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed L- 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% r 10% Colonial Bent grass 98% 90% 0.5% L._ 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated L 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 L seed, germination, other crop seed, inert and weed and the germination test date. r L 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 L upon request sales receipt for all nursery stock and certificates of inspection. r L-. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: F_ 9-14.3 Fertilizer L Fertilizer for trees: Fertilizer shall consist of slow-release commercial r- fertilizer (6-10-8). L Fertilizer for upland seeded areas: Lilly Miller or approved equal to F provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: r- Total available Nitrogen ........... 16% of weight (of which 50% is L derived from ureaform) Total available Phosphorous ..... 16% of weight r Total available Potassium......... 16% of weight L 2016 Guardrail Repairs/Araucto 9 - 1 March 22, 2016 Project Number: 15-3001 L 7 -J 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 -' laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. a J J J J J 2016 Guardrail Repairs/Araucto 9 - 2 March 22, 2016 Project Number: 15-3001 WSDOT STANDARD PLANS TRAFFIC BARRIER C-1 Beam Guardrail Types 1 — 4 (W-Beam) (2 sheets) C-1c Beam Guardrail C-2 Guardrail Placement (Cases 1 , 2 & 3) C-2a Guardrail Placement (Cases 4, 5 & 6) C-2d Guardrail Placement (Cases 10A, 10B & 10C) C-2e Guardrail Placement (Cases 11 A, 11B & 11C) C-2f Guardrail Placement Weak Post Intersection Design (8' - 6" Max. Radius) (Cases 12AC, 12AD, 12BC & 1213D) C-2g Guardrail Placement Weak Post Intersection Design (35' Max. Radius) (Cases 13AC, 13AD, 13BC & 1313D) C-2h Guardrail Placement (Case 14) C-2j Guardrail Placement (Cases 16, 17 & 18) C-3a Beam Guardrail Transition Sections (Types 2, 4, 5, & 6) C-3b Beam Guardrail Transition Sections (Types 10 — 15) (2 sheets) C-3c Beam Guardrail Transition Sections (Types 16, 17, & 18) C-4b Beam Guardrail Flared Terminal C-6 Beam Guardrail Anchor Type 1 (2 sheets) C-7 Beam Guardrail End Sections C-20.10-03 Beam Guardrail Type 31 C-20.14-03 Beam Guardrail Type 31 Placement (Cases 1-31, 2-31 & 3-31) C-20.15-02 Beam Guardrail Type 31 Placement (Cases 4-31 & 5-31) C-20.18-02 Beam Guardrail Type 31 Placement (Cases 10A-31, 1 OB-31 & 10C-31) C-20.19-02 Beam Guardrail Type 31 Placement (Cases 11 A-31, 11 B-31 & 11 C-31) C-20.42-05 Guardrail Placement Strong Post -- Type 31 Intersection Design C-20.45-01 Beam Guardrail Type 31 - DS (Double Sided) (W-Beam) C-23.60-03 Beam Guardrail (Type 31) Anchor Type 10 C-24.10-01 Guardrail Connection to Bridge Rail or Concrete Barrier 2016 Guardrail Repairs/Araucto A - 1 March 22, 2016 Project Number; 15-3001 J L m�a� m�m m m m �E m�$n m a emsrrnwan.eovnuwsw ua. r t o $$ �o.mm�E V o C 8 dmra° m�a �Lrn ti $ + O3omam m-I,}aPN sa o Q E n r CO*LL. W� �m � owl �rI L y a ~ o--S-g -w ES S o u c�= E`mm1p $'m < f Q w �` J Jy $ $LN — a •� Jw;QJm G At ..] s + n�+ Z � l ° Ir 0 o Ump.- vwaYl a m m . 22Sa o-;,E CH Y o "� o Ve Wm, Q � w a 3 viO1man LL� m wW—moomm•y-a a Wac'mp oTooJCoCoa ��sc . w m E0Q Wo F o `0 CO }m am 'j. w8!WW m�o gm � ��a� n ¢L Cc ° mmy $9 $�: COL Ya�4omn CF� fOs�ma c a°N'Eio mmO=�N �m % H p���mmf°�� '0m Q,o' ram =$@moo �$ '� w m � aa�m aZ m o d�mmgo�° mEmm C90 na o �UE c° $om cq o w� 4n mi Ts .�c�« mM �. °- m L'_��v`mUE y�' w Wm ��ee o�0 c c ao w m E m H Saaaw KL�55 mip 1=> u°. Sc.-S mac LLlc m OFF p Ow 2 (V of Q N m r 0 0 OJ .m�y IL J K� O<<wa w win W r- Lwi 00 Mc 0 0 W� 0 m�WiS vQ FLL Oy$ .E-.Z 0 0 $0 Owcz a M i ll..' 409a _0 O mW rO t�um LU d1A I o.Q oxdl� m a Ir gS31iiVA RQ' w L7 7 "O 0 F o a m LU 0 o o n - J w z wd UA J ow w w 9a 0a �o=U , bd Tim? =2m o�Z =2o>z m°o o Fx 00o WZ OwV w d ° Oo O •9-Z js 0. RO wmW @0 i-^'uxW5¢ 0pV.6W Ito wo.0_4 0.0. woo J �aLLp g W ---------- j z i a w d F .4 J 0 W W J m z j -J o 0 A-z � ,9-.Z = x Y -J m� O zS O mm p G_j tt 4 a}a O w $ K S L0 J QW mO G Qm ZOF 19 J WFzw 0 6 mawa Pwo gum u�d zZ3x w Ew Z De -0 a� _....._. _ r ........... A d aa' .4 .Z 40 a O 01.Z-Z = J J d W m c-Z � a-z z o w > > w LL O O J LL a n30011 N113A 'A9 NMVba rnn��.p}..1hWr�41yW � '1 � SNY:Nu fJ�h��1�IL �� MGM'JQ'MIAO rV llflr�C'JRAt•�n/M 1 ^r' $$ ,1 n N ..1 V z o ¢8 ui z dos babyI 9,d zQ N F of cy�`�.5� oalp�� O tIL aTW k 2 t 4J �pjt0 o p E N G � L----- - u �u�$3 Y fY Q N � `• C 0. $ uj zi us i I K J rw w e z --- -- i--- - tii8w - ... o r a 'S e ow rNO z 0 -- .-..�_...._.: z W r W rill .�lr� .rnl' SWdo Zo w zm ��'mQ 1 R ' N mW n� Wt7 m.gi a IN}a ONQ ua rr-.mt.a t f� D� a I FN -�--- - -'-'-'- -- W aK � I CL rD o1I ma ` E � Wj p' U t W itj h h � in Q O Nv 7L W ie �gs WN u' 7� N T fp 1 C 113QOf1 NH3d -AS WAYS13 J Q ¢o �o raaN Z Z o= CA J Do x x C cv r�-' a m 3 " v c °' Q p 0 Co U 3 W m m c c v ¢ N U _ a D O a d q \fV,o 9� D I O U LD p m n E � U J t. N J O ~ .-. W O i 0 o a v m � s = v. x m'- C x x ... L v =- O �s v � N a p T v p-. i Q J Q F- W O J N W x d i i O G t� J N to -_J d N W a J.+avnoa�wzz�+:v�rr,nrJ�s+wr sw vs« �. (V p a ' W z �= a a_ W z o a r- U - y o u c C rim P!o m t o A mP ,xl. g d m m w `m gam!!{ .�1 m -c .r':... *'' 3 } IL 0. r� 12 N m m .dg �� 0 wg > aLD ¢ W U. m v� o ma �yp� ;fps N y gip ; E m'mmm rim E; ip a m �P 4m ccoo m� =E ,VV c -y 2'0 ID mF�a E E m c� '0 CDmmo0 ; c m J m� a €J�ap o`�gtm m� mE y a)U N H V N O�p d Go— y N m W T 2 O O R 08.ID '9 W �C N Fa p LLm FL°�� LL9a Cc) �! Z IV M V Lal W -J al LU � a J Q LU W O Z 0 W Q W W N Q H p _ y OLL F OJ l Z 0 W Z = sq I LL W W rp LL W O i --.L I W p w' W W W � I in i W O ~ S Z y V) F cc W sq F w J 2Z 4. z! $ }w KI yl O _r d Fi V KI O F } U J g R M LL LL z ¢�O _ I�1 N W. �¢ cr U } Q �JzJ } w r- wz - O ¢ U 2}W ¢ M) Z w �QaW r v wN p z LL7 aJ F., as N o- w�} NIW. z0 O J U s `IL W J t7Q U LLI z U 0}rwLO zj_-_-� rn a 4 Lu co O Ui z=i s I `bo UUJA W W 0I ti LU y _[�__.._____._ r- W za_JENO K wi G o: ¢ �Z DQ > r-i r !--i Z Q it O Ir J_ w r v w 0 O z W w rn J � :z>wn,Tr c>.riwm..w,rar xalram � c l m ..r N YOfAYL I/Y,r..%'�YC.P OYdMQMY]>VW']>U FY 9, a m uo>+•rs r..uww LrJbparrpUaa,.+„m � e.� f `p t v � :lu,o»oa aa].-�a rr r,oxr,xwnu uov Z N N •� a,B m S, 'titi �� oo$XN To W mom aV z ILAl - qy IL J o0 d o `"$. 4c o m m F 0 H rc S C m N mor c� W f. c� a v Eo.. o w m J w LU a o LU w o €p V! o d' 0arOp un 4 o z d vv c O a.W 0U. ) y'r LL .I z z I w W W cc z Z J y Z Z s ) o rc W W + U] z W - 1 H J I F N O I O i LL I J I J I I N V N I ~ J LL F H I NW H � Z z cc } w 7 Qp WLu a as la z Q W O ~ o Q V w ¢m X LLQ z W C O I > LO W W ' � w -�---- M !w p ~ 6t.6 r w — z W La ti a o m a $�$ I� QQ aJ CC rcrc tU7 w y �t uwWl :O LL II (7 X g 010'S22 Xi0.0.0. ,��, wl 3 .........._..... w O O O' wi U U J yywj M w' M N M O2 Olil- F.O FIO EO z z1W W Z W W W z W O 9W C i w K Q• a w W FIH Q0.' F'iy Q� QC F.iN w sJ F. l!3 a5 J�IF C7 LL 4 LLLi O J LL LL 0, m ��a a n Z - o a o Q O m m m m m LLI m � W W W --- W C9 C7 U' NIW.D A I C9 O 0 �•: - O m m in m _J mlms)Iavau :AS N VEG ti 15WAe'MaftgTlW]DthllplV M.:.t�teW � '� J�s S�1VOt[�'il�Q'U giON�v�'�,YIJk�DM4 v O#95'nrD91J_ � m c of .wnnraamaDos a�nnr.a�onvs>u ua Z 'a N a g y a m m' = Atiiv ll� g Cf o 0 W N =30 h�'�� � ry IL y a ONia d a x t ! c a m wo �fd4 � rLL �' 4 o G1 Q uW > 4 i ��12! vR0 Z omd W - Q < `p 1O ma w to c CD M ~ N N m K t N rc N my �! _ r O r � 2 N f•i v O w h - w : y a -� -jz—:• - I � U W O W r } al JI I a m s w I O w - r U � V O J LL, Z y m' I `! • J W j W F J i 0 U fY Z = U w CD zj w >6 N j—j a LLI 1 a {L t0 > Q Q ¢ w 9 Q .'I U LU z U z U o > o w S QZ 1 K ¢to K w; 01 p r; S Q � S O M ti w W -1 1 p LL J x O Z N W Q Z LL O aw O O w w w Q N C) x U U W Z Q J ma m W m o wwl m,c.cso w :vr�+ou �.. Q k 8v ~ =�$i a�`b T m g c ,.ae,aao X,..:nr.w:.,n.N� nar Z ai N a JU ��� a� 'mmo z C N ma £ £ ��.�� o c .� L�1� b'3, Cl o -� W � �-k Wcn ma m �v iu O V c'f > +$ a w Eo pp Emm N hi= Nam, d a 01 m $ °camwma avi d (3 oF„ ,' d o, a n m m mmo ,. 3I, "" J oo m w{ o ~ `o=� a�p`�Nc 3a a G $ `4._f b o m m$ n N- a ,2 23 m $ "'�` ��" `. a w w a g m� o oft; cnm�!a or�co o �I �S 9 - i O � �i.�N mmmoc cN� W E�n a�° m' E �! R� Z a s N3 -'Om P a a pb W �m cB£ £ Me �coY W Now �a rl p cW �- ,mktmom ��o onE mm U) x l t x E. �ami m Cr,mmo :4� S.2 a_ear'� 2 7Z LL FO Om O pEN UNN m i=4) E LQ }� o U E0 w c mr££E T! oLU x a a w W w rc d �f ��°3 'S�f E (D Q rm7f i 'Ua C h N _ m wa y z .- fV M Y rri (G g �o w _ J_ t'1 r1 M QQ Q W w K, Km F H 1 QI <o 2 z Q¢ gag W W h m, mx z R C.) f- ' w w W z o z � w, wrw/vl U N O cc J' }1 -. oit J a o a o J / w w <_<,} ,, F J F!a 3z f 7z Ja.rL w. } w rf d-w w G SW f aN � -S w Qw lU W rU z z LL yN ar. 0 O w Km 1- G' aiO U 7 wl aIy Vy U al OZ Q mx (aOX N C W Ala m p t fWA zz N O Q z 0 a a Fm OZ J 1O a ¢° a 01f �I pin 1 K w w Jai w QI� z rcr z O f9O O C9Z O -+ 4 0 a z F gg o w U d U r'I w m u77 UWi N m.N N m m a. p - -- ui z W� z p ti Cr z w Z O w W!, J W fW/1 -�z N O. }w ply m w N z a¢ ~ n c� wm Qzz 0�i� �i } N m 'l Q Ji0 W �m r no -A _z :3¢ K1 w H 7z p`- O^ w y J g UU,'.na.W J z Nr a _E cm mat 4.j a m dii v+---.._ w JI O—U, <�ISO w 00 w OR aN. mt 14131SNf1aS vN313 :AS Nmvua Beam G,:oraro[k pay k imt t k Beam Guarara'1 AnCnur lg•.. n" k Type 5 pcy 1tmi t—\ 4 3. 000 CRT poses r•. - r (see Note 31 a w I a n o o o fn nn na _ y o a 1 0 , c »n v v xw ci a -, av m N C _ Oz I �0 x :-I - J!"- m o u u o q u. Ell _ n yyy Z ^ �� � o v° D IV s rnN 7 _ n Ln LS fl D - m N 0 o .'.' o o O .- r N 7 - N ' k Zl f o ---------------------------------------- �' �B• o k �_. 0 EA m I n N a a IN f p k I ':er zinc!-pay_II T (SRi 5.^•C n:I see NO_e_<_ i mN n (_ ' 2 t„ O M N � t w Z Y. I Y, E rm x n z N -n T O a�� 7y o v Z u n , c nn '� - n •awmG v � mo om n c n n E 7 C - t a _j � t o n , p `om r,n non ra 0'� n 7 no Gn or ` - D I n n a C o n t » 0 7 - G :+a ❑ r 0 n� C n v+ oV • aono v N a ,? nm c C7 onnn c>1-- a � m o x o 0 - :n n .. �--.m D O y n p 7 - a"� 7 • N - N 7 n T7 N Z;K C 7 -{ D n oNn fir. ❑ w my 7 I , ZO COO .. » nn »n a � o '" '" 7� C7 ^ soy8 C�IFA m o y �: � y c - a _-• p p^ k Z m n ^ _0 N o wy g n 0 o ❑ .� t g , }•+ -i c o n c n Z owe d D:0 Dao N { o , I o iy �5 X 0 (7 m 0 ¢ O 7 n D-+ m , N p- Z a n G Cm m urasrrcresuvleoJu.a..ea.nou F N O yc C fA <o ro✓nrn.�.au xm-.w�ai.awerwvnsrrn>u z k .aewas a»omo ru.e...xaanwl>nr+vu� f"Q 1� .Y c c m m a a r "!m`o m m s+alum�avxaarw+nnr.awuxruauuox Z rL.Q NOn A 3 - 3 o '�V' p U' �W m 90-e c S L7 O a yCso�ld a�dmm$ypc.eQ cE O°d'v 1 5/1' �1%cm c �E ?mm m3 ul c S E _- m m-U -00Ew•GaIL P . � 12 a dZ� Q mtLrr Nbmy a.ia . (D E . 0 L o , o3E 6 000 9yM ujgz =v ow �0 c Z ^o of vW€a•a- 'vm N�mrn L m .* m "ZL - ' M 'EN -�.-. Urd ccmm a�B ggFc ccai a U Q W11L3►a mE'' 0 ' ' �m M: 2 a> L 0 cmmWOE � yc clm a C K FE v U) p o m m : amrnUEzm51w w m e mva v¢ OL3 �E @ I- w m�ma� °, z r fV f7 +Q 11'1 tp n pp W F _ N a I �a - oz �o �F3 "o � �zw ww x m O m ly m vri 4J1-{ of a -.J 4 W a w > l r.. C�= r� � NO I z O = p W 0 y N m - w z n = U 75 w O m ._,. I z .-.w T ❑ w- O w CZJ w ��o z� - m C = O QJa�Q m O w m N "� W R'Ca.1 w 1 N Z S W z V KE F 0 IV aLW ��Y z U �� (D¢ I �— w N''a w W I¢y, W z CL R N w Z ui w w (n U - I____._Nr ' 7 d �to 318'd133S)M w LU m aW — g maU W Y w Q a— x a n to m w z_ gaz \m= IJIa ��i i a N f z a >;: �a (>310N 33S) �n aa U d pa /!� U lamH � - w m a K 4 x a' {NMOHS 1aS)llWll Atld IVNIWN31 ~ _ .._ F, ( p J O O= w I w 19 S w as W z m m J w l ii A f` --------y U '� ❑.. -- --- O pU y, az w ar r z J J S�\ I O Z a U ,y -. uj z ��a toamyF S� —__ !w1 W w 0 0 S�`.., a F' ma z m m y - � _ -1 .8-.8L 4nwg U -- }J b m o llWll Atld a a a �' �N'+ 1N210iLVf1O Yme (7= �U Q m J MINIS mum as NMVtlO Ld U I =8 U O b Z z o` u v y J -" M d cJ y 5: CL e V - J T /•) 4P I o_ Q o c c L C W U y O 0 0 - U V � � O fO�� •_ TD - G J M N I Q ' } CL L — Q , Cl O C N Ln v L N �E� In v O L L f _J CL v v D .x ~ D o C O L U O v O U :J U E. n s - CP- o v 0 U G J O L C O N C u v L - C7 Y L C U D L L U 7 C U U U - L - L N v >s. •E 1- G CT -J V O U O _- Vf ti u1 LL N N N C Vi •~ B E N o Ga- U 2 •- N h l' TC� O T Cl l O�Ln >7 u Iw [' U •O G L J U L c e ° i o L.- ['_ ° ' '-� E v �• to V U Q Z, d V G G vt © L T A _ O O _ r c + L N O Cl V C •T(? T O N Ln J E n N L V 7 V CJ-- J N a J U U N � E � T U G i O C: � o r C: V� J —L aMU Alrw.A'+n+IatiAla.Y6W lsl.r T/ �+ c;i N � $ .rawire m.rra+n arxwnoarAr.�nirrJn ,rrN7oJaw.w�r.r-v+.rJaa+�arw ma Z w�o O W 7 z �� u J c c n VD ba o a u �7 `10 I 1 v j AY ny a- o- CL 0. to x J U u c 0 c: c c c n1 v - cii o+I ��7 j 4�p x p a A Z Q a } ,, O N O UI G O N •- Jf Q U L LL C u X U V J.` '0'U A.r� O L' O G t+ - � +Vw G L V L U C is -- U C G •- 7 N G U V V L U O i; 0 ' -- N i Q, i7 CS 17 O i7 ,- 1. 7 [- U P . I �� O - U f- _. O - -� c G C. u o r j a :7 E a U ? 7 G G C f 1 O L O U U n U V U C G T ri O "1 O O O C V O _ O N r U .. V L t O - - .• .n {{ y{ 6 z ..• N n ,n •E o ��;� 'a T C' a L _J E f� G �j F —Ar} j G C 41 J •ij, 'L j j� G ! x LP I 1 o ti N v r 41, J' W q I L4 s V v t o 1 � ( v v o U -Jt u EO co L p� QI L G •"4I ~ W a a T w Ilet {p rhJ R ard 1:3 o c I 1 vIj Y o x u to «. J n �I c ._ c �f •F- N + y C S7 ' L G I l Cl - .. LO L U YCi i t� d L G C u- O �j u- N G s o a v n o m L_-J7 E m x C: Q u u _ P � Ut L tJ G G G �O J .� 'urosrvw+c).uwnam.no>r eouaw h he ,+Olnfr'KUYa1WYW ONduIl bh�])aN.I)u k �O s+avew awzr�m+.onraavnmvau vcw �Z � i 3 J az s u V Z S a dcc K 4 � WW Z�IH �'o -----_ m- -- b� � _ w IL c LLIv u �a m Q Z yj ----------- N _______________ f w C Q w .a z ------------ i I.. wl Q ' v,0 J z az zwo gwF Q iD G au a I r z az wO m � z o !-__� ---- ______________. O OJ _ } CO'. I—. _ m p a wlz a a a J m¢ a p w ppI� w � zz a z I O IL O v1-i M -------------- o m - ------------- z tt — ------------- m.� I ---- -- - ---- — UQ; .. ............... < w� zi a w -- f--- �J WOE •------• J - --.-_______. 3-U N o c I 2 rww v'. N O n of Imo y: --------- m U w cwi w a J ILF. w } - i a MI -------------' � u, N p N w G yay CL c9 F N w Gy gi ---------------- m, - JLU wQll Z l m 0 N G'.� _ ---------------- - ____ _ __ &D I m ---------------- °-O ~• O u O z 1 Qm �- z l5 QQWz III zgwo a zzWU p 'b p' a aN om [Vui U Z�00 6 �t ,p O. ,Df w 41 J m11 � 1 J vNrnS N21VW AU NMVIIO c m'r} a� A z C a d�E at mFR aNr3. m U7 axIL i Cl 00 Lmm� mam° fat s ac ��m f °� m�� Rods 09 m v wpzQ�, a m> c �p�r E- N y 4 m cc, W�3 WI c . Co c10N= cam I '! O WN = p a p a$ �N N ..._.. �F m = r u�w 0TaT J racm ��o � ynGaw aG a U $ fig cjj cErno f �cYi 'V �WLL $ ear '.I 00 m E c 'C.. } n m c m� m cog A mo n W! _� _ op W ,r« �Ca S2��v :� z m 1 O =,�w CI III.. OA z � (V M w r"O¢ 7I F I a. N�� p z 2 z e l ri cc w V W p w z0 n - ems- w F w W z FF-6 J ` z w 3 1 _O' a a II ---------- - ' w - 1 z m c7 Ps w 3 ao.. m�d mp - uy rr m aDNC � mF I f r z --------------- m f N 1 �I''II :o a eN a ~ -� m �o - -- -� N� �w Na � ^ I / ^d ID I yy p LU ^Y w ^ a wu I CO W ' p^O - -- N I za z O a W ^ _ --------- ° _ z" w - o a m e �. a ---- -- 1Oa J = d I� _ wO �'r '�N m m O -" w~ C =LL w / O �' II __-__ .- a a w _ In I I - ___ O z a r W Ni c z = -, a a z'I 0 m C w O m w i I ------ ----- LL -_ -----.._. gq O HW y of w N zV }} r w LL j N y 2 F �II W z F O w= as I ~ - o,o llj yc a _^ a c'criia 4 JI__ F- M i � �I m N LL ^LN O 1 �Y� - ______�� � a wcw.i I o z D Ing cD =o �� O d o Y -. N 'w ------------ J m aa __ to iN mN QV W W ] o6 5 Q0 om m a a m � ��o-~io I I' ~ z� c9, -- ----- tD I io cc -. pmi z zo of boa' ¢Q zo = 1, LU a H w C7 6 N O m N IL V a Q R w ul, mD az 113aQll Nand AG WVd(l J R M �q p., 1 # S U ey Fr � rml 1N 4rt39,'.,. rn'rY+a r.rt oz + QY 1. o �o 91 . r! m � 6 5 w Gt eta aL ❑ K � l �r CLf) J z 1 h rr 1 f O¢ ra cu o. uv J V' m w �I �I Ip 0L w K X' url 0 cc. er s 1 z ash m I� urn � w i U; �) 4 0, IX 0", ml S� V H-. s w It In - rj z r r La IX ti. w n ca m > f ; a IL < if.l — ur I UJ ca a e0.1 Q�' hJ rCL r Q > p QZ :0 C' nOR i � a uwi ur^ z� Ca crs Q, �� m FS Lu01 m, N q o 117C7QI1 N83J AG WAYS 7 LD r R J J O z b E Ow l $a w l z Q c �Z aJf= b/ I, �"Z`• 'fiV �e`'RtO ", . Orbw�d Q'.W IL a w o -6 1 p�i ojam V W $ll _ f - --------- min o ?ApF Z Z i C< a•I ; 'Zi P o H � L d l M 4 `■`/;� m gym a °c° .:I�a 7 ~ `l► d d aRc 'H l m 6 al `d v �o zp �i _ -------------- a n w w el ' mm E d d 3S F /• z --------------- e- w d�� (n d W U r' O N l7 .r5 OI d .e Q z W W U a 2 c v m Z Z O ------------- - CZ a J o' U m m o a w r= v F Lo o w w $_ c z m xxm cr m M d L9 N p W c ' � 41 ~ J y d _ Q L I WUa:2 = O C C) 0 w aa w. _. a � Wcc ED 1 r I N n rm` Y a oo 8 m m (Lc 3m Ir m b U'• O- H� 2Q R'Wgm OJy 7a J� d �.j a^. o Q io$la �, i I I ... mm ------------- U 1 rgo I ` Z Btu 6z 10 tUW W 4 rC I_ rj ai - oN _______________� i m o rl 2 I � z ----- - ; Jm m �'.O 1� ,, m ��I—�, . ------- ----- W zj ------_ -- } Itol F IFF 4 pr J p w u CI oW JO w. 0 91 I X Z ipil U' 00 2 w / 2 ---- w W U' N: LU a ---------------- o w o m ---- --- UJ z _I m O; a I I ---- ---� a z m i,l o� x �' �IP�^ IL�Yp l �_I - ----- - - -m OW. "�'rl ------- z ---� 1. fir' m J o 7 S N w III Om w K m��,W-' 1 -�` J Z j W'.7 fflII IZ �I _____________.. o_„ Q ul ® O p O Q ' w. pr fJ W _________ __. J K ry r ------------ x w-I p — --- - m 11yy � � cD as> O 1 ly 1 O N m. h ¢ o �1 Q --_______________ u� 7 -------------- V• I � � ! m 1 J i ¢ HUd K 4W;-O C7 C 1m c'�a'rz z a m w w .I•' .z m w 'I- m f ro a m m I N 1 113Q011 N213� �A9 NMV230 N li]UbM]f"GTv1Po JC1w�I,p>Y YgUv1dD0 � l �J �N� � YOI@'nT41Y}JP'YYuONdWIOWYJNaJ)U R C a. p Hivl)OOO,tl/J)ai,.l'wJTvlOvn X11 CYY+YW 0 a S mEH OR �m m3 a ry �C� Z W tai �m w tE E ul IL VJ Q a v N ID m m t 3 m o co `,`F�� �� �f' G o d E m N d�^`ss"" ,•'�Fv �o �, w w G CIO d" - o m amm of �� 9 wy5 x �LU G vwii �CLON c"� 3o`J ��JIu �'��� WMQ /Z/ a b_: N V C m Ol m C N W� \ Q O p « I G Y! m m m m V' — F W 3 Ey N•- O ` N m m e N y ON$ 02 7 m 7ppS m 3'� J a~m`K E ccLD O$ of NOH �m C p�1'p7E CAN �m•a-- (c'f IJ-• 2.0 pC WEC E O_N LaIlLI LdWLmmm cHOmEL0 w. Ei C4 pib O Z r N fo V .1 Y w w Z Z J J Z z O p w W Q = Z a o= [ar oZ a ' 1 OYZ C7 I J pz O W (wQ !� w�O xs i o w z `c i y O I O Rg1 J 2 I z lO�� O z GW W N W I Ix I++W I m W I 0 I q a ' ¢ 'r- a I rt �i N i g O i N I N ' > I I 1 O I � I b NEW NIW b A•.E 431ON 33s, �I, .0-.E D-J, J 1 1 ' 1 I I ._....... 1 - ' I � � I I I ' I I -- 1 ---'----- ' ---------- 1 I tJ I I I I �•• I N I I � A I J N • ..I ....... U) LU z I.I� O O' `I W z zI.-�- Z' �I > O �I Z Q. h 1II Z f' 0 0 O a Ot w LL a i W N m I C 1 � bib ui w ,I i ' I J ' 1 1 1 I I J � I 7 �a '.E-•Z Fa .E-.Z � m mm Lj- u yL L bfl Y88 Z z : Chi n N •- - c s. D �St�Q• '�' o i L o c a J•r, J r ~ �`O d i U•.. C V O.. QW � U Cj� ni N �1L c C C - - >-• o G Z �e. L- c � L qC, N C t. C N: ✓i G Q C 2Ln a O a c c Gt - N •. .- U � . - m •oad m a 0 n N O U E_ U N O a v 4- c O m v r_ •� a r,... - C) N- O C O n c p.- V O ENO r of na L O C L C A 7 c t- 17 o o o ro n N _� c C, U c b L O L N C V U C Gi O ] .^. O C :! - .O L [ c 0 . � C 2 --• N t C S •J � .-J 1 T f1 C h _ N V C. O' OU Oz tOia G•"� 4 - 'p P U C ` O .. ...:-:.. /U � m z - _ Q Z L J N U O Z U v� O N n�Gc ^� ej Lfl onbo v� N r. " .. E L x r✓ ' SI^_'I O % C L p Z j y { St i W�nm.L :7 3pC _J _1 r z K-Y > - LA u f rti �Sfe - m S ,6J r I' C� Q n ` � m a 0 m r D m r m � r 0 s 7 ID IN :e v A m rn < m Z iX D n z o IN n 2 X o F G � �X• ^ r"" _ � n c� m ` m o y ' cn m —� p �. 2 m co r` - m � ifE w v o _C c r m r b co A m o (/1 D r }'� N O m —I D 7 o n m Z n � D Ieo�a C/,/R D 1 G� r1 §�r1i P. N m v N � n a � n s ��rp T _ F -• 01 xounG xrtrrvl•o oi.o.mv o+.nrsergw F W m m 41 m .i"'YS'+•MWw Y�YU'q YQVi�if)li.1M (Q a F O � V 2) t :a5 ��ypi z Z a ���°� o ?i GC m m o m 4v? ,-;h"1 rr•, ow IL3 3 U c o: a x a) m'yr' '�'"•` '>� w c k mON mN NOO � �vp Q h 0 W m �d'�' °A v c. 'N� c 41\� MM� Qa a O< S N �C L m9 mdmi^ W {"' Q y N 8 a cc �c mE mmm_ il� J O1 9aN $ m�cN nOt� cFi m � '> - 5 o c d d r6 v_-a� m¢t tz7w U~�L oc �E �� tEna 2 12c ew ravi,.i mS m�H� CD m m oiE omim3p / 0 (7 h y �� �a� a �m O zQ O � � FW- W a <.oa a c- s`o ca yp �� J S > g z 1 ni Ilio %'m O m Q o. w LU w t7 p U o O 17 N O Q I O UZ VIt ZL o oW Vl c�DO0 1 � t7 M1 •st � N� � I I I o c.:: - 1Nn O z U an z LL Q a CO m d nnU )I W ' 00 0 \ LLI O w wO WN 1 0 0 00 � 0 a m _ r W f x .4/t Zt t7• v o N a spa Ntli� 2' ry NNp - xHF .J 0. �mQ J N O a • a O CL z ¢ "a. W x z 0 z EM p Z 0 0. :3 1 V W N _ _m a W N �o� W W N N n �1� W G a. Z7 - W U _ gxH - .Bits .&t BF am .1 N .PA Zt 2 1 1130011 NUBA :AS NMV8O E LU lky C) 2 U % CC CL z z I I All 'k. z UMW UW I vac M,ej V 0- 10, 0- o o (n CL 0 Z mo ME 0 0 0 M z E is W > CL M at to (n z cli 6 0 z Oz�o < O'Z' O < ­— ,x der- 14, a- z X;�z t5 > 73 M�m z 0 LU f. 0 7 E=LL z ZW LU w wU, 1. 4 0 6- w u w 7 Uj 0 ;, tt -< ui ,mv) Ct 9 z < Z ul 0 FL aW Z— 0013 C �o 'Oe Lu It 10, Fo v LD w "X m w Z;z 0 a x 12 X0 o" 0 0 9 go 1.0 CL LU CL U, 0 N z mad WO) ww 0 0ow —L"g, lz- Z M cc is 2 z 1<1 CL Z T �: z 06 z �!g o 2 Z §21 t 2 0 U no.. _0 62 Ed z 'z z ui 7 0 zo Pw xw w I — Q q ............................. OR W�a w 'u wx CL Ow 0 IS WER 2 c < . . .................. w Cf D 0 0 um 0 z t on z �El = w U) uj ii3aall NH3J :AS NMV'dO C T. 91) —Q a- T .� O N UPS W W • tv w U d JZ�v x � E day SW 00 W ndw� W Z pWrML o oLL d go a 5� d sW �, Sd n tf ri cc a m0. 99;m jIL I 9 W QQ a {Y �` W U 'off @� QE � a � V� ► D U W �9 M W $ W C 10C LL N �� 9tI, a O W —tlJ O N 9 W atJ '� .�W of w ld G �L wG a•- N O d a7 FO- m c W E € ov o m R m m�mrn om W� ww m o 3�E �... IL IL goo IL.� z i= J O _J z N I+] Q ui <p O k w g � o 7 'o a h 1 m o _J w le W T 0z pap z O 4 w z a N 9 am J LL Z IL a 1 w J >g W w � ui W t� I a zo m w a u~i O N Y. ------------ - F U O gg w m O U U w K Y N m W � Z W w Jz a LU IyI w F W W Z N Wa C7 z w _ Z a o 7 + N _ •„1 1 F 0.0 i 4a tOir i -NIW yaw Wyaw i .D-.S In 8J8 w J ------------ - oz Op k - �z a b 3O m� ab ¢CI a t.- FF�� ?�jF OOcc 1� m U m 0 a w N W � IA Q O J w N ' Tsaan Nm3A :AB Nmvda d _$(D ~ } �) Y v�+ k/2 % k \}� f a)k i# � ��� Z10 | � �§® � � § ■ � §I® 0 ` § � • , Z� p3� a 2�� aUs � � ■ � • §§ & t{, aft k ■ �� §8 § ))i qa2 ~ §\ ) .2E 2§� 5 2kl 2)J k u 2 z n n � & k ( 0 le .0 § B % 0 2 co . , d cc — )ca ~ kco �) 2 §. 0 ! f § % ! B k k ■ § ., . ----- - - - K � k cn 2 §§ � § k m� a 0 .3 ------------------ ].-.-.-.-.-.-.- ~ z }z Ek k\ cc� k§ \ B� K §} § ~ \k LU |� ■ BE / } \ ) § � § k ® R § w (( eSaa ■ § ma MIN :AG w_ W cc �}rr O O rn z p'�lRY 8a�p' F y M N e ,}7 m w !'J J lu V a dr o o oLL E IL W m. m G g o o cS r, �yb Q3 YR�4 O a a I' ra�o' M a a a �$ o mg H �► ra c� N 0 FL OW aW M `r�0�2 N w } F O � o ego c � 9 m a e' a NIW w H{v{yl m m `o `o E pq u 0 oj w lL LL U LL LL r(� LL K Y O Y C2 y N Z C?Il M U w O Q a D N F- m 95, � w w ul � u, �W m w U 'o atZ i z W W 3 CO).Q.1 W Q C' \�ILLl\\\\l\\\\VVyyl n � W m W LL J .J �.. W ------ H 'NIW S a A E _ a w LL (7 ^0LU K l 0 t N w0 w a � o O= m 0 � Ja W LL ww �LL I O O w J LL C9 a A\\V co � c7 n "NIW m ti w rr + � w Z w W W w ?S w NIW w Lu W J � IL = u �2 u� b$ W:_ FS W CDc9 -- z Q Y �z --{---- - - o LU W J 5w d a LL Z Z ' C J Z W I O 9 m a +N m O wz w J �w w =t W y tl ZZ 2 p qY m � < IL J O Z V) LL uWi 00�, C7 V w w m J 1130a11 NFJ3d :AS NMtltlO N mT m � Riff Wa 0 1 � c�$ � m A4RY bgg� ��r� F F tu wi I A d �, A:" z Qvp� LL O O R. o O O d J moc ~� m m Z a ���s Q �y azina w ati R m y m o$ `o ^v c c ebb �OFQ '7 W m a w a m P; 2� � '3 A �a9 4 ��T O $ J '4,'Mon 32 m.O m X m 9 mm m (t M r F ,1►' z z p��L C Y m W m ILrI _ N Z W V -0 C m C m v H 'D Qm'F�'o LL LL H R Z (V F1 Q In m D W ¢ asy J F z m w f W J W QQ Y m F J D O Qa U O¢ _ -- W ° �_ LL - - - -- m 0 D ° s W u LL Z_._._._._._._.__ w ¢ O . 9 F > (Wj 't' z E w ¢6 C $w !_ Sr g 12 o w =' 7 a FQ z 0 w w > ._J J .�� LL O Oz�z wa DO Qw SST W W J a n jU av a N 4 D a °w a Kad' nIx a D y T m ¢ _J O T co <� m J~ LLI Z pg a 7 W Z F V U WLU U n .. U, m --�- ------ - - T N O U U T W w LL Y uwi m o'------------- g3 T .J m m Yg T m� O M J o - -•-•-•------ $ N m z R C� mN z O 0 � O i Dpa Yz F gO C W H�a� &* P . N$ O °m z � a m Qz U 7 ' 6 U5 W w W J m f w a �� cc LLJ J a 3 � Y R ° m a Do Z _ __ ___ _ to w UJ D D gg a ¢�i m w 3 a z a� v o= - - --- ---- - - - -- -------- - Ede,� EPO a zo Je P.Ma'a Um 2-0 �w �� aw�^ owm OP cc LO 'v 50 dm " Ya °¢a m IL ay a aF m m O as z Ow m J 9130011 NNN :AS NMtlNO E ZV)ZN 8 J m 3 vU =°y — W6�0 RRY W E Eat W 144 oz r v w . F mz4 Wm 4 ° may V GV w c� B 2Z ud' c 1-C1 W U n=3 W c Z a m c IL z L°d �po �� `' E� G 'S k ;� x` ,�Wk�.aJ o o E P . c I a d 4 � 6 VL < p Ec �E � o p$W g' t ru $ oN apWQ ms'Em g� Y41Qg PLO CZWa ca m P 1 c �a $m rnEcFS a�E . c'E mtn mm�E mmEWn ool^ 'FZZ o 11►p1 c a z N1 fA a �Gp W 4 'Ap �j tm. �L� IL O O$Z Z+41 0 mc,�v 11ANo yo�9NC N�12 5 p a m W E s m y c a vaira J r o$ SH mcc� t12: mE t U IL4 (h W H ppa F-50if H_a O 2 r fV f7 V M7 tC 1 J � a J W N 2 � Ir s m a K z S o FQJ J 0 �¢ Q J N @ J_ z O W.y C9 Qz O W a E w K M y 1�1 W N1 Q ~ H 0 6 ry w y 1 W W m N w V N Q • a O w G V W Z C 1- W Z z Z r Z F N tf/ w 0 W g w v f y v = a y a N O _ f }a' F + z mC V m G0-4 UO LL r ah z z m W a YB p S x Id a _ O y QZ J (q1 G L1 N .J W� N_afa/J 1? a pq .._. _.._.._.._....__.....20 z S N m to yWl x0 o (Z 310N 33S) UWII Atld a ItlNEWM3.l.03tltlld-NON REd J H ryV�<A 0, o o S o_ J bps O� O w fir^ t7L a �f. 8 _I •B I Th d� V W z � w U 'p J a_JpH a W Y 0 II3601I Na3d Afi NMtlllf] 11, N ismr.anmwaws.�w.Aar Xoursru r l ��A MiUbyALr igIW4nMM1lr14 O N ZO ,curnww.oa�a,wan...wnu.0 �'I� . w C OZ a.mna vuomow v+wnawuarow.ur � 3 m ZS m s oN RY U dp z O 8g �WQ N F d my c m <� G4' �d�y� g 6 J .I d a Z 0 oNr g Q ao zJ ( ^o c pmm � o a a_ a oC x no ca E `r OO o�yMQ8 PAIN 34 '� v o� / OF z a cmO Yc o N c a O Q G H W^�p W N m F Zn E i W"C p aa l G m C W orL a wz_ � a LU c co �� m e �t a O O ay \ LU m \ _ 50 _ pupp Oa>} o fQ� 1 ca F a Q m � b lL 1 O xa \ -, z r e4 ci v ui Z a t3 W - -- .i p , F \� y � 0 xa cJQ° 30G z LU O� 0 IN =O a 7 ^�Q IM Z� gd ' o�u�3 mCC0 0 obF .. 1?tia c Za _ W J m pt N i m zO G_ O T W W&W YN -- — K — --- -----_�._ U� m Z G Z^ X O0.r taAU �° QG OJ X FJ O au e m z J _ o_IL W 5 Z lVfll'JV YN O .Zt On UOr _J Va OZ Z•,t Xm J Q �W 4 1- _ =o N C1 J F °,IU fa U �JZJ o'c miu�y __ obi g °xrc Z� btDR — -- -- NO, — --- -----��-- Q t I,id F W OR °°- ern ggd U- KZ UJ- m O IS am Z�K 6 LL J -• � S>N 3m�dm ' a CZ to iVO�=a us m OOl^fyl/ ea• �1_�IULf ll3UUll NI :Ae WVH(] S m � M G S c ILO a ce� RY M a c m-ter .L i .ZZ i i.Z } '�� a� r N F E ■ lu 9 �d Z x �' N a d m m E ZW) W e a @ At z �� J o o VC g a T t� t, m MW 0 o 0 0 U n m E a o mm K a w F °:f e° 0 p e 3 e A v c = 0 6 a m c E Em I N 930 r y a n c m m E NL 0 a 0 JbQ� QQ' CZ a;c 1� 3 �a = m m M 2 w a °c e m.a c T 'c W v p U x J = m ca m `all 0 z P mg y� a m m m of m m 3 mma w ------ .::. mm co E�ja LLmm am o O C CO CD 0m ------L SJI NZfA mO Q _ -_-_-_-_--_-z- - > OLLL IO I d ______ ci LU Z I) (0 IA UW w CO) W 0La qW I zWO W W > ;a t W O { ...___ p Z. a z wZ m a o a wz F z oOw w Z ZZ m o QO°? wN O W n GO IziIN 0 2 0 z m z w w ---- - _ s.V a - — - ~ I ~ OZ - -- - -'I cc _ _Lu Vw wN Iqw ul N JQ > w S �iiw > ... z � mF Nz a yz Io 0..W e z Wz w �w w zw a� m w a. 6S =m S CL o Om a x b x x S 7d x z ................ a - - --- -t 7d - --- L.................. In C z W -I > 0 Z m w > M ZE Z u� w 0 - - -• •-•-•- Q -- -' '- - .wm. Q i9 > x w w M -- ------------ ~ n r._.r r...- f E _ -------- .— ----------.--._..- � a a i K w O " d in ww b ----------------- !C J p J m m � --z I-z i CrHOJAO VSil*AS NMVIdQ E w T. O a O G O m Wr a 6 m43 o E ,�gRY b�� V 1�Ni F VP w 7 a o�V,y� W fY z y a we a T O d o nV o J� IL LLo lY c mS m zw { pQ; a3R E v m 0 O1 ao �dM lk O 0 q m w z 4� a m�.a �Z m Q o f m U ~�zggs o mrn E w & W �Mt �� 11�. c B o>' w LL pr C � .Q I!m ow �t�� 0, Om OF N NBO�c A :d me a � n m cqW Z N N N O s W W J �° fV l�7 V N fC I..: O I I q qElC O O 0 �_ �n a� LL-6 u � LLW Y A Wy O � a J � zp O OIGI.-.. LL Z O W z W q O ~ W z t7 wW g~g U 1 q z .. p..-. - _._ %�- Zq S 6 z tu z W W 0 m In O m _._ _ _ 9 z� O U z o S z W u. h Uto Iw LLIti 2-0 s"s o� 0wa1 c. °Qo pp mmzuQ,)= to UI.. Zvzw 0w 1zO .-AE;z CC [CO ¢0 dui OW 00 00 W J W U° Q Q LL W -for _.___ LL W *W " 09 MD W - - -•- -- - - -- - - W W � LLW v b z ' WII� c w z z a to rcg qzw ' z 6U3 - - --- - z y p y5¢ O O ¢a F m U W U LLR N or+ IL^ m z J ° Wu�l on O o mz g22a g 0w �b Zq Z Tj �Z J W OZ W m z Fd a z0 ar gp °w oa 0 °O U Up' 0 mo I _ C y l- U!C z W G 3 OW a Wq m O qm IQED 2 W �I 0 O ('J - --•- - -'- waWo Wm o¢ - .......... cc ca �o5$�0 O O 1 T uen NN34 'A6 NM"d a, SUMMARY OF QUANTITIES AND LOCATION MAP J 2016 Guardrail Repairs/Araucto A - 2 March 22, 2016 Project Number: 15-3001 cu Z 00 2 2 QLu d QZJ=nQ2 O NQ V Z An W 'i .� J S W N a z z a V l J J C LL n N N If1 N NLr' Uf �n O O to In N Ln N N N N N r` N ti. � �••1 rl N N m e•I N LA N c0 ' m N ' 00 m j a qJ J W 2 S WQKQ a .ti a-I N Cl Q LL W 7 f r J O LU _ W C U Q N .-J r1 '+ r1 N l0 x y m ? Q Y � x C I p � O Q W J 0CL CD Q z 0 W m M N m N N Ln In Ln Ln O O N N n N N N m U _J O Q � N W W at ' m J z a O = r0 CCcr 'q rl rl rl rl rl l0 t7 < Q C W ay uj H c O C W i J J z a `° N z m N Ln Ln in o Ln Ln Ln Q Q O � J O0 N Ln N N ri N vl N 0 LnN n N N N in X cr 2Q to m Jo °�° m ern W 7CR 0 LL 0 z o d >-cr- J PO W y a O. a a C. a 0. a °J a O a a a O. O. C m F T T T T T T T T T T r- 5- T T T T T T O H H H I-- H H H F H F- M H H H _J m H N a m y l o c m T O a � •° v r_ DoC m s o h m «o Q N '^ O °' `n 'n Y O %D G1 w vl N d n C N ' p C cr 00 N O �' 2 y N ^ N lD a, JT O N V1 N VI �' N l0 01 a N ]C ,.q - H = N y W W N A v r D o m o m 3 � N o r- .n n E o f Ln W - o r, 7 C o C In N Jn V w N N z w Z Vl e6 w O N N W N N W O O O M O W LnN A CL N 0_ I M O = > N Z $ " Q ? N W O W = V d cq In CC �,q �" 0 0 a Q C '~ CLr, LU rq _J VO O N w m > Noa OO O } > z. oo > .0 O j ar -0 t m . omQ N i O i0 y m U m Q r a O p '0 0 E O so ? > O C cr, O V O N .O-i JO W O V N V C C JL u p T ` > O m N 0) to p O 'N Qt y m O a W O N -J O N iM1 N u C ... t-. M 'O U V C J 0J ?i O CJ GJ :_J J y o L o O W V O •O N Z z 3 W io 3 a L O mT N w o ti r c o o a o o ° 'O C N 3 Ol •N E N .L-. 0 a.. W Z N N O O N J Ln 7 1 y S� 3 - 'N N W O m '� O J N N JV 0 N d d L O w N r0 Qr H O m y Ln On O r 0o toN m v o .•+ �O � Z '•1 N N rl rl H rl �-/ rl rl .--1 J W QZ a-1 'q .-I N M O In !n W w n 00 00 00 01 01 O d _J �. - n a) U y N � i J N , 3 ny ZgL a ; i C c a =IS ant/yyl 3S any ObL / w WH 1 _ 33anh'Z£L---�_ ==il- — _:,: - j -::- �_-- -----,�3Svv��£ (n col , ,--- W! 1 Y w�f 13S8nt/bZL i Y � N W' 3S a^b 94L m _ y N;,_i' ` a L F t^� -, s y so4-_ � — • �' � H o , N , l\ �PZ Hoo�g6u.-s I I N i u " —_: = — ty'� E _ j BN Railroad .: i � ,- Am S aAy gL'. .... �.. _.. =. N IT-A" y�alleA M � ` i— `; y l t S ant/tig„— { Y E I4 -_mot fry I 6 - t "' ---..��Y//_/// --=r=• ter- - LO N•'._ L ,1 `N'_.. .. in co co cmn 16- ca oCL rn Z co .� E a) a) c' N �'S aA IV I `y colS N 1 S�Q N� �M�..� J _ a x w' 1 ° V• COCD r ` A m to %N' ii 1 �O _ nM ... J L A N .S Id SCJ h a - J N .0 G 2 '•\ 0- o N;: 'r 56 pl S cn a, N S AV 99 41 cn j ry, ry _J l l I I S AV PS I i es �j 53Avs 52 PI N L S^ Q. / M / SId09 L r s ny os L j - 1 S P21 aa$ej f S AV 94 co c, � it 45 AV -�' 4) 1I. �i r ;t o � L o I o Sny£t, D Z p N 42PIS S'�b } 4�zy Ra�►P 1`� ryIV Riverview Blvd S ''4 ❑ 4� S p� _ l 1 C I•n % C O p N LO ca O U aC �Q N LO L- aT a N y c SId96 S AV 96 �rn 0- Cl.c a G N W Q1 N a N co rn Gti _ S Id 96 n rn N J coS3�b6 N 43& FL co to w t N a S Ay b6 04 N f3 N M' N'. S AV£6 N J N' a 0 0 N N N co m to L S AV 76 Q. d o - L SId99 ti cm M N `\ J SId98 N 1 SAV98 __ y N SAV59 SQ PI S y -1 p ca L C) J == — �. S ny b8 Z N J (I O (.. a azb C AdUOlaOWPIE 10 Uol3 N w � LLO'f co ca \ to N a £ N' U nM N fA N N o £L cn-0 'I \ N C \ � 8 a SIdZ£ 8 � A,\ ,c c J y W b (n y o P'���i a _ N N z fA g1AvS NLO __. N N 10 N " N -- - U) N sAV6Z `� L 1� d N C14 Lo 04 CN N N `•,;, J S Id LZ 1� s1dsz O 'Lm O L S -Jsz I' A SVSZ N ,a N S AV ZZ a N ca V U N J S to tZ N c Z V S Id tZ G� a` 0) ai J I I O S nod OZ � a 19 P1 S rn c a a a N cm�49 SAy6t-- VJ N N N N "' oell CD w Z CU (cDL cmli LAOL (D 0 N it C3, E cm-0 04to IL m C3) CL LUc tp LO CL O Lo -•� j it to �ti cm ,oe Id st, to CO Sb CD E z S AV et, to d- cn tn lin e N i co w cn N an cm ca N tn co lare S AV Zt, £g _ r-. a 1. Spa 64 Av �i n - - --------- _ 3_. 64 Av --- r „i Cl) -0 CD m`, l Z CDCL CD � y li 3 m j z N 0 n Cq'z N .Ul. ' r CA !� IC-1H ;ro O ' � James Ln geview Dr _ . .. Rid �) r !� r — -- __ —__—Washington Av S _ _ Washin ton Av N j r N I� Ramp l Thompson Av N ! j jo D-4 a i� �olnAvN Lincoln Ay cS �. Naden Av S LInC N d - - i3 0 0 . 4 _ i fro cn r H } U-nion,Pacific Railroad I: 6AvS j 5 Av S Ip i 0 o j 5AvN � M Cl) II l 4 Av S Av N --- — __ ! 3 Av_S l m 0 3 PI N ill 0 m 'f 3 Av N r.. � 7 11 .� -i G) m 2 PIN 2AvS N yCD rML Q 5 2 Av N �, N o m N r-, CD • fA �!D Alley o cmn o N I w i 1 Av S a __ _ " 1 Av N N ".•Ie F,100 -6gvgv ` CDr GCD GREEN (A (p f Z (4CL f r 0 -= r c O Q n C 0 F (r L IrI � � i� Spa 72AvS - —"— SR 167 -- -- -� o r _ --- i i 74 Av S r- MA coed uoiUn d pBalie� ► . 5 Av S a a ASS � t N _ t N FPS' 3 Av S 79 Av S I N — Y oT so Av s ~ r- 1 Av S Burlington,Northern_Railroad _ _ L N N 01 r- fR T O mm ca m r � N -- CD G1 CL CC Central Av S rw o o p' 3 o cn CL CD " (D ; !A N (D (D O 1.. r Railroad Av S it i i Railroad Av N AlleyO r I; s N CD Central Av N z CD Q x (j C ^► r 0 >O State my S » State Av N ' CD ` d 0 m 0vv r Cn 1 L. �Gl " Cn 0011 V N 2 SAm F ,N �Kennebeck,Av,N-:—r_ rd'A'aaau�a� $ y �. tN ^" Clark Av N i; u'1 P 0 �e Jason Av N m » O,q� 1 m Q m __ N Vanter Av S 3 — - c m ^ r° 114) N ;t �, Prospect Av N - !N ^ (? - .« Lenora Av N r-- Hazel Av N _ m 2 o o a v Ct — a -m m o�• mEn ! r 0O � Alvord Av1v d 5Q i/ r � r Summit Av/y 1�1--HilltopAv / m /,JQ+ i rn 92PIS J N cn co N N O I k fn N i �,_ - 94 Av S 94 Av S 71 �v N to m r A 0 m CO CO)00 m N N N Aii o m O O —0) CA ID 96 Av S w 11 o m i a CD tD x n t j 'U F-, x ozy w E WLO Its CC N IL C w N N N N a 3S^V bob t m c mW N COO 3S nV�, IL N w ».I " fA (n W to -J cn;j N W'I 3S Id M Ni� � I 101 PI Se � N I f a _J 3S AV 606 N W 3S Id 006 N i! U)"3S AV oo� v a SId86 N I I� S Id 66 rya 9�p�5 Q,5 �L 1 M tO 9 w oLon cot veil' — LO cm " Lo 3 J S AV 96 O S�y ti6 % moo a S'ny AlaagWIN - g w' / S AV poomeldeW - c C � J p SPa !UNIO �+ ._ w cc cc L- ID Id MOIA J E J Z c rn Y S Id S!113 m a) ---- � o _ a a. � y N II w w O w LL u,;Se3 CIO w w S AV plae9 J oz. a c 3S ny Z46 N E iF 04 N � $`E��66 �11 CtSE a � G J Lo.rn 0 NCl V)-o N N a c =' N �S=�06L acm 3S nyOLL O d W N - a W co 39 Id 60L y� N 9e 10 .� _.J 3S ny 806 _J m �Sfd LOC 10 cD 3S ny Lp � �o - N 3S Id Spy 3S AV 906 W j 3S Id M N^ m fq •---' N CL *W - - y N 3S AV ti06 L O L _ r m a 103 PI SE 3S AV E0 L N W TM 0p\ y 3S AVZ06 S� 10. J _J c cc SId66 y ' a N J Ln CO J E J U � Z 01 d cn J II �o a o rRs G�ee�R C� _.a Ij J r CD _ 144 AV SE M�--_�� o N ao O I I r SE W CCD 145 Av SE I Z Q. _ . CD 145'Ct SE i� ��W C 0 r a� m 146 Av F $ CD 6 0 - - - -- 3 ���� � j v �4'>Av3E j ' � r 148 Av SE 148 PI SE ! —" 149 AV SE 149 PI SE O AV SECO m m N !ice !V H 150 PI SE y 09CLr 1 PI SE __ 152..Av_S E I I W fi N m _ N �I V cn W m 154 Av SE i� r N fl r 156AVSEco fQ rrJ ,i W i r- M v m �'. m N O N N cfl 0) m A m r n 0 N O) Q N Ln A a `C O �� O. N N 0fD r m ; p CD O T1 f n14 69 L •Z f, r a :..� Y; LL o Y 3) r J O N In N J C rn c dtj S Id 68 a ,z9i �S SAV0g J N'. M: r N \\ 04 N L CL a ,f% L i a` N S 33 08 LO Ico N3 � II S Ay 08 _ co _ Cf r� 0 � �f 'a (D Z N �I a co AV! J II O a TRAFF I C CONTROL PLANS 7 2016 Guardrail Repairs/Araucto A - 3 March 22, 2016 Project Number: 15-3001 ozm LE OV3HV END >i8lom zs SZ SIGN LOCATION oyod 1 (TEMPORARY MOUNT) DISTANCE ....... .... ROAD TYPE BETWEEN SIGNS A B URBAN 25/30 MPH 200 FT 200 FT URBAN STREETS RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT 35/40 MPH s— RURAL ROADS & URBAN ARTERIALS 5dd FT SOd FT N off 45/ 5 MPH 83(nnOHS ZK 1 ca 04 C, MINOR STREET I CROSS STREET A GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO w THE MUTCD AND CITY OF KENT SPECIFICATIONS. Lu 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL cn SHOULDER TIMES. w 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT 0 O WORK LANES. < W21-5 4. ALL SIGNS 48"x48- B/O UNLESS OTHERWISE SPECIRED. 5. CHANNEUZA11ON DEVICES ARE STANDARD TRAFFIC CONES, 6. ALL SPACING MAY BE ADJUSTED TO B ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. \ 21 ROAD WORK AHEAD >W2C-1 2016 GUARDRAIL REPAIRS zool0i" E N T PROJECT CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT PATE MAR 2016 SHLD i ' C I �-Ozm i OV3HV �E0m zs OV08 L zm uj 0V3HV Lu LEGEND A w ZE57 SIGN LOCATION 4VO8cn (TEMPORARY MOUNT) E—OZNS doll 01 � � FLAGGER LOCATION GWd3Hd38 , � N N VL—OZM ! Q 05_ ■ ® "�T N N N. • j ,01 ■ MINOR STREET!CROSS STREET jar ■ ' GENERAL NOTES: ■ ■ 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES, 4. ALL SIGNS 48°x48" B/O UNLESS OTHERWISE W20-7A SPECIFIED. sz 5. CHANNELIZAT10N DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO B ACCOMMODATE AT GRADE INTERSEC'nONS AND/OR BE DRIVEWAYS. Z PREPAM TO STOP C W20-3 P ROAD `z WORK DISTANCE AHEAD ROAD TYPE BETWEEN SIGNS A B C D 0 W2 1 URBAN 200 FT 200 FT 200 FT 200 FT ROAD 25/30 MPH ' WORK ( URBAN STREETS AHEAD RESIDENTIAL & 350 FT 350 FT 350 FT 350 FT BUSINESS DISTRICTS W20—t 35,/40 MPH RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 500 PT 500 FT 45,/55 MPH 2016 GUARDRAIL REPAIRS PROJECT I CITY OF KENT SCALE NTS ExHIBrr FLAG ENGINEERING DEPARTMENT DATE M 2016 AR I SIDEWALK CLOSED R9-9 75 i i m LEGEND �Z SIGN LOCATION (Type II Barricade) TEMPORARY TRAFFIC DEVICE (CONES) I i 5Z i i I I SIDEWALK Uj V) CLOSED GL R9-9 0 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD I ( AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE at construction.coordCkingcounty.gov. 4. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 5. CHANNELIZAT#ON [DEVICES ARE STANDARD TRAFFIC CONES. 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS. II 2016 GUARDRAIL. REPAIRS i PROJECT CITY OF K NT SCALE NTT EWSIT ENGINEERING DEPARTMENT DATE mm 2016 WALK I s CHANNELIZATION DEVICE SZ SIGN W20—s, OV3HY SPACING (FEET) SZ SICN LOCATION xwm TAPER TANGENT (TEMPORARY MOUNT) 20 20 TEMPORARY TRAFFIC W20-1 kY3Hv MINIMUM TAPER LENGTH =L (FEET) CONTROL DEVICE (ARUM) Ntifkh )� LANE WIDTH 3O POSTED SPEED (MPH) oai ARROW BOARD (SEQUENTIAL CHEVRON) aV3—' PROTECTIVE/WORKa 11 165 225 295 495 550 10 150 205 270 450 500 VEHICLE W20-51- I 12 180 245 320 540 600 i W4 2 A DO, a • f ° a f a f f a a a r a ARROW BOARD (SEOU'ENIIAL.CHEVRON) u ' PROTECTIVE VEHICLE—^ ■ (REQUIRES) e n SOD" I ■ I I i GENERAL NOTES: 1. ALL SIGNS AND SPACING SHAD.CONFORM TO THE MUTCO AND CITYOF KENT SPECIFICATIONS. 2,PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. I® `'�—PROTECTIVE VEHICLE 3. CONTRACTOR SHALL ALERT METRO TRANSIT 5 ✓ (REQUIRED) BUSINESS DAYS IN ADVANCE OF WORKZONE E—ma l cgr str ��iVD VpgF� gtgV�auRiv gay. " 4.PROTECTIVE VEHICLE REQUIRED, SHOULD / a CONSIDER A TRUCK MOUNTED ATTENUATOR(TMA). ARROW BOARD 5, DEVICES SHALL NOT ENCROACH INTO ADJACENT DODO (SEOUENRAL NEURON) LANES, ��. ■� ALL SIGNS 48`x48' BJO UNLESS OTHERNISE SPECIFICED. a q 7. CHANNELIZATION DEVICES ARE STANDARD u TRAFFIC DRUMS. �•' DISTANCE ROAD TYPE BETWEEN SIGNS wa-2 A 1 B C D ( B NF URBAN 25/30 MPH 200 F7 200 FT 240 FT 200 FT 4Z,. W20-5L URBAN STREETS RESIDENTIAL & LU UU BUSINESS DISTRICTS 350 FT 350 FT 350 FT 350 FT co Wm 5/40 MPH a RURAL ROADS & URBAN ARTERIALS 504 FT 50d FT 500 FT 500 ]FT j%W20-1 45/55 MPH 2016 GUARDRAIL REPAIRS KENT PROJECT Mllk ltl IY C V•o CG Y Ab AA (CITY OF KF T SCALE "Ts EXHNBIT ENG@NEERING DEPARTMENT GATE P1AFt 2016 LEFT GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. LEGEND 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL SIGN LOCATION TIMES. (TEMPORARY MOUNT) 3. CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE OF WORKZONE TEMPORARY TRAFFIC Vag E—mail: construction.coord@kingcounty.gov. — CONTROL DEVICE (DRUM) 4. PROTECTIVE VEHICLE REQUIRED, SHOULD CONSIDER A TRUCK MOUNTED ATfENUATOR (TMA). a44 ARROW BOARD 5, DEVICES SHALL NOT ENCROACH INTO ADJACENT (SEQUENTIAL CHEVRON) LANES. ALL SIGNS 48"x48° B/O UNLESS OTHERWISE PROTECTIVE/WORK j SPECIFICED. VEHICLE 7. CHANNELIZATTON DEVICES ARE STANDARD TRAFFIC DRUMS. ®Q MINIMUM TAPER LENGTH =L (FEET) a LANE WIDTH POSTED SPEED {MPH) Y PROTECTIVE VEHICLE (FT) 30 35 40 45 50 / (REQUIRED) 10 150 205 270 450 500 uJ ® m 11 165 225 295 '495 55C1 LLI ® +� (L p t 12 180 245 320 540 fi00cn ARROW BOARD (SEQUEN-nAL CHEVRON) — � I Z CHANNELI7ATION DEVICE L SPACING (FEET) TAPER TANGENT ® 20 20 E DISTANCE ROAD TYPE BETWEEN SIGNS A A B C D URBAN 25/30 MPH 200 FT 200 FT 200 FT 200 FT KZ I URBAN STREETS I W4-2L f RESIDENTIAL &c I BUSINESS DISTRICTS 350 FT 350 FT 350 FT 350 FT O I 35/'40 MPH RICHT LANE 1 CLOSED RURAL ROADS � AHEAD URBAN ARTERIALS 500 FT 500 FT 500 FT 500 FT t W20-5R 45/55 MPH', 1 C 1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 2016 GUARDRAIL REPAIRS oe KFENT PROJECT WANMWQTD CITY OF KENT SCALE "TS EXHierr ENGINEERING DEPARTMENT DATE MBAR 2016 1 RIGHT PREVA I L I NG WAGE RATES _ 1 1 J . 1 1 J -_J _J J J 2016 Guardrail Repairs/Araucto A - 4 March 22, 2016 Project Number: 15-3001 Nage i or i i J State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/12/2016 Count Trade Job Classification Wag a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $43.95 5D 1 H King Boilermakers Journey Level $64.29 5N 1C King Brick Mason Journey Level $52.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $52.821 5A 1M King Building Service Employees Janitor $22.09 5S 2F King Building Service Employees Traveling Waxer/Shampooer $22.54 5S 2F King Building Service Employees Window Cleaner (Non- $23.99 55 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F King Cabinet Makers UD Shop1 Journey Level $22.74 1 King Carpenters Acoustical Worker $54.02 5D 4C King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters King Carpenters Carpenter $54.02 5D 4C King Carpenters Carpenters on Stationary Tools $54.15 5D 4C King Carpenters Creosoted Material $54.12 5D 4C King Carpenters Floor Finisher $54.02 5D 4C King Carpenters Floor Layer $54.021 5D 4C King Carpenters Scaffold Erector $54.02 5D 4C King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.22 5D 4C 8A King Divers Et Tenders Diver On Standby $64.42 5D 4C J - King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Et Tenders Surface Rcv It Rov Operator $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $54.27 5A 4C Tender -` King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.441 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F httos://fortress.wa.nov/Ini/wanelnnkun/nrvWanelnnkiin_acnu 4/??I?nl F, rageZOTI/ F L King Dredge Workers Leverman, Hydraulic $58.671 5D 3F r King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1 H King Drywall Tapers Journey Level $54.07 5P 1E L King Electrical Fixture Maintenance Journey Level $27.24 5L 1 E Workers !� King Electricians - Inside Cable Splicer $69.77 7C 4E �- King Electricians - Inside Cable Splicer (tunnel) $74.951 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder (tunnel) $72.37 7C 4E King Electricians - Inside Construction Stock Person $37.94 7C 4E King Electricians - Inside Journey Level $65.05 7C 4E King Electricians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 L King Electricians - Powertine Cable Splicer $74.92 5A 4D Construction F King Electricians - Powertine Certified Line Welder $65.71 5A 4D L Construction King Electricians - Powertine Groundperson $44.12 5A 4D r Construction I L King Electricians - Powertine Heavy Line Equipment $65.71 5A 4D Construction Operator r. King Electricians - Powertine Journey Level Lineperson $65.71 5A 4D L Construction King Electricians - Powertine Line Equipment Operator $55.34 5A 4D r Construction L King Electricians - Powertine Pole Sprayer $65.71 5A 4D Construction F King Electricians - Powertine Powderperson $49.16 5A 4D L. Construction King Electronic Technicians Journey Level $31.00 1 F King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $16.55 5B 111 Products Work Only I L. King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $37.26 7A 31 King Glaziers Journey Level $56.16 7L 1 y King Heat Et Frost Insulators And Journeyman $63.18 5.1 1S r Asbestos Workers L King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 r King Industrial Power Vacuum Journey Level $9.47 1 L Cleaner King Inland Boatmen Boat Operator $56.78 5B 1 K r King Inland Boatmen Cook $53.30 5B 1 K L r L httns-//fortress.wa.nov/Ini/waoelookun/nrvWaaelonk in.asnx 3/22/2n16 rdge .3orii King Inland Boatmen Deckhand $53.301 5B 1K King Inland Boatmen Deckhand Engineer $54.321 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Seating Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Seating Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C King Ironworkers Journeyman $63.53 7N 10 King Laborers Air, Gas Or Electric Vibrating $43.95 7A 31 Screed King Laborers Airtrac Drill Operator $45.32 7A 31 King Laborers Ballast Regular Machine $43.95 7A 31 King Laborers Batch Weighman $37.26 7A 31 King Laborers Brick Pavers $43.95 7A 31 King Laborers Brush Cutter $43.951 7A 31 - , King Laborers Brush Hog Feeder $43.95 7A 31 King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 King Laborers Caulker $43.951 7A 31 King Laborers Cement Dumper-paving $44.761 7A 31 King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) King Laborers Choker Setter $43.95 7A 31 King Laborers Chuck Tender $43.95 7A 31 King Laborers Clary Power Spreader $44.76 7A 31 King Laborers Clean-up Laborer $43.95 7A 31 King Laborers Concrete Dumper/chute $44.76 7A 31 Operator King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 htti)s://fortress.wa.00v/Ini/waaelookun/r)rvWaaelookur).asnx 3/22/2016 Page 4ot1/ F L Concrete Saw Operator/core r Driller L King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 r King Laborers Demolition: Wrecking Et $43.95 7A 31 L Moving (incl. Charred Material) r- King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 F (hydraulic,diamond) L King Laborers Dry Stack Walls $43.95 7A 31 King Laborers Dump Person $43.95 7A 31 King Laborers Epoxy Technician $43.95 7A 31 L King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 r- King Laborers Fine Graders $43.95 7A 31 L. King Laborers Firewatch $37.26 7A 31 F King Laborers Form Setter $43.95 7A 31 L King Laborers Gabian Basket Builders $43.95 7A 31 King Laborers General Laborer $43.95 7A 31 King Laborers Grade Checker Et Transit $45.32 7A 31 L Person King Laborers Grinders $43.95 7A 31 r King Laborers Grout Machine Tender $43.95 7A 31 L. King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.95 7A 31 L. King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 L (level B) King Laborers Hazardous Waste Worker $43.95 7A 31 r (level C) I L King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 King Laborers Laserbeam Operator $44.76 7A 31 L King Laborers Maintenance Person $43.95 7A 31 F King Laborers Manhole Builder-mudman $44.76 7A 31 L King Laborers Material Yard Person $43.95 7A 31 King Laborers Motorman-dinky Locomotive $44.76 7A 31 ' King Laborers Nozzleman (concrete Pump, $44.76 7A 31 L. Green Cutter When Using Combination Of High Pressure r Air Et Water On Concrete Et L Rock, Sandblast, Gunite, Shotcrete, Water Bla r King Laborers Pavement Breaker $44.76 7A 31 L F_ L. httns://fortress.wa.aov/Ini/wanelnnkun/nrvWanelnnkiin_asnx -i/77/?nl F. rdgeDOTI/ King Laborers Pilot Car $37.261 7A 31 King Laborers Pipe Layer Lead $45.32 7A 31 King Laborers Pipe Layer/tailor $44.76 7A 31 King Laborers Pipe Pot Tender $44.76 7A 31 King Laborers Pipe Reliner $44.76 7A 31 King Laborers Pipe Wrapper $44.76 7A 31 King Laborers Pot Tender $43.95 7A 31 King Laborers Powderman $45.32 7A 31 King Laborers Powderman's Helper $43.95 7A 31 King Laborers Power Jacks $44.76 7A 31 King Laborers Railroad Spike Puller - Power $44.76 7A 31 King Laborers Raker - Asphalt $45.32 7A 31 King Laborers Re-timberman $45.32 7A 31 King Laborers Remote Equipment Operator $44.76 7A 31 King Laborers Rigger/signal Person $44.76 7A 31 King Laborers Rip Rap Person $43.95 7A 31 King Laborers Rivet Buster $44.76 7A 31 King Laborers Rodder $44.76 7A 31 King Laborers Scaffold Erector $43.95 7A 31 King Laborers Scale Person $43.95 7A 31 King Laborers Sloper (over 20") $44.76 7A 31 King Laborers Sloper Sprayer $43.951 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.95 7A 31 King Laborers Stock Piler $43.95 7A 31 King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 1t Gas Operated Tools King Laborers Tamper (multiple Et Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 J King Laborers Topper $43.95 7A 31 King Laborers Track Laborer $43.95 7A 31 King Laborers Track Liner (power) $44.76 7A 31 J - King Laborers Traffic Control Laborer $39.84 7A 31 8R King Laborers Traffic Control Supervisor $39.84 7A 31 8R King Laborers Truck Spotter $43.95 7A 31 King Laborers Tugger Operator $44.76 7A 31 King Laborers Tunnel Work-Compressed Air $74.29 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $79.32 7A 31 84 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 8�{ Worker 54.01-60.00 psi httr)s://fortress.wa.aov/Ini/waaelookui)/r)rvWaaelookuD.asr)x 3/22/2016 rage a or i i r L. King Laborers Tunnel Work-Compressed Air $90.82 7A 31 8�t r- Worker 60.01-64.00 psi L King Laborers Tunnel Work-Compressed Air $95.92 7A 31 84 Worker 64.01-68.00 psi F King Laborers Tunnel Work-Compressed Air JAA 7A 31 8�( L Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air 7A 31 r Worker 70.01-72.00 psi L_ King Laborers Tunnel Work-Compressed Air 7A 31 Worker 72.01-74.00 psi r King Laborers Tunnel Work-Guage and Lock . 7A 31 880 Tender L King Laborers Tunnel Work-Miner $45.42 7A 31 8Q r King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 r King Laborers Welder $44.76 7A 31 L King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 r King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 L Et Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 r Et Water L King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers r King Landscape Construction Landscape Equipment $28.17 1 L Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers L_ King Lathers Journey Level $54.02 5D 1 H King Marble Setters Journey Level $52.82 5A 1M r King Metal Fabrication (In Shop) Fitter $15.86 1 L King Metal Fabrication (In Shop) Laborer $9.78 1 r King Metal Fabrication (In Shop) Machine Operator $13.04 1 L King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 r King Millwright Journey Level $55.52 5D 4C i_ King Modular Buildings Cabinet Assembly $11.561 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 L King Modular Buildings Plumber $11.56 1 r King Modular Buildings Production Worker $9.47 1 L King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 r King Modular Buildings Welder $11.56 1 L King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C r King Plasterers liourney Level $51.68 M 1R L r L. httos://fortress.wa.00v/ln1/waoelookuo/nrvWaoelookuo.asnx 3/22/2ni 6 rage i or i i .a King Play round Et Park Equipment Journey Level $9.47 1 installers King Plumbers Et Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P King Power Equipment Operators Assistant Engineer $53.57 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $56.44 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $56.44 7A 3C 8P Concrete King Power Equipment Operators Bobcat $53.57 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment King Power Equipment Operators Brooms $53.57 7A 3C 8P King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P - King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Equipment Operators Compressor $53.57 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $56.94 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $53.57 7A 3C 8P Screed King Power Equipment Operators Concrete Pump -Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Tons, Or 150'Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P _a Under King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199 tons King Power Equipment Operators $56.00 7A 3C 8P httDS://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookUD.asDx 3/22/2016 rage u or 1 i Cranes: Through 19 Tons With F Attachments A-frame Over 10 Tons L King Power Equipment Operators Crusher $56.44 7A 3C 8P . King Power Equipment Operators Deck Engineer/deck Winches $56.44 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $56.94 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P L King Power Equipment Operators Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Or Crane Mount �- King Power Equipment Operators Drilling Machine $57.51 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $53.57 7A 3C 8P Permanent And Shaft Type r King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P L_ And Gamaco Et Similar Equipment r. King Power Equipment Operators Forklift: 3000 Lbs And Over $56.00 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P r With Attachments L King Power Equipment Operators Grade Engineer: Using Blue $56.44 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $53.57 7A 3C 8P King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P r Articulating Off- Road L Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P F Articulating Off-road L Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P F Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P L Operator r King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons L King Power Equipment Operators Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under r King Power Equipment Operators Loader, Overhead 8 Yards. 0. $57.51 7A 3C 8P L Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P r But Not Including 8 Yards L King Power Equipment Operators Loaders, Overhead Under 6 $56.44 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $56.44 7A 3C 8P L King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P L King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P F_ L_. r L. httnc //fnrtrPgq_wa_nnv/lni/wanPlnnkun/nrvWanPlnnkun_asnx _'imnf116 rage y or i i Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air.Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $57.51 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $56.94 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $53.57 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $56.44 7A 3C 813 Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $53.57 7A 3C 8P King Power Equipment Operators Power Plant $53.57 7A 3C 8P King Power Equipment Operators Pumps - Water $53.57 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 813 Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $53.57 7A 3C 8P King Power Ecluipment Operators Rigger/Signal Person, Bellman $56.00 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $56.94 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $53.571 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators $56.00 7A 3C 8P https://fortress.wa.qov/Ini/wacielookui)/i)rvWaaelookuD.asc)x 3/22/2016 rage lU OT i i r L Shovel , Excavator, Backhoe, F Tractors Under 15 Metric L. Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P r Over 30 Metric Tons To 50 Metric Tons L King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 813 Tractors: 15 To 30 Metric Tons r King Power Equipment Operators Shove(, Excavator, Backhoes: $57.51 7A 3C 8P L Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 813 Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P F King Power Equipment Operators Spreader, Topsider Et $56.94 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P r King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P L- King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P r Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P L through 250' in height, base to boom r King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 813 L height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P r Truck Type L King Power Equipment Operators Trenching Machines $56.00 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P r Tons And Over L King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons F King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P L Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P r King Power Equipment Operators Wheel Tractors, Farmall Type $53.57 7A 3C 8P L- King Power Equipment Operators Yo Yo Pay Dozer $56.441 7A 3C 8P r King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $56.44 7A 3C 8P UnderQround Sewer Et Water r- King Power Equipment Operators- Batch Plant Operator, $56.44 7A 3C 8P L UnderQround Sewer Et Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 813 ` Under-ground Sewer Et Water Equipment r King Power Equipment Operators- Brooms $53.57 7A 3C 813 UnderQround Sewer Et Water L F L hi-i-nc•//fnri-racc %Ara acnv 1/11)11filA rage Li or li J King Power Equipment Operators- Bump Cutter $56.44 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $56.94 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M - King Power Equipment Operators- Concrete Finish Machine -laser $53.57 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $56.00 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $56.44 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer & Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $57.51 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $58.67 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $56.94 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $56.44 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P Underground Sewer Et Water https://fortress.wa.ciov/Ini/wagelookur)/c)rvWaaelookur).asr)x 3/22/2016 rage 1z or 1 i r. L- King Power Equipment Operators- Dozers D-9 Ft Under $56.00 7A 3C 8P r Underground Sewer Ft Water L King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount r King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P �- Underground Sewer i3 Water Permanent And Shaft Type L King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer Ft Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Ft Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments L. King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc r King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P F_ Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $56.94 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over L_ King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer Et Water Articulating Off-road F Equipment Under 45 Yards L King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer & Water Locator F King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P L Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P F Underground Sewer Et Water 10 Tons L King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under r King Power Equipment Operators- Loader, Overhead 8 Yards. Ft $57.51 7A 3C 8P L Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $56.94 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards L King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards r King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water r- King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P l_ Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $57.51 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) L httns-//fnrtresS_wa_nnv/Ini/waaelnnkun/nrvWaaelnnkun_asnx 3/22/2n16 rdyt 13 ul 1 i King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Ft Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Fx Water Distribution Et Mulch Seeding Operator King Power E ui ment 0 erators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer Ft Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Et Water Mount) King Power E ui ment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $56.00 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $56.94 7A 3C 8P } Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $56.00 7A 3C 8P Underground Sewer Et Water Materials -, King Power Equipment Operators- Roto-mill, Roto-grinder $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water King $56.44 7A 3C 8P httos://fortress.wa.aov/Ini/waaelookui)/i)rvWaaelookuD.asox 3/22/2016 rage 14 or i i r Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Et Water 145 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All r King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P L Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P UnderQround Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water r- King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P L Underground Sewer Et Water Tractors Under 15 Metric Tons. r King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons Kin Power Equipment Operators- Shovel, Excavator, Backhoes, r` g $56.44 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons L King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons �. King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons r King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider a $56.94 7A 3C 8P F.. UnderQround Sewer Et Water Screedman L King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $56.00 7A 3C 8P �. Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $57.51 7A 3C 8P Underground Sewer Et Water Height Base To Boom L King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base r to boom L King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom F King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P L Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer Et Water Tons And Over r. King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P UnderQround Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $56.44 7A 3C 8P - Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $56.94 7A 3C 8P L Underground Sewer Et Water r- King Power Equipment Operators- Wheel Tractors, Farman Type $53.57 7A 3C 8P Underground Sewer Et Water r L https://fortress.wa.aov/Ini/waaeIookur)/i)rvWaaelookuo.aSDX 3/22/2016 rdye lZ) Or 1 i King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A Trimmers King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A J Trimmers King Refrigeration Et Air Journey Level $74.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 J King Residential Drywall Journey Level $40.64 5D 4C Applicators King Residential Drywall Tapers Journey Level $54.07 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $74.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $44.11 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $52.82 5A 1M King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1 H King Shipbuilding Et Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $41.43 7T 4B J httos://fortress.wa.aov/Ini/wacielookuD/r)rvWaaelookur).asDx 3/22/2016 Nage it) Or li r- L King Shipbuilding Et Ship Repair Heat Et Frost Insulator $63.18 5.1 1S r- King Shipbuilding, Et Ship Repair Laborer $41.47 7T 4B L King Shipbuilding, Et Ship Repair Machinist $41.46 7T 4B King Shipbuilding Et Ship Repair Operator $41.39 7T 4B King Shipbuilding, Et Ship Repair Painter $41.421 7T 4B King Shipbuilding, Et Ship Repair Pipefitter $41.40 7T 4B King Shipbuilding, Et Ship Repair Rigger $41.48 7T 4B King Shipbuilding, Et Ship Repair Sheet Metal $41.43 7T 4B King Shipbuilding, Et Ship Repair Shipfitter $41.48 7T 4B r- King Shipbuilding Et Ship Repair Trucker $41.32 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.37 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.48 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 L_ (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 r (Electrical) L King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical r' King Sign Makers Et Installers (Non- Sign Maker $33.25 1 L Electrical King Soft Floor Layers Journey Level $44.11 5A 3D r- King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $70.14 5C 1X Protection) r King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $52.82 5A 1M r- King Street And Parking Lot Journey Level $19.09 1 L Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 813 Surveyor King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P r King Telecommunication Journey Level $22.76 1 L Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B r Outside L King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside r King Telephone Line Construction - Installer (Repairer) $36.02 5A 2B L Outside King Telephone Line Construction - Special Aparatus Installer 1 $37.60 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.82 5A 2B Outside King Telephone Line Construction - Telephone Equipment $37.60 5A 2B L Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B r Outside Operator (Light) L r L ht-fnc-//fnrt rPcq_wa_nnv/Ini/wanPInnki in/nrvWanPlnnki in_acnx v77/7n1 A rage i i or i i King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outside King Telephone Line Construction - Television $26.31 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.93 5A 2B Outside King Terrazzo Workers Journey Level $47.46 5A 1M King Tile Setters Journey Level $21.65 1 King Tile Marble Et Terrazzo Finisher $38.29 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.73 7A 1 K J King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $50.41 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $51.25 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers J htti3s://fortress.wa.aov/Ini/wacielookur)/r)rvWaaelookur).asr)x 3/22/2016 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Overtime Codes L- Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate r must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for L the worker. r I. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. �. r— B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All howl worked on Sundays and holidays shall be paid at double the hourly rate of wage.C. The first two (2) hours after eight(8) regular hours Monday through Friday and the first ten(10) hours on Saturday F_ shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on L Sundays and holidays shall be paid at double the hourly rate of wage. r D. The first two (2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and L the first eight(8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly _ rate of wage. L E. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, !` and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L F. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten (10)hours on Saturday r. shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the L hourly rate of wage. r G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a L four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at L double the hourly rate of wage. L H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at double the L hourly rate of wage. F I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. L J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday r through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. L K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All F hours worked on holidays shall be paid at double the hourly rate of wage. L M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at r double the hourly rate of wage. L. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of F_ wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L 1 r L ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. _.J R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday, Friday,and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 .J Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 ' Overtime Codes Continued L. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F- L B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on r holidays shall be paid at two times the hourly rate of wage.F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the r holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of L wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. L O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. r R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. r U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked L. over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. r W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday L shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one L. and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. F L 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. r L A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours L worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00)per hour for all hours worked that shift. The employer F_ shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall L be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when r four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. L All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at r the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. L 3 L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15% over the hourly rate of wage_ All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week (Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has - been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued r L 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. r Rates include all members of the assigned crew. L. EXCEPTION: r On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations,generating plants, industrial plants, associated installations and substations,except those substations whose primary function is L: to feed a distribution system,will be paid overtime under the following rates: The first two(2) hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall L be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) r times the hourly rate of wage. All hours worked in excess of eight(8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. L All overtime eligible hours performed on the above described work that is energized,shall be paid at the double the !^ hourly rate of wage. L E. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday r shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal L four-day,ten hour work week, and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and r holidays shall be paid at double the hourly rate of wage. L F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the F hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked r— Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. L r Holiday Codes L 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). �. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after F_ Thanksgiving Day,the day before Christmas,and Christmas Day(8). L C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, F the Friday after Thanksgiving Day, And Christmas Day(8). L D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). F L H. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). r L 5 r t_ Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holidav Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(8). _ N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 I/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). 1. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6 r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Holiday Codes Continued r 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday after r Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be L considered as the holiday. if a holiday falls on Sunday, the following Monday shall be considered as the holiday. r 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and l_ Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding r Friday shall be a regular work day. L B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and r Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the L preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, L Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be r observed as a holiday on the preceding Friday. L.. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid r holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after L Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. r L F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, and Christmas Day r (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. L H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, r Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday L which falls on a Saturday shall be observed as a holiday on the preceding Friday. F 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The L Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall r be observed as a holiday on the preceding Friday. L J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday F- which falls on a Saturday shall be observed as a holiday on the preceding Friday. L 7 F L ' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued J 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. ' L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding _, Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. ' P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10), If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be -� observed as a holiday on the preceding Friday. Note Codes ' 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet J Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 8 J r Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L Note Codes Continued r L 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: L Over 50'To 100'-51.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet r Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet t_ Over 200'-Divers May Name Their Own Price r D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. r L M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. r- L N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00, Level B: $0.75,Level C: $0.50,And Level D: 50.25. r P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: L $1.50,Class C Suit:$1.00,And Class D Suit$0.50. r Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the L. shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or L spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, F and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current L flagging card issued by the State of Washington, Oregon,Montana, or Idaho.These classifications are only effective on or after August 31, 2012. r S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on r approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana,or Idaho.This classification is only effective on L or after August 31,2012. f T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all L temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card L issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows — Class A Suit: $2.00, Class B Suit: L $1.50,And Class C Suit: $1.00. Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for r underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers L who do "pioneer" work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. F L 9 F L REQy 5 b O S SIG ATURE ncm-ri�oN e� aavnr mn.e ave�n nu. a5wvemm ee nH Nmsgie_ nCYo'. wMv.rocnm Con ra2r Dare ao vmnno xn [ i�a ea IS 1, WHH Peteeun 9raNers na e"'m "' �,,,� � tw �Fub or v .a a or�aw cent IJ o � Eomm .,„, KENT LqW DE KENT Agenda Item: Bids - 9E TO: City Council DATE: April 19, 2016 SUBJECT: 2016 Guardrail Repairs - Award MOTION: Award the 2016 Guardrail Repairs to Petersen Brothers Inc., in the amount of $80,689.22 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project consists of repairing existing guardrails and crash cushions at various locations throughout the City that were damaged by errant drivers. The Public Works Department actively pursues restitution from insured drivers for repair costs when collisions are reported to the Police Department. EXHIBITS: Memo dated April 12, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funded from the Business and Occupation tax.