Loading...
HomeMy WebLinkAboutPW17-103 - Original - TITAN Earthwork, LLC - 80th Ave S Pavement Rehabilitation Project No. 15-3001 - 02/24/2017 %/f/��/�J/ r J/� i�l��/i/�i��� �%l�` // /i// i/r,,a, �/ � 0 Records M tz�/; / Nw KENT poi YVasr�rraaran � �/�✓vfiJ6 cu E'fl I CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: TITAN Earthwork LLC Vendor Number: JD Edwards Number Contract Number: PW I I — 13 This is assigned by City Clerk's Office Project Name: 801" Avenue 'South Pavement Rehabilitation Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment 0 Contract El Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 40 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: P'WW Operations Contract Amount: 1,432,704.90 Approval Authority: (CIRCLE (ENE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of removing existing asphalt pavement surface and installing ...._._m. . .. . concrete pavement,ent, repair damaged curb ands gutter, permanent signing an( pavement. markings. As of: 08/27/94 wi wal CITY OF E T K I NG COUNTY, WASH I NGI TrJN E T SPECIAL PROVISIONS FOR 80th Avenue South ,i . P�avement Rehabilitation Project Number: 15-3001 B I DS ACCEPTED U IT'I L Jul ► 2 ,, 01 11 A.M. BID OPENING 'IMMEDIATELY C)LL W I HG DELIVER TO G I TY OF FEINT, C I TY HALL 220 4th Avenue S., Kent, WA 98032-5895 AAd TIIM OT1-1Y J. LAPORTE, P.E. ;" PUBLIC WORKS K; DIRECTOR 0/01 KENT WAS HIn N GTON i 7 1 TAB I NDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract J Tab 3 Table of Contents .a Tab 4 WSDOT Amendments to Standard Specifications _.J Tab 5 APWA / WSDOT General Special Provisions Tab 6 Kent Special Provisions J Tab 7 Kent Standard Plans Tab 8 WSDOT Standard Plans J Tab 9 Traffic Control Plans Tab 10 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Both Avenue South Pavement Rehabilitation Project Numberm, 15-300 .1 BIDS ACCEPTED UNTIL July 26,, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-58�95 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR GE WAS Q T KENT WA5 1-11 N GTO N 3 1 BIDDER'S NAME TITAN Earthwork LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Both Avenue South Pavement Rehabilitation Project Number: 15-3001 BIDS ACCEPTED UNTIL July 26, 2016 11 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT WAS H I N G T O N Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale J 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 J City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 26, 2016 up to 11 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11 a.m. for the City of Kent project named as follows: 80th Avenue South Pavement Rehabilitation Project Number: 15-3001 The project consists of removing existing asphalt pavement surface and installing Portland Cement Concrete pavement section, including repairing damaged curb and gutter, some across driveways, HMA, permanent signing, and plastic pavement markings and other work, all in accordance with the Contract Plans, Contract Provisions, and the Standard Specifications. The Engineer's estimated range for this project is approximately $950,000 - $1,200,000. 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. 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 sixt (60) days after the day of bid opening. Dated this 6th day of July, 2016. BY: N a t<.f._, � zxQ�n1- Sue Hanson, Interim City Clerk Published in Daily Journal of Commerce on July 12 & 19, 2016 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TITAN Earthwork LLC 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 80th Avenue South Pavement Rehabilitation/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 undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, 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 corrected total 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 NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 80a'Ave. S. Pavement Rehabilitation/Araucto 5 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STATION 16+50 TO 30+40 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-04.4(i) 1 Minor Change $10,000.00** $10,000.00 WSDOT CALC Per CALC "Common price to all bidders 1005 1-05.4 1 Licensed Surveying $8,250.00 $8,250.00 KSP LUMP SUM (Schedule I) Per LS 1010 1-09.7 1 Mobilization (Schedule I) $31,7)8.40 39,711.40 WSDOT LUMP SUM Per LS 1015 1-10.5 40 Sequential Arrow Sign (SAS) $36.00 $ 1,440.00 * KSP DAYS Per DAY 1020 1-10.5 110 Portable Changeable Message $82.00 $9,020.00 * KSP DAYS Sign (PCMS) Per DAY 1025 1-10.5 1 Temporary Traffic Control $9,500.00 $9,500.00 KSP LUMP SUM Devices (Schedule I) Per LS 1030 1-10.5 730 Traffic Control Labor $70.00 $51,100.00 * KSP HOURS Per HR 1035 1 10.5 150 HOURS Traffic Control Supervisor Per_50 $12,525.00 * FHi R 1040 1-10.5 50 Construction Signs Class A $20.00 $1,000.00 WSDOT SQ FT Per SF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 8001 Ave. S. Pavement Rehabilitation/Araucto 6 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STATION 16+50 TO 30+40 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1045 2-01.5 1 Clearing and Grubbing $3,000.00 $3,000.00 WSDOT LUMP SUM (Schedule I) Per LS 1050 2-01.5 1 Tree Removal $4,000.00** $4,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 1055 2-02.5 450 Remove Cement Conc. Curb $12.00 $5,400.00 �c KSP LN FT and Gutter Per LF 1060 2-03.5 2,100 Roadway Excavation Incl. $35.50 $74,550.00 �c WSDOT CU YDS Haul Per CY 1065 4-04.5 950 Crushed Surfacing Base $25.50 $24,225.00 * KSP TONS Course, 1-1/4 Inch Minus Per TON 1070 5-04.5 350 HMA Class 1/2", PG 64-22 $ 172.00 $60,200.00 * KSP TONS Per TON 1075 5-05.5 1,700 Cement Concrete Pavement - $3-6,0v $646,000.00 * KSP CU YDS Including Dowels and Tie Bars Per CY 1080 7-05.5 15 Adjust Existing Manhole Cover $450.00 $6,750.00 �c KSP EACH to Finished Grade Per EA 1085 7-12.5 12 Replace Existing Valve Box $375.00 $4,500.00 * KSP EACH Top Section and Lid Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 801 Ave. S. Pavement Rehabilitation/Araucto 7 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STATION 16+50 TO 30+40 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1090 8-01.5 60 ESC Lead $85.00 $5,100.00 * KSP HOURS Per HR 1095 8-01.5 1 Erosion/Water Pollution $30,000.00** $30,000.00 WSDOT FORCE Control Per FA ACCOUNT "Common price to all bidders 1100 8-01.5 16 Inlet Protection $85.00 $1,360.00 * KSP EACH Per EA 1102 8-01.5 100 Street Cleaning $137.50 $13,750.00 WSDOT HOURS Per HR 1104 1-07.15(i) 1 SPCC Plan $500.00 $500.00 KSP LUMP SUM Per LS 1105 8-02.5 50 Root Barrier $11.00 $550.00 KSP LN FT Per LF 1110 8-04.5 400 Cement Concrete Curb and $37.0 0 $ 14, %O o.ov �c KSP LN FT Gutter Per LF 1115 8-04.5 80 Reinforced Cement Concrete $3% .O o $ 3.,0%J0 , 00 * KSP LN FT Curb and Gutter Per LF 1120 8-13.5 4 Install New Monument, Case $750.00 $3,000.00 * KSP EACH and Cover to Finished Grade Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 80"Ave. S. Pavement Rehabilitation/Araucto 8 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STATION 16+50 TO 30+40 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1125 8-21.5 1 Permanent Signing $2,700.00 $2,700.00 KSP LUMP SUM Per LS 1127 8-22.5 800 Remove Paint Line $2.75 $2,200.00 WSDOT LN FT Per LF 1130 8-22.5 220 Skip Profiled Plastic Line $2.20 $484.00 KSP LN FT Per LF 1135 8-22.5 4,000 Double Solid Profiled Plastic $3.30 $13,200.00 KSP LN FT Line Per LF 1140 8-22.5 3,000 TWLTL Profiled Plastic Stripe $2.75 $8,250.00 KSP LN FT Per LF 1145 8-22.5 400 Solid Profiled Plastic Wide $9.75 $3,900.00 KSP LN FT Lane Line Per LF 1150 8-22.5 100 White Drop Lane Solid Plastic $3.30 $330.00 KSP LN FT Stripe Per LF 1155 8-22.5 180 Plastic Stop Line - 24 Inch $16.50 $2,970.00 KSP LN FT Wide Per LF 1160 8-22.5 30 Plastic Traffic Arrow $165.00 $4,950.00 KSP EACH Per EA 1163 8-22.5 8 Plastic Traffic Letter $71.50 $572.00 KSP EACH Per EA 80t'Ave. S. Pavement Rehabilitation/Araucto 9 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE I - STATION 16+50 TO 30+40 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1165 8-22.5 5 Plastic Railroad Crossing $1,100.00 $5,500.00 KSP EACH Symbol Per EA 1170 8-09.5 3 Raised Pavement Marker $715.00 $2,145.00 WSDOT HUNDRED Type 2 Per HUND Schedule I Total $ 110q01479. 40 Both Ave. S. Pavement Rehabilitation/Araucto 10 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - STATION 30+60 TO 33+50 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2005 1-05.4 1 Licensed Surveying $5,500.00 $ 5,500.00 KSP LUMP SUM (Schedule II) Per LS 2010 1-09.7 1 Mobilization (Schedule II) $ 3, 50�.0 13, Sow oo WSDOT LUMP SUM Per LS 2015 1-10.5 10 Sequential Arrow Sign (SAS) $36.00 $360.00 �c KSP DAYS Per DAY 2020 1-10.5 30 Portable Changeable Message $82.00 $2,460.00 * KSP DAYS Sign (PCMS) Per DAY 2025 1-10.5 1 Temporary Traffic Control $1,800.00 $1,800.00 KSP LUMP SUM Devices (Schedule II) Per LS 2030 1-10.5 170 Traffic Control Labor $70.00 $11,900.00 �c KSP HOURS Per HR 2035 1-10.5 40 Traffic Control Supervisor $83.50 $3,340.00 * KSP HOURS Per HR 2055 2-02.5 150 Remove Cement Conc. Curb $12.00 $1,800.00 * KSP LN FT and Gutter Per LF 2060 2-03.5 350 Roadway Excavation Incl. $35.50 $12,425.00 �c WSDOT CU YDS Haul Per CY Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 801 Ave. S. Pavement Rehabilitation/Araucto 11 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - STATION 30+60 TO 33+50 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2065 4-04.5 150 Crushed Surfacing Base $25.50 $3,825.00 * KSP TONS Course, 1-1/4 Inch Minus Per TON 2070 5-04.5 50 HMA Class 1/2", PG 64-22 $172.00 $8,600.00 * KSP TONS Per TON 2075 5-05.5 260 Cement Concrete Pavement - $3%0.00, $q$fQOO.00 * KSP CU YDS Including Dowels and Tie Bars Per CY 2080 7-05.5 1 Adjust Existing Manhole Cover $450.00 $450.00 * KSP EACH to Finished Grade Per EA 2085 7-12.5 2 Replace Existing Valve Box $375.00 $750.00 * KSP EACH Top Section and Lid Per EA 2090 8-01.5 20 ESC Lead $85.00 $ 1,700.00 * KSP HOURS Per HR 2100 8-01.5 2 Inlet Protection $85.00 $170.00 * KSP EACH Per EA 2110 8-04.5 110 Cement Concrete Curb and $37-oo $ 41010-00 * KSP LN FT Gutter Per LF 2115 8-04.5 50 Reinforced Cement Concrete $ 31.00 $)1 of OL7.00 * KSP LN FT Curb and Gutter Per LF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 80tj'Ave. S. Pavement Rehabilitation/Araucto 12 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE II - STATION 30+60 TO 33+50 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule II Total $ 17 3.1 350. 00 801'Ave. S. Pavement Rehabilitation/Araucto 13 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE III - STATION 33+50 TO 35+35 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO., !2UANTITY PRICE AMOUNT 3005 1-05,4 1 Licensed Surveying $5,500,00 $5,500.00 KSP LUMP SUM (Schedule III) Per LS 3010 1-09.7 1 Mobilization (Schedule 111) 110,500.c7q c:o WSDOT LUMP SUM Per LS 3015 1-10,5 8 Sequential Arrow Sign (SAS) $36.00 $288.00 KSP DAYS Per DAY 3020 1-10.5 20 Portable Changeable Message $82,50 $1,650.00 KSP DAYS Sign (PCMS) Per DAY - 3025 1-10.5 1 Temporary Traffic Control $6,500.00 $6,500.00 KSP LUMP SUM Devices (Schedule III) Per LS 3030 1-101.5 100 Traffic Control Labor $70,00 $7,000.00 KSP HOURS, Per HR 3035 1-10.5 20 Traffic Control Supervisor $ 83.50 $ 1,670.00 KSP HOURS Per HR 3055 2-02.5 35 Remove Cement Conc. Curb $12.00 $420,00 KSP LIB FT and Gutter Per LF 3060 2-03.5 325 Roadway Excavation Incl. $35,50 $ 11,537.50 WSDOT CU YDS Haul Per CY Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. WN Ave, S, Pavement RehaU tation/Araucto 14 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA. Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE III - STATION 33+50 TO 35+35 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3065 4-04.5 150 Crushed Surfacing Base $25.50 $3,825.00 * KSP TONS Course, 1-1/4 Inch Minus Per TON 3070 5-04.5 100 HMA Class 1/2", PG 64-22 $172.00 $17,200.00 �c KSP TONS Per TON 3075 5-05.5 250 Cement Concrete Pavement - $380•0O $g 5 000. 0c, * KSP CU YDS Including Dowels and Tie Bars Per CY 3080 7-05.5 3 Adjust Existing Manhole $450.00 $1,350.00 �k KSP EACH Cover to Finished Grade Per EA 3085 7-12.5 3 Replace Existing Valve Box $375.00 $1,125.00 �k KSP EACH Top Section and Lid Per EA 3090 8-01.5 10 ESC Lead $85.00 $850.00 * KSP HOURS Per HR 3100 8-01.5 4 Inlet Protection $85.00 $340.00 * KSP EACH Per EA 3110 8-04.5 40 Cement Concrete Curb and $37. 00 $��K $O.Oct * KSP LN FT Gutter Per LF 3115 8-04.5 50 Reinforced Cement Concrete $38. 00 $ �O�•Oct KSP LN FT Curb and Gutter Per LF * Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 80t"Ave. S. Pavement Rehabilitation/Araucto 15 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULE III - STATION 33+50 TO 35+35 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3120 8-13.5 1 Install New Monument, Case $750.00 $750.00 KSP EACH and Cover to Finished Grade Per EA Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Schedule III Total $ 6S f S% 5-50 SO"Ave. S. Pavement Rehabflitation/Araucto 16 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa,com-Always Verify Scale BID SUMMARY Schedule 1 01704 'tf 791. Lf 0 Schedule 11 1759 50 . 00 Schedule 111 101 52 5, so 70�'90 TOTAL BID AMOUNT /a Lf 3 Zj 71 10f. 90 80"Ave. S, Pavement RehabiHtation/Araucto 17 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 7/26/16 This statement relates to a proposed contract with the City of Kent named 80th Avenue South Pavement Rehabilitation Project Number: 15-3001 I am the undersigned bidder or prospective contractor. I represent that - 1. I 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. TITAN Earthwork LLC _ NAME OF BIDDER r BY: Z-1�"-� I- Partner SIGNATURE/TITLE 1585 Valentine Avenue SE Pacific, WA 98047 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 80t°Ave. S. Pavement Rehabilitation/Araucto 1 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. 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: Brett McKenzie For: d Title: Partner Date: 7/26/16 80`"Ave. S. Pavement Rehabilitation/Araucto 2 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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. 80`"Ave. S. Pavement Rehabilitation/Araucto 3 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www,bxwa.com-Always Verify Scale 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 Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 80th Avenue South Pavement Rehabilitation/Project Number: 15-3001 that was entered into on the (Date) , 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 Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: For: Title: Date: Wh Ave. S. Pavement Rehabilitation/Araucto 4 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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: Both Avenue South Pavement Rehabilitation Project Number: 15-3001 Subcontractor Name willso., ConcrdL Item Numbers 10'75 11101 Ills Z075 2)10 ZHS 307so 11VI. VI Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers r CONTRACTOR'S SIGNATURE 80t'Ave. S. Pavement Rehabilitation/Araucto 18 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SUBCONTRACTOR LIST (Contracts over i million dollars) Name of Bidder: TITAN Earthwork LLC Project Name: 80t' Avenue South Pavement Rehabilitation 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: Plumbing Subcontractor Name: Electrical Subcontractor Name: TITAN Earthwork LLC $. 7/26/16 Signature of Bidder Date 80t'Ave. S. Pavement Rehabilitation/Araucto 19 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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. 80`"Ave. S. Pavement Rehabilitation/Araucto 20 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Aiways Verify Scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. 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: TITAN Earthwork LLC NAME: Brett McKenzie, Partner ADDRESS: 1585 Valentine Avenue SE Pacific, WA 98047 PRINCIPAL OFFICE: TITAN Earthwork LLC ADDRESS: 1585 Valentine Avenue SE Pacific, WA 98047 PHONE: 206-325-3004 FAX: 888-325-3004 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See attached 1.2 Provide your current state unified business identifier number. 602-605-763 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. See attached 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See attached 80u'Ave. S. Pavement Rehabilitation/Araucto 21 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verily Scale 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 8 years 2.2 How many years has your organization been in business under its present business name? 8 years 2.2.1 Under what other or former names has your organization operated? KED, LLC 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: n/a 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 02/20/2007 2.4.2 Type of partnership (if applicable): LLC 2.4.3 Name(s) of general partner(s): Steven Greiling, Brett McKenzie, William Gill 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: n/a 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: n/a 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. General Construction: TITAN EL936CO 3.2 List jurisdictions in which your organization's partnership or trade name is filed. State of WA 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Earthwork, Utilities, demolition and civil construction services 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 60r"Ave. S. Pavement Rehabilitation/Araucto 22 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 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. See attached "2016 Active Projects" 4.4.1 State total worth of work in progress and under contract: $7M 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. See attached "Previous Noteworthy Projects" 4.5.1 State average annual amount of construction work performed during the past five years: $12M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See attached "Key Personnel" 4.7 On a separate sheet, list your major equipment. See attached "Equipment List" S. REFERENCES 5.1 Trade References: City of Seattle 5.2 Bank References: Bank of America, 1300 E Madison St, Seattle, WA 98122 5.3 Surety: 5.3.1 Name of bonding company: Berkley Insurance Company 5.3.2 Name and address of agent: Propel Insurance 6. FINANCING 1201 Pacific Ave, Ste 1000, Tacoma, WA 98402 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. 800 Ave. S. Pavement Rehabilitation/Araucto 23 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage conditions Agreement see www.bxwa.com-Always Verify Scale **Will SUbi-nit if needed * .1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing he following items: Cur nt Assets (e.g,, cash, joint venture accounts, accounts receiv le, notes receivable, accrued income, deposits, materials, invento, and prepaid expenses); Net Fixed Ass s; Other Assets; Current Liabilities (e.g. accounts payable, notes payable, accrued expenses, provision for i ome taxes, advances, accrued salaries and accrued payroll taxes), Cher Liabilities (e.g., capital, capital stock, authorized and outstare Ing shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing ttach,ed financial statement, and date thereof: 6.1.3 Is the attached financial statement for the i entical organization named on page one? 6.1.4 If not, explain the relationship and financial respo ibility of the organization whose financial statement is provided 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 26 day of July 2016. Name of Organization: TITAN Earthwork LLC 04-7 0, ir 4 By: �Q;r/ , Brett McKenzie T itle: Partner 7.2 Brett McKenzie, Partner being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. \ Subscribed and sworn before me this 26 day of July \ 1�,1, Notary Public. :0 Shannon Eide Z TARV My Commission Expires: I.. PUB00 (P A0 80th Ave, S. Pavement R OF W \-0 ehabilitation/Araucto 24 016 Project Number: 15-3001 11111111W Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale TITAN EARTHWORK LLC Page 1 of 2 Bonne Ps naial Contact search L&I ; A-Z Index Ilclp My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing r Washington State Department of JI-abor & Industries TITAN EARTHWORK LLC Owner or tradesperson 1585 VALENTINE AVE SE PACIFIC,WA 98047 Principals 206-325-3004 MCKENZIE,BRETT KING County KINNARD,PARTNER/MEMBER GILL,WILLIAM(BILL) EDWARD,PARTNER/MEMBER GREILING,STEVEN ROBERT,PARTNER/MEMBER Doing business as TITAN EARTHWORK LLC WA UBI No. Business type 602 605 763 Limited Liability Company Governing persons BRETT MC KENZIE STEVEN R GREILING; WILLIAM GILL; License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. TITANEL936CO Effective—expiration 02/20/2007—06/15/2018 Bond ............... Berkley Insurance Co $12,000.00 Bond account no. 0182016 Received by L&I Effective date 05/15/2014 06/14/2014 Expiration date Until Canceled Bond history Insurance Zurich American Ins Co $1,000,000.00 Policy no. GLA915581102 Received by L&I Effective date htips:Hsecure.Ini.wa.gov/verify/Detail.aspx?UBI=602605763&LIC=TITANEL936CO&SAW= 7/26/2016 TITAN EARTHWORK LLC Page 2 of 2 04104/2016 04/05/2016 Expiration date 04/05/2017 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts .......................................... No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 129,376-00 Doing business as TITAN EARTHWORK LLC Estimated workers reported Quarter 1 of Year 2016"31 to 50 Workers" L&I account representative T01 KRISTINE HATHAWAY(360)902-4811-Email:HATK235@lni.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 1 210 3/2 01 3 No violations Inspection no. 316910322 Location 6020 North 51st St Tacoma,WA 98407 Inspection results date 11108/2012 No violations Inspection no. 316541853 Location 13559 Lynden Ave N Seattle,WA 98125 ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=602605763&LIC=TITANEL936CO&SAW= 7/26/2016 Client#: 119927 TITAEART DATE(MWDDIYYYY) ACORDr. CERTIFICATE OF LIABILITY INSURANCE 5/25/2016 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 INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Christine Maden Propel Insurance PHONE 800 499-0933 866.577.1326 A/C No El): AIC,No Tacoma Commercial Insurance E-MAILADDREss: Christine.maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Zurich-American Insurance Compa 16535 INSURED INSURERB:Navigators Insurance Company 42307 TITAN Earthwork, LLC INSURERC:Westchester Surplus Lines Insur 10172 1585 Valentine Ave SE INSURER D: Pacific,WA 98047 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MMfDD/YYYY A GENERAL LIABILITY X X GLA915581102 4/0512016 0410512017 pEACH�,OCTCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES EaEoNceurrrence s300,000 CLAIMS-MADE 7 OCCUR MED EXP(Any one person) S10,000 X PD Ded:$5,000 PERSONAL 8 ADV INJURY $1,000,000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $2,000,000 POLICY 7X jE o- LOC $ A AUTOMOBILE LIABILITY X X GLA915581102 4/0512016 04/05/201 EOa aacid.n'1 91NGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS X HIRED AUTOS N NON-OWNED PROPERTY DAMAGE S AUTOS Per aceident B UMBRELLA LIAB N OCCUR X X SE16EXC7512601V 0410,512011 04/05/2017 EACH OCCURRENCE S1 O OOO 000 x EXCESS LIAB CLAIMS-MADE AGGREGATE $1 O 000 000 DED RETENTION SO $ A WORKERS COMPENSATION (WA Stop Gap) TO YSTATULIMli OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNERIEXECUTIVE Y/N GLA915581102 4/0512016 04/05/2017 E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? N I A (Mandatory In NH) E.L.DISEASE-FA EMPLOYEE S11,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$1,000,OOO C Pollution X G24268706005 4/05/2016 04105/2017 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,If more space is required) CERTIFICATE HOLDER CANCELLATION EVIDENCE OF INSURANCE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S2220471/M2215651 CLM00 i DEMOLITION - EARTHWORK ■ UTILITIES Civil Construction Services To whom it may concern, TITAN Earthwork LLC is not and has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3) in the past three years. Thank you, Jar mith Jar Estimator 253-486-7173 Earthwork - Demolition - Environmental - Land Clearing - Utilities 13806 - 161h Street East • Sumner, WA 98390 - Phone (206)325-3004 - Fax (888)325-3004 Core Principles: Integrity/Safety/Quality /Production ji DEMOLITION-EARTHWORK- UTILITIES Core Principles: Integrity/ Safety/Quality/ Production 2016 ACTIVE PROJECTS(Technically Challenging or Unique Conditions) Job#1601—Downtown Seattle building demolition,30-foot deep excavation, utilities, & roadway Project Name: Fremont Office Building Phone Number: 206-458-2331 Prime: Pennon Construction Contact: Spencer Franks Date Awarded: Winter 2016 Completion: Winter 2017 (70%to date) Owner: Private Equity Group Contract Amount: $1,900,000+/- Job#1602—US Army Corp of Engineers—JBLIVI 84" Diameter Mainline Storm Utility Infrastructure Project Name: Repair DuPont Stormwater Pond Phone Number. 253-880-5988 Prime: Doyon Government Group Contact: Kraig Heinz Date Awarded. Fall 2015 Completion: Fall 2016 (20%to date) Owner: United States Army Corp of Engineers Contract Amount: $891,500+/- Job#1603—Major Hospital Parking Lot(complete build out) Project Name: Swedish Hospital Parking Lot- Issaquah Phone Number: 206-730-0852 Prime:Sellen Construction Contact: Jeremiah Shakespeare Date Awarded: Winter 2016 Completion: Done Owner: Swedish Health Services Contract Amount: $1,085,090+/- Job#1608—Arterial Roadway Reconstruction in Seattle Project Name: Arterial Asphalt& Concrete Renton Ave Phone Number: 206-707-5979 Prime:TITAN Earthwork Contact: Allen Cabales Date Awarded: Spring 2015 Completion: Fall 2016 (10%to date) Owner: City of Seattle—Dept. of Transportation Contract Amount: $2,050,0004-/- Job#1609—Seattle YMCA—Total Site Development&Seattle R.O.W. Reconstruction Project Name: West Seattle YMCA Renovation & Expansion Phone, Number: 916-990-8833 Prime: Lease Crutcher Lewis Contact: Roman McNaughton Date Awarded: Spring 2016 Completion: Fall 2016 Owner: YMCA Contract Amount: $925,000+/- Job#1611—Maior Stadium Lighting{massive foundations and vertical light towers) Project Name: Foss High School Field Lighting Phone Number; 206-285-0400 Prime:TITAN Earthwork (Electrical Division) Contact: Jeff Burke (Consultant) Date Awarded: Spring 2016 Completion: SL1rnrner2016 Owner: Tacoma Public Schools Contract Amount: $468,342 Job#1612—SeaTac International Airport, North Satellite Renovation (Runway Demo& PCCP) Project Name: Work Package#1 (airfield concrete paving) Phone Number: 408-460-9066 Prime: Hensel-Phelps Contact: David Tompkins Date Awarded: Spring 2016 Completion: Fall 2016 Owner: Port of Seattle Contract Amount: $295,000+/- o DEMOLITION -EARTHWORK- UTILITIES Core Principles: Integrity / Safety / Quality/ Production PREVIOUS NOTEWORTHY PROJECTS,ffechnically Challenging or Unique Conditions) Job#1520—Seattle Public Utilities & Public Schools(Large diameter flood conveyance &roadway) Project Name: Licton Springs Flood Reduction Project Phone Number: 425-885-3314 Prime: Lydig Construction (GCCM) Contact: Adam Wilson Date Awarded: Summer 2015 Completion: Fall 2015 Owner: City of Seattle Public 'Utilities Contract Amount: $1,140,300+/- Job#1514—City of Auburn Roadway& Intersection Reconstruction Project Name: 2015 Local Street Phone Number: 253-561-1937 Prime: TITAN Earthwork Contact: Jai Carter Date Awarded: Summer 2015 Completion: Fall 2015 Owner: City of Auburn Contract Amount: $2,400,000+/- Job#1508—Boeing (Everett/Renton Seattle Facilities) Project Name: Several projects throughout 2015 Phone Number: 206-743-1910 Prime: Skanska USA Contact: Jon Robinson Date Awarded: Winter 2015 Completion: Fall 2015 Owner: Boeing Company Contract Amount: $2,000,000+/- Job#1412—Port of Tacoma Site Remediation and Demolition (high-quantities of hazardous waste Project Name: 1940 East 111hSt, Deco nstru ctio i ed iatio n Phone Number: 253-428-8638 Prime: TITAN Earthwork Contact: Jan Shawyer Date Awarded: Fall 2014 Completion: Spring 2015 Owner. Port of Tacoma Contract Amount: $2,142,600+/- Job#1408—City of Seattle Department of Transportation (Roadway&Traffic Signalization) Project Name: Pedestrian Projects (South) Phone Number: 206-684-4160 Prime: TITAN Earthwork Contact: Eugenie Pike Date Awarded: Fall 2014 Completion: Spring 2016 Owner: City of Seattle Contract Amount: $4,404,100+/- Job#1406—Renton Middle School#4(School demolition and total civil site Project Name: Middle School #4 Demolition & Site Prep Phone Number: 425-2104-4479 Prime: TITAN Earthwork Contact: Stewart Shusterman Date Awarded: Fall 2014 Completion: Spring 2015 Owner: Renton School District Contract Amount: $3,761,400+/- Job#1330—University of Washington—"Contained in" Ecology to Subtitle-D Landfill Project Name: Student Center(Tacoma Campus) Phone Number. 206-418-8770 Prime: M.A, Mortenson Contact: John Baker Date Awarded. December 2013 Completion: Expected Summer 2014 Owner: University of Washington Contract Amount: $1,002,270+/- Job#1326— Picnic Point Road Sewer Replacement—Major bypass and large-diameter pipe bursting Project Name: Picnic Point Sewer Replacement Phone Number: 425-743-4605 DEMOLITION - EARTHWORK- UTILITIES Core Principles: Integrity/Safety/Quality/ Production Prime: TITAN Earthwork Contact: Chris Schumacher Date Awarded: October 2013 Completion: Expected Spring 2014 Owner: Alderwood Water&Wastewater District Contract Amount: $2,924,955 Job#1308, 1318, 1319, 1324, & 1325—Boeing(several in 2013)—Very technical industrial work Project Name: Several (Renton, Seattle, & Everett facilities) Phone Number: 206-713-1867 Prime: Skanska USA Contact: Sam Holden Date Awarded: 2012—current Completion: 2013 Owner: Boeing Company Contract Amount: Net$2.OM+ (varies) Job#1323—Olympia School District—"School" site package Project Name: Olympia Regional Learning Academy Phone Number: Keith Michel Prime: Berschauer Phillips Construction Company (GCCM) Contact: 360-754-5788 Date Awarded: November 2013 Completion: Expected Summer 2014 Owner: Olympia School District Contract Amount: $1,699,868 Job#1317—Martha Lake—Requires 550' long, 66" diam.tunneling under Interstate 5 &sewer bypass Project Name: Martha Lake Gateway Sewer&Water Improv. Phone Number: 425-741-7973 Prime: TITAN Earthwork Contact: Bob Hastings Date Awarded. August 2013 Completion: Expected Fall 2014 Owner: Alderwood Water&Wastewater District Contract Amount: $4,595,540+/- Job#1313—Roadway utility improvements with live traffic project Name: 112'"Avenue SE Watermain Improvements Phone Number: 253-856-5500 Prime: TITAN Earthwork Contact: Timothy LaPorte Date Awarded: July 2013 Completion: Winter 2014 Owner: City of Kent, Public Works Contract Amount: $1,811,541 Job#1312—QFC U-Village_Parkin g.Garage Site I m rovements (extremely busy shopping area Project N�ame. QFC Parking Garage, University Village, Seattle Phone Number: 425-885-3314 Prime: Lydig Construction Contact: Eric Oehling Date Awarded- July 2013 Completion: Spring 2014 Owner: Kroger Foods (QFC Grocery Stores) Contract Amount: $2,790,000+/- Job#1311—Snohomish County Airfield (Paine Field)—Major Ecology storm vault, heavy utility work Project Name: Central Ramp Phase I Drainage Improvements Phone Number: 425-388-3453 Prime: TITAN Earthwork Contact: Don Wolfe, CPPO Date Awarded: July 2013 Completion: October 2013 owner: Snohomish County Contract Amount. $787,590+/- Job#1309—Tacoma Landfill Parking Lot—Mass earthwork and paving operations8 Project Name: Solid Waste Management Truck Parking, Lot Phone Number: 253-377-5053 Prime. TITAN Earthwork Contact: Mike Bell Date Awarded: July 2013 Completion: January 2014 Owner: City of Tacoma Contract Amount: $1,883,500+/- DEMOLITION • EARTHWORK• UTILITIES Core Principles: Integrity /Safety/ Quality/ Production Job#1301—University of Washington (Seattle Campus)—Extreme)V bus V student vehicle vic!init Project Name: Lander Hall Off-Site ROW Improvements Phone Number: 206-406-5512 Prime: Walsh Construction (GCCM) Contact: Jeremy Winter Date Awarded: Late 2012 Completion: Summer 2013 Owner. University of Washington Contract Amount: $555,000+/- Job#1209 PIN 2012-026 2012 Spot Sewer Rehabilitation Contract 1 (25-locationsthroughout Seattle,) Project Name: 2012 Spot Sewer Rehab Contract I Phone Number: 206-684-5918 General: TITAN Earthwork, LLC Contact: Young Kim Date Awarded: November 2012 Completion: May 2013 Owner: City of Seattle SPU Contract Amount: $1,980,000+/- Job#120�8—Sound Transit N112 RIAJCN 0192-11 Project Name: Brooklyn & Roosevelt Station Site Preparation Phone Number: 206-604-00�24 General: TITAN Earthwork, LLC Contact: Vic Oblas Date Awarded:July 2012 Completion: Spring 2013 Owner: Sound Transit Regional Transit Authority Contract Amount: $4,444,000+/- Job#1205—Linden Ave North Complete Streets Project(Full roadway w1 under ground utilities) Project Name: Linden Ave North Complete Streets Project Phone Number: 206-615-0488 General: TITAN Earthwork, LLC Contact: Lynn Pera Date Awarded:04/17/2012 Completion: Spring 2013 Owner: Seattle Department of Transportation Contract Amount: $5,370,000.00+/- Job#1204 PIN 2011-046 Capitol Hill Water Quality-Major water&storm w1massive Ecology vaults Project Name: Capitol Hill Water Quality Project Phone Number: 206-615-0030 General: TITAN Earthwork, LLC Contact: Jason Sharpley Date Awarded: February 2012 Completion: April 2013 Owner: City of Seattle SPU Contract Amount: $2,350,000+/- Job#1201 WSDOT Yesler Way to Spring Street NB Alaskan Way Roadway Widening(ferry terminal) Project Name: SR 99 Yeslerto Spring N13 Alaskan Way Phone Number: 206-805-5473 General: TITAN Earthwork Contact., Dave Lindberg Date Awarded: January 2012 Completion: April 2012 Owner. WS,DOT Contract Amount: $340,000+/- uu DEMOLITION ® EARTHWORK ■ UTILITIES 13806 16t1'Street East•Sumner•Washington 98390 KEY PERSONNEL • Brett McKenzie,Superintendent With TITAN since: 2007 (253)261-7300 bmckenzie TIT ANearth,com • William Gill„Superintendent With TITAN since: 2007' (253)1 261-4652 bpill(cDTITANearth.com • Rory McLean,General Foreman With TITAN since: 2007 (253)377-4096 rmclean @TITANearth.com • Travis Stewart,,General Foreman With TITAN since: 2011, (253)334-3332 tstewartP TITANea rth.com • Josh Vogt,Project Manager With TITAN since: 2011 (206)245-,3204 Ivopt(4ilTITA Nea rth.enrn • Chris Fierce,Project Manager With TITAN since: 2012 (253)720-0523 cpierre@TITAN(,mrt),com • Justhi Gilsoul,General Manager With,TITAN since: 2014 (25,3)265-5998 jg lsog1@TITANearth.cum • Courtney Soyrinr,Demolition Division Mgr With TITAN since: 2016 (253)985-1185 rsoyrine(@Tl''P'ANearth.corn • Bryan Bailey,Electrical Division Mgr With TITAN since: 2016, (206)261-8791 (3balley PT11�i1Nearth.com DEMOLITION ■ EARTHWORK ■ UTILITIES 13806 16th Street East-Sumner-Washington-98390 EQUIPMENTI °T EXCAVATOR COMPACT EXCAVATOR WHEEL LOADER 2011 Komatsu PC350 2007 JD 50 2011 JD 544K. 2012 1 Komatsu PC228 2012 JD 50 2007 JD 644J 2008 JD 225 2009 Hitachi 50 2012 Komatsu PZ320 20111JD 135 2008 Hitachi 135 2011 Hitachi 1135 2008 CAT 328 RACKHOE DOZER SWEEPER 2004 CAT 420D 2008 JD 650LGP 1999 Rosco Cabouer 2006 JD 31OSG 2007 Lay-Mor 3 Wheel ROLLER GRADER TRAILER 2003 Vibromax 2009 Komatsu GD655 2006 PJ Durnp 2007 Wacker 2008 Load Tr 12K 1999 Trail King 114K 2006 Sully r 1185 CFM 2006 Wylie 1500 H2O COMMERCIAL VEHICLES SERVICE TRUCKS PICKUPS 2012'Kenworth T-800 2007 Ford 450 2011 Ford 250 2007 Kenworth T-800 2008 Ford 550 2012 Ford 150 2007 Ford H20 N8F 2007 Ford 550 2012 Ford 150 2007 Ford 550 2007 Ford 150 2012 Ford 550 2004 Ford 350 2003 Ford 150 2008 Dodge 1500 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty(40) 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 neat, 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: 7/26/16 TITAN Earthwork LLG NAME OF D � Signature of Authorized Representative Brett McKenize Partner (Print Name and Title) 1585 Valentine Avenue SE Address Pacific, WA 98047 80t'Ave. S. Pavement Rehabilitation/Araucto 25 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com-Always Verify Scale • f• I 47 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we TITAN Earthwork,LLC .. ....... as Principal, and ­­'-Barkley insurance Company as Surety, are held and firmly bound unto the CM OF KENT, as Obligee, In the penal sum of Five Percent(5%)of Bid Amount 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 80'h Avenue South Pavernient Rehabilitation/Project Number- 15-3001 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise It shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 26th DAY OF MY TITAN E LLG a k14Cf I 7AL Borkle InS'F 0 companY C7, SURETY Christopher Kin_ Attorney-!n-Fart Received return of deposit in the sum of 801h Ave,S, Pavement Rehabfiftation/Araucto 26 July 6,2016 Project Number: 15-3001 No.BI-122017 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted -2 and appointed, and does by these presents make, constitute and appoint: Karen C. Swanson; Julie R. Truitt; Brent E. Heilesen; C hristopher Kinyon; amie Dietner, ley E C r spirifu;Peter J. Comfort;Jennifer L. Snyder, Annelies M. Richie;or Kyle Joseph J a Hoival of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100, U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its A principal office in their own proper persons. " This Power of Attorney shall be construed and enforced in accordance with, and governed by, the: laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairman of the Board, Chief D Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing,and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds, undertakings,recognizances,or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed, The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such offi cer officers cer or ocers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. 7� IN WITNESS WTIEREOF, the Company has cned these presents to be signed and attested by its appropriate officers and its corporate seal hereunt o affixed this day of 2016. Attest., Berk ey Insurance Company (Seal) By B Tm—S, L- Berman J Halter Senior Vice President&Secretary S, is President WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"IR RKLEY11 SECURITY PAPER. STATE OF CONNECTICUT) ss. COUNTY OF FAIRFIELD Sworn to before me,a Notary Public in the State of Connecticut, this day of 2016,by Ira S.Lederman and Jeffrey M. Hafter Who are sworn to me to be the Senior Vice President and Serre a d the Senior Vice h, sident, respectively, of A Berkley Insurance Company, MARIA C. RUNDBKEN ,w A NOTARY PUBLIC MY COMMISSION EXPIRES Notary Public, State of Connecticut APRIL30,2019 CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY,DO HEREBY CERTIFY that the foregoing is a true,correct and compete copy of the original Power of Attorney;,that said Power of Attorney has not been revoked or rescinded and that the authority of the Attomey-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached,is in full force and effect as of this date. Given under my hand and seal of the Company,this day of (Seal) Vincent P.Forte ["lease VCHO IC HLIHIMUCity' Of die instruirnen� aI.(,,ic,,]ied to this Power by: -rowl"rese Telephone: (800) 456-54,�,56; or Elc;,ctronic Mail: E3E;(3jiic,dryllberkleysureyceoni Any written nodca, lnqulnes, claims or dern,'uids, to the Surc�fy or, Itic bond ausched to this IFlower sliciculd be to: Ben-Hey Surety (Ji t�p 41 MOUIA Kernbic Ave. SAIc 3 1 ON Morristown, NJ 079610 Attendon: Surety, Claims Dpartnimh ()I,- LAW!: Please include vvkh all emmunjeadocs the bond munber and the imnic ofthe priaaacipal on the bond. Where as Whi it; king assciled, please sct AS genemily thc basi,,,.; of" Itic, chairn, In the case of a Intyawnt or perI'6rima.n('.',e borld, please 'also identify the prqpcet to which, the Ihorld pellaIhls. BerUcy, Surety Cho up is an openAng ,,lilt. Of W, .. Berkley that underwrites SLII-Ct) bUSiII(.-SS On t)chaffof 13erklqy Inmmme (Ampany, Berkly Regional Insmnee Wnpany and Carolitui Casualty lnstiran,-.e Cornp,any, CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. Both Avenue South Pavement Rehabilitation Project Number: 15-3001 NAME OF PROJECT TITAN Earthwork LLC NAME OF BIDDER'S FIRM r SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 80"'Ave. S. Pavement Rehabilitation/Araucto 27 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 # 1, 2,. 3., etc.] NAME OF CONTRACTOR: r1nsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:jInsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: jInsert Date Original Contract was Sianedl 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 $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 80"'Ave. S. Pavement Rehabilitation/Araucto 28 July 6, 2016 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII 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 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 perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: 80th Ave. S. Pavement Rehabilitation/Araucto 29 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department [In this field,you may enter the electronic filepath where the Contract has been saved] 80`h Ave. S. Pavement Rehabilitation/Araucto 30 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: p Bid Document Cover Sheet filled out with Bidder's Name ....................a1 Orderof Contents.................................................................................� Invitationto Bid................................................................................... ContractorCompliance Statement........................................................ Date............................................................................................� Have/have not participated acknowledgment............................ Signature and address................................................................ Declaration - City of Kent Equal Employment Opportunity Policy ........'I- Dateand signature .....................................................................'- Administrative Policy........................................................................... Proposal...............................................................................................i First line of proposal - filled in ................................................. Unitprices are correct ................................................................'li Bid the same unit price for asterisk (*) bid items....................... Minimumbid prices are correct................................................... Subcontractor List (contracts over $100K) .......................................... Subcontractorslisted properly....................................................W Signature....................................................................................� Subcontractor List (contracts over $1 million)..................................... Subcontractorslisted properly.................................................... Dateand signature ..................................................................... Contractor's Qualification Statement...................................................� Completeand notarized ..............................................................� Proposal Signature Page......................................................................'W, All Addenda acknowledged ............................. .......`� Date, signature and address ................................................ BidBond Form .....................................................................................� Signature, sealed and dated ....................................................... Powerof Attorney..................................................................... (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form.................................................................� Signature....................................................................................� ChangeOrder Form............................................................................ l 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. 80'Ave. S. Pavement Rehabilitation/Araucto 31 July 6,2016 Project Number: 15-3001 Provided to Builders Exchange of WA,Inc.For usage Conditions Agreement see www.bxwa.com-Always Verify Scale DUPLICATE ORIGINAL Bond No. 0205661 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT w^cHiMoton KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, TITAN Earthwork. LLC as Principal, and Berkley Insurance Company a Corporation organized and existing under the laws of the State of Delaware , as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $1,432,704.90 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 1 0`}' Avenue South Pavement Rehabilitation/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 from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 801h Ave. S. Pavement Rehabilitation/Araucto 32 July 6, 2016 Project Number: 15-3001 Bond No. 0205661 TWO WITNESSES: RAeA aft, ;01,0*4 944, TITAN Earthwork, LLC ter&1415tr PRINCIPAL {enter an ipal`s name above) TrrAN BY: TITLE: DATE:February 10, 2017 DATE: February 10, 2017 �- " - CORPORATE SEAL: Heather L.Allen,witness for Surety PRINT NAME DATE February 101, 2017 Berkley Insurance Company SURETY CORPORATE SEAL: BY: DATE: February 10, 2017 TITLE: Christopher Kinyon,Attorney-in-Fact ADDRESS: 412 Mount Kernble Avenue Mordstown, NJ 07960 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation na ed as Principal in the within Bond; that r L Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and thai said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SEC ARY OR ASSISTANT SECRETARY 80`h Ave. S. Pavement Rehabilitation/Ara ucto 33 July 6, 2016 Project Number: 15-3001' No.BI-12201 POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWAR-E NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws oftbe State of Delaware,having its principal office in Greenwich, CT,has made,constituted and appointed, and does by these presents make, constitute .and appoint: Karen C. Swanson; Julie R. Truitt; Brent E�. _IIeilesen; `4 Christopher Kinyon; Jane Dienter, Carley E'spiritu; Peter J. Comfort, Annelies 31. Richie; Kyle Joseph 11owat, Afary S. N -rell; or I-leather.L. Allen of Propel Insurance of Tacoma, W-1 its true and lawful Attorney-in-Fact, to sign its name as surety ot only as delineated below and to execute, sea], acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S. Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. z v, This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25, 2010: RESOLVED, that, with respect to the Surety business written by Berkley Surety Group, the Chairnian of the Board, Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to S Z execute bonds, undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate sea] of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such X attorney-in-fact and revoke any power of attorney previously granted; and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings, recognizances, or 2 k other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named- and ffir-ther RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company-, and such signature and seal when so used shall have the same force and effect as though manually affixed, The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. IN WITNESS WHEREOF, the Company has cal sed these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed thi5j4, -day of 12016. a Attest'. Berkley Insurance Company (Seal) BY LB Ira S. Lederman after S 11or V Pr Executive Vice President& Secretary ,.S i ior VITPresident WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: COUNTY OF FAIRFIELD 3qSworn to before rne, a Notary Public in the State of Connecticut, this ay of 2016, by Ira S. Lederman and Jeffrey M. Flatter who are sworn to the to be the Executive Vice President and! �GrAary, :;�de Senior Vice President, respectively, of'Berkley Insurance Company,,MARIA C.RUNDBAKEN NOTARY PUBLIC My COMMISSION EXPIRES Notary Public, State of Connecticut APRIL 30,2019 CERTIFICATE 1, the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and that the authority of the Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and sea] of the Company,this !0'4 day of P40461 (Seal) Vincent HE Forte flle,ise verify ttic authenticity0f t11C illStRITrIc"'Ilt attac]'icd to this 11oNver by, T'clephonc: (800) 4,56 5 4 8,6 c)r Electronic Mail-, BSC111ItcjLd_1ry(,� Ally written notices, H1CF1It'1CS, L:Iahns or dcrmatr ds to the Surety oil the bcmd a t ui c I led to this Tlowcw,r should bc� directed to: Berkley SUrety' Groul'') 412 MOU I'll 1<1'crnbl c, Ave. Suite 31 ON Morristown, 114J 07960 A,tten6om SUrely Ck.-alms Depart.rnent Or l ►rrarll�: Please inch-lde Nvid-1 ffl the bond I-ILUnber and the name ofthe, pi-incipal 011 the bond. Where a chlim is being as'serted, please set forth gcneraH � Z111 Z flic, basis of the claim. In the casc, of"I 1-myrnent or perf'ormance bond., ple,,,tsc also ideraify thc pro J.ect trr which the borid pertains. Berkley Surety Group is all operating unit (A' W'. R. Berkley Ct�)rporahon that underwrites surety business cm beluil foC Berkley Insurance Corripany, Berkley $ 1 Regional Insurance C(�)I'll pa fly and C."aroliria C aSUflty 111SUNMICC Co m 1)ally. Z� CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and I )TA H Ferr 0work- L-L-C , I organized under the laws of the State of k ki �0"N , located and doing business at �5'-5 Va Ltm&ye (�F —&Cn 'c W.4 9&g ("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 Agreement, the parties agree as follows; 1 The Contractor shall do all work and furnish all tools, materials, and equipment for: 801h Avenue South Pavement Rehabilitation/Project Number: 15- 3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and' special conditions; the 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 forty (40) working days, The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 801h Ave. S. Pavernent RehabUitation/AraUCtO 34 July 6, 2016 Project Number: 15-3001 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the 'one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from-air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 801h Ave. S. Pavement Rehabilitation/Araucto 35 July 6, 2016 Project Number: 15-3001 CITY OF KENT BY: rer SU - E C t KE, MAYOR D .% ATTES : EtNALa.� .,. .E CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: Frefi �k azlc TITLE: DATE: ')7 80"'Ave, S, Pavement Rehabilitation/Araucto 36 July 6, 2016 Praject Number: 15-3001 J EXHIBIT A INSURANCE REQU 1 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 _J 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 _a laws of the State of Washington, B. Minimum Amounts of Insurance J Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or J 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. 801"Ave. S. Pavement Rehabilitation/Araucto 37 July 6, 2016 1 Project Number: 15-3001 J -' EXH 1 BIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following 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 J maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. J 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses J The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. _J E. Waiver of Subrogation J The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the J work. The policies shall provide such waivers by endorsement or otherwise. J 801'Ave. S. Pavement Rehabilitation/Araucto 38 July 6, 2016 J Project Number: 15-3001 EXH I B I T A (Continued) ' F. Acceptability of insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 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 J insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors 1 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 -1 1 J A J J 80`"Ave. S. Pavement Rehabilitation/Araucto 39 July 6, 2016 1 Project Number: 15-3001 Client#: 119927 TITAEART DATE(MMIDDNYYY) ACORDT. CERTIFICATE OF LIABILITY INSURANCE 1 2/13/2017 THIS CERTIFICATE 1S ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER j NAMME: Christine Maden Propel Insurance PHONE g00 499-0933 FAX AIc No Ext: A!c No):866.577.1326 Tacoma Commercial Insurance E-MAIL ADDRESS. Christine.maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A.Zurich-American Insurance Compa 16535 INSURED SE INSURER B:Navigators Insurance Company 42307 1585 Valentine Ave SE TITAN Earthwork, INSURERC:Westchester Surplus Lines Insur 10172 Pacific,WA 98047 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES_ LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL UBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER (MMIDDNYYY) (MMlDD/YYYY) LIMA A GENERAL LIABILITY X X GLA915581102 4/05/2016 04/05/2017 EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $300 000 CLAIMS-MADE a OCCUR MED EXP(Any one person) $10 O0O X1 PD Ded:$5,000 PERSONAL&ADV INJURY $1 000 000 j GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY -X] JECT F LOG $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT A X X GLA915581102 4/05/2016 04/05/201 Eaaccident 1,000,000 41 ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ $ B UMBRELLA LIAB X OCCUR X X SEI6EXC7512601V 4/05/2016 04/05/2017 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$0 $ --------------------- -- A WORKERS COMPENSATION WA StopGap) TO IY LIM OTH- AND EMPLOYERS'LIABILITY p) TORY LIMIT ER ANY PROPRIETORIPARTNERIEXECUTIVE,YlN GLA915581102 4/05/2016 04/05/2017 E.L.EACH ACCIDENT $1 000000 OFFICER/MEMBER EXCLUDED? NIA ----- (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $1 00O 000 If es describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$1,000,000 C Pollution X G24268706005 4/05/2016 04/05/2017 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE: Project#15-3001 /80th Avenue South Pavement Rehabilitation. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West GOWe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S25883611M2492011 KTROO This page has,been left blank intentionally... i Coverage Extension Endorsement ZURICH . Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AWL Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.i.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the"loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F Cw(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for 'loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same 'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of"loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such"loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a.of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller(or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos"damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. agent, servant or employee of the "insured"to notify us of any"accident", claim, "suit"or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto"is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or"property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto"to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Commercial Excess Liability Coverage Part Various provisions of this policy restrict coverage. Read the entire policy carefully to determine your rights, duties and what is and is not covered. Throughout the policy the words :you" and "your" refer to the Named Insured. The words"we," "us"and "our" refer to the company providing this insurance. The word"insured" means any other person or organization qualifying as such under SECTION II—WHO IS AN INSURED. Other words and phrases that appear in quotations in this policy have special meanings. Refer to SECTION V- DEFINITIONS. SECTION I —COVERAGE 1. Insuring Agreement A. Excess Liability 1. We will pay on behalf of the insured and in excess of"underlying limits' those sums the insured becomes legally obligated to pay as damages for"loss' to which this insurance applies. This insurance applies only if: a. the :loss" is caused by an"event' that takes place in the coverage territory; b. the Moss" occurs during the"policy period;: and c. the"controlling underlying insurance:' applies to the "loss.' 2. If an aggregate limit of"controlling underlying insurance" is exhausted by the payment of judgments or settlements to which this insurance applies, or would have applied but for the amount of the damages; this insurance will apply in place of the `controlling underlying insurance" until we have paid our applicable Limits of Insurance. 3. When paragraph 2. above applies, ending the"controlling underlying insurance" obligations to investigate and settle claims or defend suits against the insured, we have the right and duty to investigate claims and defend suits which seek damages to which this insurance applies. Our right and duty to defend end when we have paid our applicable Limits of Insurance. 4. When paragraph 2. above does not apply, we have the right, but not the duty, to participate in the investigation or settlement of any claim or the defense of any suit against any insured. 5. We have the right, at our discretion, to settle any claim to which this insurance applies. 6. As respects paragraphs 3. and 4. above, "defense expenses' we incur in the investigation of any claim or defense of any suit will be paid in addition to the Limits of Insurance except when such costs reduce the limits of `controlling underlying insurance,' in which case they will reduce our Limits of Insurance. 7. The amount we pay is limited. See SECTION III —LIMITS OF INSURANCE. 2. Exclusions The EXCLUSIONS sections of the"controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between an Exclusion of this policy and an Exclusion of the "controlling underlying insurance" the Exclusion of this policy will apply. I\TAV-EXC-001 f04f10j Navigators Insurance Company pasic 1 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. However, in no case will coverage be excluded by the "controlling underlying insurance" and not excluded by this policy. This insurance does not apply to any liability: 1. to which "controlling underlying insurance:: does not apply; 2. for which coverage is provided by "controlling underlying insurance' at limits less than the limits of insurance applicable to other coverage provided by the"controlling underlying insurance" and less than::underlying limits;" 3. for"loss" which commenced prior to this"policy period," whether or not such"loss" continues, progresses, changes or resumes during this"policy period;" 4. for damage to property you own, rent or occupy, including any costs or expenses incurred by you or any other person, organization or entity, for repair; replacement, enhancement; restoration or maintenance of such property for any reason; including the prevention of injury to a person or damage to anothers property; 5. for damage to personal property in the care. custody or control of any insured; G. arising out of any"aircraft products," 7. arising out of the actual, alleged; suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"asbestos;" 8. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"fungi" or bacteria; 9. arising out of the actual, alleged; suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"silica" or"silica related dust;" 10. arising out of any "employment practices" of any insured; 11. arising out of: a. war, including undeclared or civil war; b. warlike action by a military force, including action in hindering or defending against an actual or expected attack; by any government, sovereign or other authority using military personnel or other agents; or c. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these; 12. imposed under: a. an uninsured or underinsured motorist, uninsured or underinsured boater, Medical Payments, Personal Injury Protection. No-Fault or any similar law; b. a workers compensation, disability benefits, unemployment compensation or any similar law-, c. the Employee Retirement Income Security Act of 1974, any amendments thereto or any similar law. SECTION II—WHO IS AN INSURED The WHO IS AN INSURED section of the "controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in ::controlling underlying insurance" is an insured in this policy to the same extent. 1\AV-EXC-001 (041,10) Navigators Insurance Company pave ,of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. SECTION III—LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought; or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies; except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard; or b. damages arising out of the ownership, operation; maintenance or use of an automobile; 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one"event.: SECTION IV—CONDITIONS The CONDITIONS sections of the"controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the''controlling underlying insurance," the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal; we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance will not reduce the"underlying limits or increase our obligations under this policy. We will not be required to drop down or replace"controlling underlying insurance.:: 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium;or ii. at least 30 days in advance if we cancel for any other reason: c. If the"controlling underlying insurance'' is cancelled for any reason; this policy is also cancelled. Reinstatement of the 'controlling underlying insurance" does not reinstate this policy unless reinstatement is endorsed hereon. Return premium; if any; will be calculated per Condition 11. Premium. Proof of mailing will be proof of notice. NAV-EXC-001 (04r10) Navigators Insurance Company page ')of Contains copyrighted material of the Insurance Services Office; Inc.with its permission. 4. Non-Renewal a. We are not obligated to renew this policy. However, should we decide not to renew, we will provide the first Named Insured written notice of our decision at least 30 days prior to the expiration date shown in the Declarations. b. We will not restrict the terms or increase premium of this policy at renewal unless we have given the first Named Insured at least 30 days advanced notice of any such changes. However; no notice will be provided or required if a restriction in this policy results from a restriction applicable to"controlling underlying insurance." c. The first Named Insured may non-renew this policy by: i. providing advance written notice to us; ii. rejecting our offer to renew; or iii. failing to reply to our offer to renew. Proof of mailing will be proof of notice. 5. Changes This policy contains all of the agreements between you and us. This policy may only be changed by endorsements we issue. 6. Duties When There is an "Event." Claim or Suit a. You must see to it that we and any other insurers who could provide coverage are notified as soon as practicable of any"event'which may be reasonably expected to result in a claim under this policy. To the extent possible, notice should include: i. how, when and where the"event"took place; ii. the names and addresses of any injured persons and witnesses; and iii. the nature and location of any injury or damage arising out of the"event." b. If a claim is made or suit is brought against any insured which may be reasonably expected to result in a claim under this policy, you must: i. immediately record the specifics of the claim or suit and the date received; and ii. notify us, and any other insurers who could provide coverage, as soon as practicable. c. You and any other involved insured must: i. immediately send us: and any other insurers who could provide coverage, copies of any demands, notices, summonses or legal papers received in connection with a claim or suit which may be reasonably expected to result in a claim under this policy; ii. authorize us to obtain records and other information: iii. cooperate with us in the investigation or settlement of the claim, issues relating to coverage under this policy or defense against the suit; and iv. assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of the injury or damage to which this insurance may apply. d. No insured will, except at that insureds oven cost, voluntarily make a payment, assume any obligation or incur any expense, other than first aid, without our consent. Notice to us may be sent to our address shown in the Declarations. 7. Legal Action Against Us No person or organization has a right under this insurance: a. to join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. to sue us on this insurance unless all of its terms have been fully complied with. NAV-EXC-,.apt (04,10) Navigators Insurance Company Pane 4 off Contains copyrighted material of the Insurance Services Office, Inc. with its permission. 8. Maintenance of Controlling Underlying Insurance During the "policy period"you must maintain::controlling underlying insurance"with "underlying limits" at least equal to the amounts shown in the Declarations. The "underlying limits` must be unimpaired at the beginning of this "policy period." If you fail to maintain the "controlling underlying insurance;; this policy will be invalid. If you fail to maintain"underlying limits," we will only be liable to the extent we would have been liable had you maintained the"underlying limits." Reduction of"underlying limits" by the payment of judgments or settlements for"loss' to which this insurance applies, or would have applied but for the amount of the damages, will not be considered a failure to maintain ':underlying limits." 9. Other Insurance This insurance is excess over any insurance available to the insured except insurance purchased specifically to apply in excess of this policy. 10. Payment of Damages When the amount of damages payable under this policy has been determined by final judgment or a written settlement agreement between the claimant and us, we will pay that amount, up to our applicable Limits of Insurance, after the "controlling underlying insurance- or the insured has paid the full amount of the"underlying limits.:' 11. Premium The Premium shown in the Declarations is the premium for the coverage we provide for the"policy period." The first Named Insured is responsible for the payment of all premiums under this policy. If this policy is cancelled prior to its expiration date return premium will be calculated as follows: a. if cancelled by us: [{(Premium) —(Minimum Earned Premium)) x (Pro Rata factor)] b. if cancelled by you: [{(Premium) —(Minimum Earned Premium)}x {(Pro Rata factor) x (.90)}]. 12. Separation of Insureds Except with respect to the Limits of Insurance and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. as if each Named Insured were the only Named Insured; and b. separately to each insured against whom claim is made or suit is brought. 13. Transfer of Rights of Recovery Against Others If an insured has rights to recover all or part of any payment we have made under this insurance, the insured must preserve those rights and, at our request, pursue or transfer those rights to us. The insured must do nothing after an"event" to impair them. 14. Reformation of Underlying If the `controlling underlying insurance" is reformed after an "event" to provide coverage for a "loss,:'the terms of such reformation do not apply to this policy. 15. When we Defend When we have a duty to defend an insured, the insured will cooperate with us in the transfer of the defense to counsel of our choosing. If the law of the governing jurisdiction permits an insured to select their own counsel to be paid for by us, we shall only be liable for the reasonable and necessary defense costs of one law firm per insured at rates customarily paid by us for the defense of similar claims in the jurisdiction where the claim is pending. 16. Claims outside the U.S.A, it's Territories, Possessions or Canada When we have the duty to defend an insured and are prevented by law or otherwise from doing so, we will reimburse the insured for any reasonable and necessary expenses incurred in the defense of a suit to which this insurance applies. If the insured becomes legally obligated to pay damages to which this insurance applies NTAV-E`fC-001 (O .110i Navigators Insurance Company Pace 5 of Contains copyrighted material of the Insurance Services Office, Inc. with its permission. and we are prevented by law from paying such damages on behalf of the insured, we will reimburse the insured, in U.S currency at the prevailing exchange rate at the time the damages were paid, for such damages. SECTION V—DEFINITIONS The DEFINITIONS sections of the "controlling underlying insurance" are made part of this policy, and apply to words or phrases used in this policy provided always that words or phrases in quotations in this policy will have the meaning given them in this policy. "Aircraft products" means: a. an aircraft: b. ground control or support equipment, or c. any article; component or device made, sold, licensed; handled or distributed by any insured that is used to achieve, control or maintain flight or landing of an aircraft. "Asbestos" means the mineral in any form. "Controlling underlying insurance" means the policy listed in the Schedule of Underlying Insurance shown in the Declarations, or its renewal or replacement, which applies to the "loss," or would have applied but for: a. an exclusion in that policy; or b, the exhaustion or erosion of an aggregate limit of insurance; If more than one policy is listed in the Schedule, the"controlling underlying insurance" is the policy which applies to the"loss" or would have applied but for the reasons a, or b. listed above. "Defense expenses" means expenses we incur to investigate a claim or defend a suit. Defense expenses include interest which accrues on our portion of a judgment, after entry of that judgment and after the insured or any underlying insurer has paid the full amount of their portion of the judgment but before we have paid, offered to pay or deposited in the court the part of the judgment that is within our applicable Limits of Insurance. "Employment practices` means: a. dismissal; discharge or termination of employment,whether actual, constructive or retaliatory; b. failure or refusal to hire or promote; c. discipline, demotion, coercion or retaliatory treatment; d. failure to grant tenure; e. negligent employment evaluation; f. sexual or other workplace harassment, including quid pro quo and hostile work environment: g. employment discrimination; h. invasion of privacy; violation of employment related civil rights, employment related libel, slander or defamation; i. creating or enforcing or failing to create or enforce employment related policies or procedures; or j. actual or alleged violations of the Family and Medical Leave Act of 1993 or its amendments. "Event means an accident, incident, occurrence, offense, wrongful act or other"loss" causing "event" defined by and to which the "controlling underlying insurance" applies. 1\AV-EXC-001 iO4 10) Navigators Insurance Company Pasie E of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. "Fungi" means any type or form of fungus; including mold or mildew and any mycotoxins, spores, scents or byproducts produced or released by fungi. But"fungi" does not include mushrooms cultivated for human consumption. "Loss" means bodily injury, property damage, personal and advertising injury or other loss defined by and to which the "controlling underlying insurance" applies. "Policy period' means the period of time between the effective date shown in the Declarations and the earlier of the expiration date shown in the Declarations or the expiration date shown in an endorsement to this policy. "Silica; means silicon dioxide, occurring in crystalline, amorphous or impure forms, silica particles, silica dust or silica compounds. "Silica related dust: means a mixture or combination of silica and other dust particles. "Underlying limits" means the amounts shown in the Declarations as the minimum limits of insurance to be provided by "controlling underlying insurance.:' In Witness Whereof,the issuing Company has caused this policy to be signed officially below,and countersigned on the Declarations page by a duly authorized representative of said Company. Stanley A. Galanski Jeff L. Saunders President Vice President NAV-EXC-001 (041110) Navigators Insurance Company page 7 of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. This page has been left blank intentionally. COMMERCIAL EXCESS LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF CONDITIONS OTHER INSURANCE PRIMARY AND NON-CONTRIBUTING This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY COVERAGE PART SCHEDULE A. Section IV - Conditions, 9. Other Insurance is deleted and replaced by the following: 9. This insurance is excess over any other insurance available to the insured except: a. insurance that is purchased specifically to apply in excess of this policy; or b. insurance available to the person or organization shown in the Schedule of this endorsement as an additional insured on the "controlling underlying insurance." B When this insurance applies on a primary and non-contributing basis, the Limits of Insurance available for the additional insured will be the lesser of: 1. the amounts shown in item 3 of the Declarations of this policy; or 2. the amount of insurance you are required to provide the additional insured in the written contract or agreement. All other terms of the policy remain unchanged. NAV-EXC-348A(01/11) Page 1 of 1 Contains copyrighted material of the Insurance Services Office. Inc. with its permission. This page has been left blank intentionally: 4 . Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Addl Prem Return Prem. GLA915581102 04/05/2016 04/05/2017 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page I of 1 This page has been]eft blank interitionally. Additional Insured —Automatic — Owners, Lessees Or ZURICH Contractors Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer No. AWL Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured: Address (including ZIP Code): This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for"bodily injury', "property damage" or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence"which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. U-GL-1175-F CW(04/13) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV— Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an 'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit"as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III— Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1175-F CW(04113) Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF SUBROGATION SCHEDULE Name of Person or Organization: As required by written contract or agreement. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to SECTION IV-CONDITIONS, 13.Transfer of Rights of Recovery Against Others. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization. This waiver applies only to the person or organization shown in the Schedule above. All other terms of the policy remain unchanged. NAV-ECD-6012 (01111) Navigators Insurance Company Page 1 of 1 Contains copyrighted material of the Insurance Services Office. Inc.with its permission. This page has been left blank intentionally. 0 COMMERCIAL INSURANCE ZU RIC H COMMON POLICY DECLARATIONS Policy Number GLA 9155811-02 Renewal of Number GLA 9155811-01 Named Insured and Mailing Address Producer and Mailing Address TITAN EARTHWORK LLC PROPEL INSURANCE (SEE NAMED INSURED ENDT) PO BOX 2940 13806 16TH ST E TACOMA WA 98401-2940 SUMNER WA 98390-9630 Producer Code 7 3 0 3 8-0 0 0 Policy Period: Coverage begins 04-05-2016 at 12:01 A.M.; Coverage ends 04-05-2017 at 12:01 A.M. The name insured is ❑ Individual ❑ Partnership ❑ Corporation X❑ Other:LIMITED LIABILITY COMPANY This insurance is provided by one or more of the stock insurance companies which are members of the Zurich-American Insurance Group. The company th; provides coverage is designated on each Coverage Part Common Declarations. The company or companies providing this insurance may be referred to in this policy as"The Company",we, us, or our. The address of the companies of the Zurich-American Insurance Group are provided on the next page. THIS POLICY CONSISTS OF THE FOLLOWING COVERAGE(S): GENERAL LIABILITY COVERAGE PREMIUM $ issued by AMERICAN GUARANTEE AND LIABILITY INSURANCE COMPANY BUSINESS AUTOMOBILE PREMIUM $ issued by ZURICH AMERICAN INSURANCE COMPANY WA-REGULATORY SURCHARGE $ THIS PREMIUM MAY BE SUBJECT TO AUDIT. TOTAL $ This premium does not include Taxes and Surcharges. SEE INSTALLMENT SCHEDULE Taxes and Surcharges TOTAL $ SEE INSTALLMENT SCHEDULE The Form(s) and Endorsement(s) made a part of this policy at the time of issue are listed on the SCHEDULE of FORMS and ENDORSEMENTS. Countersigned this day of Authorized Representative THESE DECLARATIONS TOGETHER WITH THE COMMON POLICY CONDITIONS,COVERAGE PART DECLARATIONS,COVERAGE PART FORM(S), FORMS AND ENDORSEMENTS,IF ANY, ISSUED TO FORM A PART THEREOF,COMPLETE THE ABOVE NUMBERED POLICY. U-GU-D-310-A(01/93) Page 1 of 1 Policy Number GLA 9155811-02 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 0 4-0 5-16 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT U-GU-630-D CW 01-15 DISCLOSURE OF INFO RELATING TO TRIA U-GU-767-B CW 01-15 CAP ON LOSS FROM CERTIFIED ACTS OF TERR U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSUREDS) U-GU-406-A 07-94 INSTALLMENT PREMIUM SCHEDULE U-GU-618-A CW 10-02 SCHEDULE OF LOCATIONS IL 01 23 11-13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS IL 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION U-GU-298-B CW 04-94 CANCELLATION BY US IL 00 03 09-08 CALCULATION OF PREMIUM GENERAL LIABILITY FORMS AND ENDORSEMENTS U-GL-1517-B CW 04-13 RECORD OR DISTRB OF MATRL OR INFO EXCL U-GL-1518-A CW 04-13 BROADENED NAMED INSURED U-GL-851-B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-923-B CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-925-B CW 12-01 WAIVER OF SUBROGATION (BLANKET) ENDT. U-GL-D-851-B CW 09-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG 00 01 04-13 COMMERCIAL GENERAL LIABILITY COV FORM U-GL-1060-E CW 04-13 CONTRACTORS LIABILITY ENDORSEMENT UGL1171ACW 07-03 FUNGI OR BACTERIA EXCLUSION U-GL-1175-F CW 04-13 ADDL INSD-AUTO-OWNERS LESSEES CONTRACTR U-GL-1199-A MU 04-04 ASBESTOS EXCLUSION ENDORSEMENT U-GL-1294-A CW 10-06 LIMITED OPERATIONS-CONSOLIDATED WRAP-UP U-GL-1321-E CW 10-13 BROAD FORM ADD INS-OWNR, LESSEE, CONTR-SCH U-GL-1327-B CW 04-13 OTH INS AMNDMT-PRIMARY & NONCONTRIBUTORY U-GL-1347-A MU 02-08 LEAD LIABILITY EXCLUSION U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT-COMP RATED CG 01 81 05-08 WASHINGTON CHANGES U-GL-1465-D CW 12-13 ADL INSD-OWNR, LSSEE, CONTR-ONGNG-SCH U-GL-1466-D CW 12-13 ADL INSD-OWNR, LSSEE, CONTR-CMPLTD-SCH U-GL-274-C MU 05-06 STOP GAP EMPLOYERS LIABILITY COVERAGE U-GL-274-C 1 CW 12-04 STOP GAP EMPLOYERS LIABILITY U-GL-852-A CW 07-96 EMPL BENEFITS LIAB (OCCURRENCE) DED ENDT CG 03 00 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 20 12 04-13 ADDL INS-ST, GOV AGY, SUB, POL SUB-PERM CG 20 32 04-13 ADDL INSD-ENGRS ARCHTS OR SURVEYORS CG 21 08 05-14 EXCL-ACC/DISCL OF CONFI OR PERSONAL INFO CG 21 34 01-87 EXCLUSION - DESIGNATED WORK CG 21 47 12-07 EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 22 79 04-13 EXCL-CONTRACTORS-PROF LIAB CG 24 17 10-01 CONTRACTUAL LIABILITY - RAILROADS CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 25 04 05-09 DESIGNATED LOCATIONS GENERAL AGGREGATE U-GU-619-A CW(10/02) Policy Number G LA 9155811-02 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 04-05-16 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10-13 ADDL INSD-LESSOR U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-D-600-C 04-14 BUSINESS AUTO DECLARATIONS CA 00 01 10-13 BUSINESS AUTO COVERAGE FORM CA 01 35 10-13 WASHINGTON CHANGES CA 21 34 10-13 WA UNDERINSURED MOTORISTS COVERAGE U-CA-424-F CW 04-14 COVERAGE EXTENSION ENDORSEMENT CA 99 89 05-01 WASHINGTON LOSS PAYABLE FORM REG-335 U-GU-619-A CW(10/02) COMMERCIAL GENERAL LIABILITY COVERAGE PART DECLARATIONS Policy Number: GLA 9155811-02 AMERICAN GUARANTEE AND LIABILITY INSURANCE COMPANY Named Insured TITAN EARTHWORK LLC Policy Period: Coverage begins 04-05-2016 at12:01 A.M.; Coverage ends 04-05-2017 at 12:01 A.M. Producer Name: PROPEL INSURANCE Producer No. 73038-000 Item 1. Business Description: Item 2. Limits of Insurance GENERAL AGGREGATE LIMIT $ 2, 000, 000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE LIMIT $ 2, 000, 000 EACH OCCURRENCE LIMIT $ 1, 000, 000 DAMAGE TO PREMISES RENTED TO YOU LIMIT $ 300, 000 Any one premises MEDICAL EXPENSE LIMIT $ 10, 000 Any one person PERSONAL AND ADVERTISING INJURY LIMIT $ 1, 000, 000 Any one person or organization Item 3.Retroactive Date (CG 00 02 ONLY) This insurance does not apply to'bodily injury", 'property damage"or"personal and advertising injury"offense which occurs before the Retroactive Date, if any, shown here: NONE (Enter Date or"None"if no Retroactive Date applies) Item 4. Form of Business and Location Premises Form of Business: LIMITED LIABILITY COMPANY Location of All Premises You Own, Rent or Occupy:See Schedule of Locations Item 5.Schedule of Forms and Endorsements Form(s) and Endorsement(s) made a part of this Policy at time of issue: See Schedule of Forms and Endorsements Item 6. Premiums Coverage Part Premium: $ Other Premium: Total Premium: $ U-GL-D-1 i 15-B CW(9/04) POLICY NUMBER: GLA 915 5 811-0 2 COMMERCIAL AUTO ZURICH AMERICAN INSURANCE COMPANY 1400 American Lane Schaumburg, Illinois 60196-1056 1.800-382-2150 BUSINESS AUTO DECLARATIONS ITEM ONE PRODUCER: PROPEL INSURANCE NAMEDINSURED: TITAN EARTHWORK LLC (SEE NAMED INSURED ENDORSEMENT) MAILING ADDRESS: 13806 16TH ST E SUMNER, WA 98390-9630 POLICY PERIOD: From 04-05-2016 to 04-05-2017 at 12:01 A.M. Standard Time at your mailing address shown above PREVIOUS POLICY NUMBER: GLA 915 5 811-01 FORM OF BUSINESS: ❑CORPORATION X] LIMITED LIABILITY COMPANY F7 INDIVIDUAL PARTNERSHIP 0 OTHER IN RETURN FOR THE PAYMENT OF THE PREMIUM, AND SUBJECT TO ALL THE TERMS OF THIS POLICY, WE AGREE WITH YOU TO PROVIDE THE INSURANCE AS STATED IN THIS POLICY. Premium shown is payable at inception: $ AUDIT PERIOD (IF APPLICABLE) IX ]ANNUALLY I I SEMI- QUARTERLY MONTHLY ANNUALLY ENDORSEMENTS ATTACHED TO THIS POLICY: IL 0017—Common Policy Conditions (IL 0146 in Washington) IL 00 21 —Broad Form Nuclear Exclusion (not Applicable in New York) (IL 0198 in Washington) SEE SCHEDULE OF FORMS AND ENDORSEMENTS COUNTERSIGNED BY (Date) (Authorized Representative) U-CA-D-600-C 0414 Page 1 ITEM TWO Schedule Of Coverages And Covered Autos This policy provides only those coverages where a charge is shown in the premium column below. Each of these coverages will apply only to those "autos" shown as covered 'autos". 'Autos" are shown as covered 'hutos" for a particular coverage by the entry of one or more of the symbols from the Covered Autos section of the Business Auto Coverage Form next to the name of the coverage. COVERED COVERAGES AUTOS LIMIT PREMIUM COVERED AUTOS LIABILITY 1 $1, 000, 000 $ PERSONAL INJURY SEPARATELY STATED IN EACH P.I.P. PROTECTION (or equivalent ENDORSEMENT MINUS No-fault Coverage) DEDUCTIBLE. ADDED PERSONAL INJURY SEPARATELY STATED IN EACH ADDED P.I.P. PROTECTION (or equivalent ENDORSEMENT. Added No-fault Coverage) SEPARATELY STATED IN THE PROPERTY PROPERTY PROTECTION PROTECTION INSURANCE ENDORSEMENT INSURANCE (Michigan only) MINUS DEDUCTIBLE FOR EACH ACCIDENT. AUTO MEDICAL PAYMENTS EACH INSURED MEDICAL EXPENSE AND SEPARATELY STATED IN THE MEDICAL INCOME LOSS BENEFITS EXPENSE AND INCOME LOSS BENEFITS (Virginia only) ENDORSEMENT. UNINSURED MOTORISTS 2 $ 1, 000, 000 INCL UNDERINSURED MOTORISTS 2 (When not included in SEE ENDT $ Uninsured Motorists Coverage) ACTUAL CASH VALUE OR COST OF REPAIR, PHYSICAL DAMAGE WHICHEVER IS LESS, MINUS SEE ENDT COMPREHENSIVE 7, 8 DEDUCTIBLE FOR EACH COVERED AUTO, BUT $ COVERAGE NO DEDUCTIBLE APPLIES TO LOSS CAUSED BY FIRE OR LIGHTNING. See ITEM FOUR For Hired or Borrowed Autos. PHYSICAL DAMAGE ACTUAL CASH VALUE OR COST OF REPAIR, SPECIFIED WHICHEVER IS LESS, MINUS SEE ENDT CAUSES OF LOSS 7 DEDUCTIBLE FOR EACH COVERED AUTO FOR $ COVERAGE LOSS CAUSED BY MISCHIEF OR VANDALISM. See ITEM FOUR For Hired Or Borrowed Autos. ACTUAL CASH VALUE OR COST OF REPAIR, PHYSICAL DAMAGE WHICHEVER IS LESS, MINUS SEE ENDT COLLISION COVERAGE �' $ DEDUCTIBLE, FOR EACH COVERED AUTO. $ See ITEM FOUR For Hired Or Borrowed Autos. PHYSICAL DAMAGE FOR EACH DISABLEMENT TOWING AND LABOR OF A PRIVATE PASSENGER AUTO. TAX/SURCHARGE/FEE $ PREMIUM FOR ENDORSEMENTS $ *ESTIMATED TOTAL PREMIUM $ *This policy may be subject to final audit. U-CA-D-600-C 0414 Page 2 ITEM FOUR SCHEDULE OF HIRED OR BORROWED COVERED AUTO COVERAGE AND PREMIUMS COVERED AUTOS LIABILITY COVERAGE—Cost Of Hire Rating Basis for Autos Used In Your Motor Carrier Operations(Other Than Mobile Or Farm Equipment) COVERED AUTOS ESTIMATED ANNUAL LIABILITY COVERAGE STATE COST OF HIRE FOR EACH STATE PREMIUM Primary Coverage WA IF ANY INCL Excess Coverage WA IF ANY $ TOTAL HIRED AUTO PREMIUM INCL For "autos"used in your motor carrier operations, cost of hire means: 1. The total dollar amount of costs you incurred for the hire of automobiles (includes"trailers"and semitrailers), and 'rf not included therein, 2. The total remunerations of all operators and drivers' helpers, of hired automobiles whether hired with a driver by lessor or an "employee"of the lessee, or any other third party, and 3. The total dollar amount of any other costs (i.e., repair, maintenance, fuel, etc.) directly associated with operating the hired automobiles whether such costs are absorbed by the"insured", paid to the lessor or owner, or paid to others. COVERED AUTOS LIABILITY COVERAGE—Cost Of Hire Rating Basis for Autos NOT Used In Your Motor Carrier Operations(Other Than Mobile Or Farm Equipment) COVERED AUTOS ESTIMATED ANNUAL LIABILITY COVERAGE STATE COST OF HIRE FOR EACH STATE PREMIUM Primary Coverage Excess Coverage TOTAL HIRED AUTO PREMIUM For "autos"NOT used in your motor carrier operations, cost of hire means the total amount you incur for the hire of "autos"you don't own (not including "autos"you borrow or rent from your partners or"employees"or their family members). Cost of hire does not include charges for services performed by motor carriers of property or passengers. U-CA DEC 0414 Page 21 ITEM FOUR SCHEDULE OF HIRED OR BORROWED COVERED AUTO COVERAGE AND PREMIUMS(Cont'd) Physical Damage Coverages—Cost Of Hire Rating Basis For All Autos (Other Than Mobile or Farm Equipment) ESTIMATED ANNUAL COST OF HIRE FOR EACH STATE (Excluding Autos Hired With COVERAGE STATE LIMIT OF INSURANCE A Driver) PREMIUM ACTUAL CASH VALUE OR COST OF IF ANY $ COMPREHENSIVE WA REPAIR, WHICHEVER IS LESS, MINUS $ 1, 000 DEDUCTIBLE FOR EACH COVERED AUTO, BUT NO DEDUCTIBLE APPLIES TO LOSS CAUSED BY FIRE OR LIGHTNING. ACTUAL CASH VALUE OR COST OF SPECIFIED REPAIR, WHICHEVER IS LESS, MINUS CAUSES DEDUCTIBLE FOR EACH OF LOSS COVERED AUTO FOR LOSS CAUSED BY MISCHIEF OR VANDALISM. ACTUAL CASH VALUE OR COST OF IF ANY $ COLLISION WA REPAIR, WHICHEVER IS LESS, MINUS $ 1, 000 DEDUCTIBLE FOR EACH COVERED AUTO. TOTAL HIRED AUTO PREMIUM $ For Physical Damage Coverages, cost of hire means the total amount you incur for the hire of"autos"you don't own (not including "autos"you borrow or rent from your partners or "employees"or their family members). Cost of hire does not include charges for any "auto"that is leased, hired, rented or borrowed with a driver. U-CA DEC 0414 Page 22 } KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE WSDOT AMENDMENTS TO STANDARD SPECIFICATIONS Introduction ................................................................................AMD-1 1-02 Bid Procedures and Conditions......................................AMD-1 1-06 Control of Material ......................................................AMD-2 1-07 Legal Relations and Responsibilities to the Public.............AMD-3 1-08 Prosecution and Progress .............................................AMD-4 1-09 Measurement and Payment ..........................................AMD-4 5-02 Bituminous Surface Treatment......................................AMD-4 6-02 Concrete Structures ....................................................AMD-5 6-09 Modified Concrete Overlays ..........................................AMD-6 6-14 Geosynthetic Retaining Walls........................................AMD-6 6-19 Shafts .......................................................................AMD-7 8-01 Erosion Control and Water Pollution Control....................AMD-7 8-10 Guide Posts................................................................AMD-8 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical...........................AMD-8 8-22 Pavement Marking ......................................................AMD-9 9-03 Aggregates ................................................................AMD-10 9-04 Joint and Crack Sealing Materials ..................................AMD-12 9-07 Reinforcing Steel ........................................................AMD-13 APWA / WSDOT GENERAL SPECIAL PROVISIONS Introduction ................................................................................GSP-1 5-04 Hot Mix Asphalt ..........................................................GSP-1 DIVISION 1 GENERAL REQU I REMENTS ................................. 1-1 a 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 ...................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public............. 1-17 1-08 Prosecution and Progress ............................................. 1-21 J 1-09 Measurement and Payment .......................................... 1-25 1-10 Temporary Traffic Control ............................................ 1-27 DIVISION 2 EARTHWORK...................................................... 2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ..................... 2-1 2-02 Removal of Structures and Obstructions......................... 2-2 ' 2-03 Roadway Excavation and Embankment .......................... 2-2 2-06 Subgrade Preparation.................................................. 2-3 2-07 Watering ................................................................... 2-3 J 2016 Asphalt Overlays/Araucto July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 r- KENT SPEC I AL PROV 1 S I ONS ,- TABLE OF CONTENTS PAGE DIVISION 4 BASES................................................................ 4-1 r 4-04 Ballast and Crushed Surfacing ...................................... 4-1 r� DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .......... 5-1 5-04 Hot Mix Asphalt .......................................................... 5-1 r- 5-05 Cement Concrete Pavement ......................................... 5-4 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS AND CONDUITS........... 7-1 L 7-05 Manholes, Inlets, Catch Basins, and Drywells.................. 7-1 7-12 Valves for Water Mains ................................................ 7-2 r- L DIVISION 8 M I SCELLANEOUS CONSTRUCT 1 ON ..................... 8-1 8-01 Erosion Control and Water Pollution Control....................8-1 8-02 Roadside Restoration...................................................8-3 8-04 Curbs, Gutters, and Spillways.......................................8-4 " 8-09 Raised Pavement Markers ............................................ 8-4 8-13 Monument Cases ........................................................ 8-5 8-21 Permanent Signing...................................................... 8-5 8-22 Pavement Marking ...................................................... 8-6 8-23 Temporary Pavement Markings..................................... 8-11 r DIVISION 9 MATERIALS.......................................................... 9-1 L_ 9-28 Signing Materials and Fabrication ..................................9-1 ,- 9-30 Water Distribution Materials .........................................9-1 KENT STANDARD PLANS ............................................................. A-1 r- WSDOT STANDARD PLANS.......................................................... A-2 r TRAFF I C CONTROL PLANS .......................................................... A-3 PREVA I L I NG WAGE RATES.......................................................... A-4 r` L r- L F- L r 2016 Asphalt Overlays/Araucto July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 u J WSDOT AMENDMENTS TO THE 2016 STANDARD SPECIFICATIONS 1 NTRO.AP1 INTRODUCTION The following Amendments and Special Provisions shall be used in conjunction with the 2016 Standard Specifications for Road, Bridge, and Municipal Construction, AMENDMENTS TO THE STANDARD SPECIFICATIONS The following Amendments to the Standard Specifications are made a part of this contract and supersede any conflicting provisions of the Standard Specifications. For informational purposes, the date following each Amendment title indicates the implementation date of the Amendment or the latest date of revision. Each Amendment contains all current revisions to the applicable section of the Standard Specifications and may include references which do not apply to this particular project. 1-02.AP1 J Section 1-02, Bid Procedures and Conditions April 4, 2016 1-02.4(1) General The first sentence of the last paragraph is revised to read: Any prospective Bidder desiring an explanation or interpretation of the Bid Documents, shall request the explanation or interpretation in writing by close of business on the Thursday preceding the bid opening to allow a written reply to reach all prospective Bidders before the submission of their Bids. .J 1-02.9 Delivery of Proposal The last sentence of the third paragraph is revised to read: The Contracting Agency will not open or consider any Proposal when the Proposal or Bid deposit is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals unless an _J emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received. J The following new paragraph is inserted before the last paragraph: If an emergency or unanticipated event interrupts normal work processes of the J Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in J 2016 Asphalt Over lays/Araucto AMD - 1 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 r the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. L 1-02.12 Public Opening of Proposals This section is supplemented with the following new paragraph: r^ L. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be opened at the time indicated in the call for Bids the time specified for opening of Proposals will be deemed to be extended to the same time of day on the first work day on which the normal work processes of the Contracting Agency resume. `- L 1-06.AP1 r Section 1-06, Control of Material �- January 4, 2016 This section is supplemented with the following new section and subsections: L 1-06.6 Recycled Materials r The Contractor shall make their best effort to utilize recycled materials in the construction of the project; the use of recycled concrete aggregate as specified in Section 1-06.6(1)A is a requirement of the Contract. L. The Contractor shall submit a Recycled Material Utilization Plan as a Type 1 Working Drawing within 30 calendar days after the Contract is executed. The plan shall provide the Contractor's anticipated usage of recycled materials for meeting L the requirements of these Specifications. The quantity of recycled materials will be provided in tons and as a percentage of the Plan quantity for each material listed in Section 9-03.21 (1)E Table on Maximum Allowable Percent (By Weight) of Recycled Material. When a Contract does not include Work that requires the use of a material that is included in the requirements for using materials the Contractor may state in their plan that no recycled materials are proposed for use. L- Prior to Physical Completion the Contractor shall report the quantity of recycled r materials that were utilized in the construction of the project for each of the items L_. listed in Section 9-03.21 . The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the L supplier). The Contractor's report shall be provided on DOT Form 350-075 Recycled Materials Reporting. r' 1-06.6(1) Recycling of Aggregate and Concrete Materials 1-06.6(1)A General L The minimum quantity of recycled concrete aggregate shall be 25 percent of the total quantity of aggregate that is incorporated into the Contract for those items r listed in Section 9-03.21 (1)E Table on Maximum Allowable Percent (By Weight) of L. Recycled Material that allow the use of recycled concrete aggregate. The percentage of recycled material incorporated into the project for meeting the required percentage will be calculated in tons based on the quantity of recycled L concrete used on the entire Contract and not as individual items. 2016 Asphalt Overlays/Araucto AMD - 2 July 6, 2016 F Project Numbers: 15-3001, 15-3003, 09-3006 L 1 If the Contractor's total cost for Work with recycled concrete aggregate is greater than without the Contractor may choose to not use recycled concrete aggregate. When the Contractor does not meet the minimum requirement of 25 percent recycled concrete aggregate for the Contract due to costs or any other reason the following shall be submitted: 1 . A cost estimate for each material listed in Section 9-03.21 (1)E that is utilized on the Contract. The cost estimate shall include the following: a. The estimated costs for the Work for each material with 25 percent recycled concrete aggregate. The cost estimate shall include for each material a copy of the price quote from the supplier with the lowest total cost for the Work. a b. The estimated costs for the Work for each material without recycled concrete aggregate. The Contractor's cost estimates shall be submitted as an attachment to the Recycled Materials Reporting form. J 1-07.AP1 .J Section 1-07, Legal Relations and Responsibilities to the Public April 4, 2016 J 1-07.1 Laws to be Observed In the second to last sentence of the third paragraph, "WSDOT" is revised to read "Contracting Agency". 1-07.2(2) State Sales Tax: WAC 458-20-170 — Retail Sales Tax The last three sentences of the first paragraph are deleted and replaced with the following new sentence: The Contractor (Prime or Subcontractor) shall include sales or use tax on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project, in the unit bid prices. 1-07.9(2) Posting Notices Items 1 and 2 are revised to read: _J 1 . EEOC - P/E-1 (revised 11/09, supplemented 09/15) — Equal Employment Opportunity IS THE LAW published by US Department of Labor. Post for projects with federal-aid funding. 2. FHWA 1022 (revised 05/15) — NOTICE Federal-Aid Project published by Federal Highway Administration (FHWA). Post for projects with federal-aid funding. Items 5, 6 and 7 are revised to read: 2016 Asphalt Overlays/Araucto AMD - 3 July 6, 2016 .J Project Numbers: 15-3001, 15-3003, 09-3006 r 5. WHD 1420 (revised 02/13) - Employee Rights and Responsibilities Under The Family And Medical Leave Act published by US Department of Labor. r Post on all projects. `J 6. WHD 1462 (revised 01/16) - Employee Polygraph Protection Act r published by US Department of Labor. Post on all projects. L. 7. F416-081-909 (revised 09/15) - Job Safety and Health Law published by Washington State Department of Labor and Industries. Post on all projects. Items 9 and 10 are revised to read: r 9. F700-074-909 (revised 06/13) - Your Rights as a Worker in Washington State by Washington State Department of Labor and Industries (L&I). Post on all projects. L 10. EMS 9874 (revised 10/15) - Unemployment Benefits published by F Washington State Employment Security Department. Post on all projects. L 1-08.AP1 r L Section 1-08, Prosecution and Progress January 4, 2016 r L_ 1-08.1 (1) Prompt Payment, Subcontract Completion and Return of Retainage Withheld In item number 5 of the first paragraph, "WSDOT" is revised to read "Contracting L Agency". r 1-09.AP1 L Section 1-09, Measurement and Payment F- April 4, 2016 L- 1-09.6 Force Account 7 The second sentence of item number 4 is revised to read: L A "specialized service" is a work operation that is not typically done by worker r classifications as defined by the Washington State Department of Labor and Industries and by the Davis Bacon Act, and therefore bills by invoice for work in road, bridge and municipal construction. r L 5-02.AP5 r- Section 5-02, Bituminous Surface Treatment L April 4, 2016 r 5-02.3(2) Preparation of Roadway Surface L This section is supplemented with the following new subsection: r - 2016 Asphalt Overlays/Araucto AMD - 4 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 L _J 5-02.3(2)E Crack Sealing Where shown in the Plans, seal cracks and joints in the pavement in accordance with Section 5-04.3(4)A1 and the following: 1 . Cracks '/a inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. ry J 6-02.AP6 Section 6-02, Concrete Structures April 4, 2016 6-02.3(2)A Contractor Mix Design -.A The following new sentence is inserted after the first sentence of the third paragraph: The mix design submittal shall also include test results no older than one year a showing that the Aggregates do not contain Deleterious Substances in accordance with Section 9-03. 6-02.3(2)A1 Contractor Mix Design for Concrete Class 4000D The following new sentence is inserted after the second sentence of the last paragraph: Mix designs using shrinkage reducing admixture shall state the specific quantity required. The following new sentence is inserted before the last sentence of the last paragraph: Testing samples of mixes using shrinkage reducing admixture shall use the admixture amount specified in the mix design submittal. 6-02.3(2)B Commercial Concrete The last sentence of the first paragraph is revised to read: y a Commercial concrete does not require mix design or source approvals for cement, aggregate, and other admixtures. 6-02.3(26)D2 Test Block Dimensions The first sentence is revised to read: , The dimensions of the test block perpendicular to the tendon in each direction shall be the smaller of twice the minimum edge distance or the minimum spacing specified by the special anchorage device manufacturer, with the stipulation that the concrete cover over any confining reinforcing steel or supplementary skin reinforcement shall be appropriate for the project-specific application and circumstances. J 6-02.3(27)A Use of Self-Consolidating Concrete for Precast Units Item number 2 of the first paragraph is revised to read: J 2016 Asphalt Overlays/Araucto AMD - 5 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 r L. 2. Precast reinforced concrete three-sided structures, box culverts and split box culverts in accordance with Section 7-02.3(6). r, 6-09.AP6 r Section 6-09, Modified Concrete Overlays April 4, 2016 r 6-09.3(8)A Quality Assurance for Microsilica Modified and Fly Ash Modified Concrete Overlays r The first sentence of the first paragraph is revised to read the following two new sentences: The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section L after the Contractor has turned over the concrete for acceptance testing. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6- ~ 02.3(5)E. L. The last paragraph is deleted. F L 6-09.3(8)B Quality Assurance for Latex Modified Concrete Overlays r The first two paragraphs are deleted and replaced with the following: L. The Engineer will perform slump, temperature, and entrained air tests for acceptance in accordance with Section 6-02.3(5)D and as specified in this Section after the Contractor has turned over the concrete for acceptance testing. The L Engineer will perform testing as the concrete is being placed. Samples shall be taken on the first charge through each mobile mixer and every other charge L thereafter. The sample shall be taken after the first 2 minutes of continuous mixer operation. Concrete samples for testing shall be supplied to the Engineer in accordance with Section 6-02.3(5)E. F L The second to last sentence of the last paragraph is revised to read: Recommendations made by the technical representative on or off the jobsite shall L be adhered to by the Contractor. r- 6-14.AP6 L_ Section 6-14, Geosynthetic Retaining Walls r January 4, 2016 L. 6-14.5 Payment The bid item "Concrete Fascia Panel", per square foot, and the paragraph following this L bid item are revised to read: r "Concrete Fascia Panel For Geosynthetic Wall", per square foot. L All costs in connection with constructing the concrete fascia panels as specified F. shall be included in the unit Contract price per square foot for "Concrete Fascia L Panel For Geosynthetic Wall", including all steel reinforcing bars, premolded joint 2016 Asphalt Overlays/Araucto AMD - 6 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 L _J filler, polyethylene bond breaker strip, joint sealant, PVC pipe for weep holes, exterior surface finish, and pigmented sealer (when specified), constructing and placing the concrete footing, edge beam, anchor beam, anchor rod assembly, and backfill. -� 6-19.AP6 Section 6-19, Shafts January 4, 2016 6-19.4 Measurement -J The first paragraph is revised to read: Soil excavation for shaft, including haul, will be measured by the cubic yards of shaft excavated. The cubic yards will be computed using the shaft diameter, top of shaft elevation and bottom of shaft elevation shown in the Plans, less all rock excavation measured as specified for rock excavation. Excavation between the J existing ground line and the top of shaft elevation is considered incidental to soil excavation for shaft and will not be measured. The second paragraph is deleted. 6-19.5 Payment The paragraph following the bid item "Soil Excavation For Shaft Including Haul", per cubic yard is revised to read: The unit Contract price per cubic yard for "Soil Excavation For Shaft Including Haul" shall be full pay for performing the work as specified, including all costs in connection with furnishing, mixing, placing, maintaining, containing, collecting, and disposing of all mineral, synthetic, and water slurry, and disposing of groundwater collected by the shaft excavation, and the incidental excavation of soils between the top of shaft elevation shown in the Plans and the existing ground line. 8-01.AP8 Section 8-01, Erosion Control and Water Pollution Control April 4, 2016 a 8-01.2 Materials This section is supplemented with the following new paragraph: Recycled concrete, in any form, shall not be used for any Work defined in Section 8-01 . 8-01.3(8) Street Cleaning This section is revised to read: Self-propelled street sweepers shall be used to remove and collect sediment and other debris from the Roadway, whenever required by the Engineer. The street J sweeper shall effectively collect these materials and prevent them from being washed or blown off the Roadway or into waters of the State. Street sweepers 2016 Asphalt Overlays/Araucto AMD - 7 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 r- shall not generate fugitive dust and shall be designed and operated in compliance with applicable air quality standards. Ll Material collected by the street sweeper shall be disposed of in accordance with Section 2-03.3(7)C. Street washing with water will require the concurrence of the Engineer. r-- 8-10.AP8 L Section 8-10, Guide Posts January 4, 2016 . 8-10.3 Construction Requirements The last sentence of the second paragraph is deleted. L 8-20.AP8 L. Section 8-20, Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical April 4, 2016 8-20.3(5)A General r The last paragraph is revised to read: Immediately after the sizing mandrel has been pulled through, install an equipment grounding conductor if applicable (see Section 8-20.3(9)) and any new or existing wire or cable as specified in the Plans. Where conduit is installed for future use, install a 200-pound minimum tensile strength pull string with the equipment grounding conductor. The pull string shall be attached to duct plugs or L caps at both ends of the conduit. 8-20.3(5)A1 Fiber Optic Conduit L The last paragraph is deleted. r- 8-20.3(5)D Conduit Placement L Item number 2 is revised to read: r 2. 24-inches below the top of the untreated surfacing on a Roadbed. 8-20.3(9) Bonding, Grounding r The following two new paragraphs are inserted after the first paragraph: Install an equipment grounding conductor in all new conduit, whether or not the r- equipment grounding conductor is called for in the wire schedule. L For each new conduit with innerduct install an equipment grounding conductor in only one of the innerducts unless otherwise required by the NEC or the Plans. L The fourth paragraph (after the preceding Amendments are applied) is revised to r read: L F 2016 Asphalt Overlays/Araucto AMD - 8 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 L- ry Bonding jumpers and equipment grounding conductors meeting the requirements of Section 9-29.3(2)A3 shall be minimum #8 AWG, installed in accordance with the NEC. Where existing conduits are used for the installation of new circuits, an equipment grounding conductor shall be installed unless an existing equipment ground conductor, which is appropriate for the largest circuit, is already present in A the existing raceway. The equipment ground conductor between the isolation switch and the sign lighter fixtures shall be minimum #14 AWG stranded copper conductor. Where parallel circuits are enclosed in a common conduit, the A equipment-grounding conductor shall be sized by the largest overcurrent device serving any circuit contained within the conduit. The second sentence of the fifth paragraph (after the preceding Amendments are applied) is revised to read: A non-insulated stranded copper conductor, minimum #8 AWG with a full circle crimp on connector (crimped with a manufacturer recommended crimper) shall be connected to the junction box frame or frame bonding stud, the other end shall be crimped to the equipment bonding conductor, using a "C" type crimp connector. The last two sentences of the sixth paragraph (after the preceding Amendments are applied) are revised to read: For light standards, signal standards, cantilever and sign bridge Structures the supplemental grounding conductor shall be #4 AWG non-insulated stranded copper conductor. For steel sign posts which support signs with sign lighting or flashing beacons the supplemental grounding conductor shall be #6 AWG non insulated stranded copper conductor. The fourth to last paragraph is revised to read: Install a two grounding electrode system at each service entrance point, at each electrical service installation and at each separately derived power source. The service entrance grounding electrode system shall conform to the "Service Ground" detail in the Standard Plans. If soil conditions make vertical grounding electrode installation impossible an alternate installation procedure as described in the NEC may be used. Maintain a minimum of 6 feet of separation between any two grounding electrodes within the grounding system. Grounding electrodes shall be bonded copper, ferrous core materials and shall be solid rods not less than 10 feet in length if they are 1/2 inch in diameter or not less than 8 feet in length if they are 5/8 inch or larger in diameter. 8-22.AP8 Section 8-22, Pavement Marking January 4, 2016 8-22.4 Measurement The first two sentences of the fourth paragraph are revised to read: The measurement for "Painted Wide Lane Line", "Plastic Wide Lane Line", "Profiled Plastic Wide Lane Line", "Painted Barrier Center Line", "Plastic Barrier Center Line", "Painted Stop Line", "Plastic Stop Line", "Painted Wide Dotted Entry Line", or 2016 Asphalt Overlays/Araucto AMD - 9 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 F L "Plastic Wide Dotted Entry Line" will be based on the total length of each painted, plastic or profiled plastic line installed. No deduction will be made for the r unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, wide dotted lane line or wide dotted entry line. r 8-22.5 Payment �- The following two new Bid items are inserted after the Bid item "Plastic Crosshatch r Marking", per linear foot: "Painted Wide Dotted Entry Line", per linear foot. r "Plastic Wide Dotted Entry Line", per linear foot. 9-03.AP9 Section 9-03, Aggregates April 4, 2016 L 9-03.1 (1) General Requirements This first paragraph is supplemented with the following: r L Reclaimed aggregate may be used if it complies with the specifications for Portland Cement Concrete. Reclaimed aggregate is aggregate that has been r recovered from plastic concrete by washing away the cementitious materials. L 9-03.1 (2) Fine Aggregate for Portland Cement Concrete r This section is revised to read: L Fine aggregate shall consist of natural sand or manufactured sand, or combinations thereof, accepted by the Engineer, having hard, strong, durable L particles free from adherent coating. Fine aggregate shall be washed thoroughly to meet the specifications. L 9-03.1 (2)A Deleterious Substances This section is revised to read: L The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M 6 and not exceed the following values: r L Material finer than No. 200 Sieve 2.5 percent by weight Clay lumps and friable particles 3.0 percent by weight r Coal and lignite 0.25 percent by weight L Particles of specific gravity less than 2.00 1 .0 percent by weight, r Organic impurities shall be tested in accordance with AASHTO T 21 by the L glass color standard procedure and results darker than organic plate no. 3 shall be rejected. A darker color results from AASHTO T 21 may be used provided that when tested for the effect of organic impurities on strength of L mortar, the relative strength at 7 days, calculated in accordance with AASHTO T 71 , is not less than 95 percent. r L 2016 Asphalt Overlays/Araucto AMD - 10 July 6, 2016 r Project Numbers: 15-3001, 15-3003, 09-3006 L , 9-03.1 (4) Coarse Aggregate for Portland Cement Concrete This section is revised to read: a Coarse aggregate for concrete shall consist of gravel, crushed gravel, crushed stone, or combinations thereof having hard, strong, durable pieces free from A adherent coatings. Coarse aggregate shall be washed to meet the specifications. 9-03.1 (4)A Deleterious A This section, including title, is revised to read: 9-03.1(4)A Deleterious Substances The amount of deleterious substances in the washed aggregate shall be tested in accordance with AASHTO M SO and not exceed the following values: Material finer than No. 200 1 .0' percent by weight Clay lumps and Friable Particles 2.0 percent by weight Shale 2.0 percent by weight ' Wood waste 0.05 percent by weight Coal and Lignite 0.5 percent by weight Sum of Clay Lumps, Friable Particles, and Chert (Less Than 2.40 specific gravity SSD) 3.0 percent by weight 'if the material finer than the No. 200 sieve is free of clay and shale, this percentage may be increased to 1 .5. 9-03.1 (4)C Grading The following new sentence is inserted at the beginning of the last pargraph: Where coarse aggregate size 467 is used, the aggregate may be furnished in at least two separate sizes. 9-03.1 (5) Combined Aggregate Gradation for Portland Cement Concrete This section is revised to read: As an alternative to using the fine aggregate sieve grading requirements in Section 9-03.1 (2)B, and coarse aggregate sieve grading requirements in Section 9-03.1 (4)C, a combined aggregate gradation conforming to the requirements of ' Section 9-03.1 (5)A may be used. 9-03.1(5)A Deleterious Substances -' This section is revised to read: The amount of deleterious substances in the washed aggregates 3/8 inch or larger shall not exceed the values specified in Section 9-03.1 (4)A and for aggregates smaller than 3/8 inch they shall not exceed the values specified in Section 9- 03.1 (2)A. , a 9-03.1 (5)B Grading The first paragraph is deleted. J 2016 Asphalt Overlays/Araucto AMD - 11 July 6, 2016 _J Project Numbers: 15-3001, 15-3003, 09-3006 r L. 9-03.8(7) HMA Tolerances and Adjustments r- In the table in item 1, the last column titled "Commercial Evaluation" is revised to read "Visual Evaluation". r- 9-03.21 (1)B Concrete Rubble This section, including title, is revised to read: 9-03.21 (1)B Recycled Concrete Aggregate Recycled concrete aggregates are coarse aggregates manufactured from hardened concrete mixtures. Recycled concrete aggregate may be used as coarse aggregate r or blended with coarse aggregate for Commercial Concrete. Recycled concrete aggregate shall meet all of the requirements for coarse aggregate contained in Section 9-03.1 (4) or 9-03.1 (5). In addition to the requirements of Section 9- 03.1 (4) or 9-03.1 (5), recycled concrete shall: L. 1 . Contain an aggregated weight of less than 1 percent of adherent fines, r vegetable matter, plastics, plaster, paper, gypsum board, metals, fabrics, wood, tile, glass, asphalt (bituminous) materials, brick, porcelain or other L deleterious substance(s) not otherwise noted; 2. Be free of harmful components such as chlorides and reactive materials r unless mitigation measures are taken to prevent recurrence in the new concrete; 3. Have an absorption of less than 10 percent when tested in accordance r with AASHTO T 85. L. Recycled concrete aggregate shall be in a saturated condition prior to mixing. r L Recycled concrete aggregate shall not be placed below the ordinary high water mark of any water of the State. r_ 9-03.21 (1)D Recycled Steel Furnace Slag r This section title is revised to read: L Steel Furnace Slag r.. 9-03.21 (1)E Table on Maximum Allowable Percent (By Weight) of `` Recycled Material r The following new row is inserted after the second row: Coarse Aggregate for Commercial 9- 0 100 0 1 0 Concrete 03.1 (4). L. 9-04.AP9 Section 9-04, Joint and Crack Sealing Materials L January 4, 2016 9-04.2(1) Hot Poured Joint Sealants ` This section's content is deleted and replaced with the following new subsections: r L r^ 2016 Asphalt Overlays/Araucto AMD - 12 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 L. J 9-04.2(1)A Hot Poured Sealant Hot poured sealant shall be sampled in accordance with ASTM D5167 and tested in accordance with ASTM D5329. Hot poured sealant shall have a minimum Cleveland Open Cup Flash Point of 205°C in accordance with AASHTO T 48. -J 9-04.2(1)A1 Hot Poured Sealant for Cement Concrete Pavement Hot poured sealant for cement concrete pavement shall meet the requirements of ASTM D6690 Type IV, except for the following: 1 . The Cone Penetration at 250C shall be 130 maximum. 2. The extension for the Bond, non-immersed, shall be 100 percent. 9-04.2(1)A2 Hot Poured Sealant for Bituminous Pavement Hot poured sealant for bituminous pavement shall meet the requirements of ASTM D6690 Type 11. _i 9-04.2(1)B Sand Slurry for Bituminous Pavement Sand slurry is mixture consisting of the following components measured by total weight: _J 1 . Twenty percent CSS-1 emulsified asphalt, 2. Two percent portland cement, and 3. Seventy-eight percent fine aggregate meeting the requirements of 9- 03.1 (2)B Class 2. Fine aggregate may be damp (no free water). 9-07.AP9 Section 9-07, Reinforcing Steel January 4, 2016 9-07.1 (1)A Acceptance of Materials The first sentence of the first paragraph is revised to read: J Reinforcing steel rebar manufacturers shall comply with the National Transportation Product Evaluation Program (NTPEP) Work Plan for Reinforcing Steel (rebar) Manufacturers. The first sentence of the second paragraph is revised to read: Steel reinforcing bar manufacturers use either English or a Metric size designation while stamping rebar. a 2016 Asphalt Over lays/Araucto AMD - 13 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 r APWA / WSDOT GENERAL SPECIAL PROVISIONS 71 INTRODUCTION TO THE SPECIAL PROVISIONS (August 14, 2013 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2016 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American r- Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which r- are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or r addition to any subsection or portion of the Standard Specifications is meant to L pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. L The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1 , 2013 WSDOT GSP) Also incorporated into the Contract Documents by reference are: F • Manual on Uniform Traffic Control Devices for Streets and Highways, currently L. adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, r" current edition L Contractor shall obtain copies of these publications, at Contractor's own expense. r L DIVISION 5 — SURFACE TREATMENTS AND PAVEMENTS 7 5-04 HOT MIX ASPHALT L 5-04.3(3)A Material Transfer Device / Vehicle F (January 16, 2014 APWA GSP) L The first paragraph of this section is revised to read: F L 80'h Ave. S. Concrete St./Araucto GSP -1 July 6, 2016 r Project Number: 15-3001 L. Additionally, a material transfer device or vehicle (MTD/V) is not required at the following locations: 1 . All streets and driveways within the project limit 5-04.3(7)A2 Statistical or Nonstatistical Evaluation A Delete this section and replace it with the following: 5-04.3(7)A2 Nonstatistical Evaluation (January 16, 2014 APWA GSP) Mix designs for HMA accepted by Nonstatistical evaluation shall; • Be submitted to the Project Engineer on WSDOT Form 350-042 • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2) and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with WSDOT Test Method T 718 or based on historic anti-strip and aggregate source compatibility from WSDOT lab testing. Anti-strip evaluation of HMA mix designs utilized that include RAP will be completed without the inclusion of the RAP. At or prior to the preconstruction meeting, the contractor shall provide one of the J following mix design verification certifications for Contracting Agency review; The proposed mix design indicated on a WSDOT mix design/anti-strip report that is within one year of the approval date • The proposed HMA mix design submittal (Form 350-042) with the seal and certification (stamp & signature) of a valid licensed Washington State Professional Engineer. • The proposed mix design by a qualified City or County laboratory mix design report that is within one year of the approval date. J The mix design will be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO Material Reference Laboratory (AMRL) program. At the discretion of the Engineer, agencies may accept mix designs verified beyond the one year verification period with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. _l 5-04.3(8)A1 General J (January 16, 2014 APWA GSP) Delete this section and replace it with the following: a Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. 801"Ave. S. Concrete St./Araucto GSP -2 July 6, 2016 Project Number: 15-3001 r� L. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. r The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Project Engineer and must be made in accordance with Section 9-03.8(7). �- Commercial evaluation may be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, �- paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project r Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. 5-O4.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) Section 5-04.3(8)A4 is supplemented with the following: F L For HMA in a structural application, sampling and testing for total project quantities less than 400 tons is at the discretion of the engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 L tons, a minimum of one acceptance test shall be performed: r i. If test results are found to be within specification requirements, L additional testing will be at the engineers discretion. ii. If test results are found not to be within specification requirements, additional testing as needed to determine a CPF shall be performed. L 5-O4.3(8)A5 Test Results F (January 76, 2014 APWA GSP) L The first paragraph of this section is deleted. 5-O4.3(8)A6 Test Methods (January 16, 2014 APWA GSP) r L Delete this section and replace it with the following: Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be use WSDOT Standard Operating Procedure SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by WAQTC FOP for L AASHTO T 27/T 11 . 5-O4.5(1)B Price Adjustments for Quality of HMA Compaction (January 16, 2014 APWA GSP) Delete this section and replace it with the following: 801"Ave. S. Concrete St./Araucto GSP -3 July 6, 2016 !` Project Number: 15-3001 L The maximum CPF of a compaction lot is 1 .00. J For each compaction lot of HMA when the CPF is less than 1 ,00, a Nonconforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of the NCCF, the quantity of HMA in the lot in tons and the unit contract price per ton of the mix. J a J .a J 7 J J J J J J J 80`"Ave. S. Concrete St./Araucto GSP -4 July 6, 2016 a Project Number: 15-3001 J KENT SPEC 1 AL PROV I S 1 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 Q I V I S I ON 1 - GENERAL REQU I REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement -� 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 -a The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; J 2. Who provides labor and materials; and 801h Ave. S. Concrete St./Araucto 1 - 1 July 6, 2016 Project Number: 15-3001 r- 3. How Contractors will be paid. r., The Contract includes the Contract (agreement) Form, Bidder's t- completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, 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 L, Highways, current edition, and; 3. American Water Works Association Standards, current edition; r 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BY ADDING 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 Section 1-04.1 (Intent of the Contract). No additional payment will be made. r L 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: �. 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City r reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to 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 801n Ave. S. Concrete 5t./Araucto 1 - 2 July 6, 2016 Project Number: 15-3001 L Y J contract to the next lowest bidder that the City, in its sole judgment, 7 determines is also responsible and able to perform the contract work J (the "lowest responsive and responsible bidder"), SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: J 1-02.2 Plans and Specifications A 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: 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 J inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. a 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 80"'Ave. S. Concrete St./Araucto 1 - 3 July 6, 2016 _, Project Number: 15-3001 r-r shall be signed by the Bidder and the Surety. A proposal bond shall not r"- be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. r'- SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: �- 1-02.9 Delivery of Proposal `- All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: r 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 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. r 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. L 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 r L_ a. The bidder is not prequalified when so required. r 801"Ave. S. Concrete St./Araucto 1 - 4 July 6, 2016 Project Number: 15-3001 L _a 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 A SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: J 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 1160 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: a 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 J 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 801h Ave. S. Concrete St./Araucto 1 - 5 July 6, 2016 -� Project Number: 15-3001 r^ L other part of the contract require work that has no bid item price in the r proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item - prices in the contract. 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 r 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 1 . Approved Change Orders r 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans r 5. Amendments to WSDOT Standard Specifications L 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans 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 r- REPLACING IT WITH THE FOLLOWING: I- 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item r increase or decrease by more than 25 percent from the original planned L quantity. r- SECTION 1-04.4 1S REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT L TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the �.. Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the L unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. r L F 801h Ave. S. Concrete St./Araucto 1 - 6 July 6, 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: J 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. 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, 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. 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 J 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 801'Ave. S. Concrete St./Araucto 1 - 7 July 6, 2016 Project Number: 15-3001 r- 1-05 CONTROL. OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. L' SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the r requirements of KSP Section 1-05.5 will prevail. L. SECTION 1-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; r 1-05.4 Conformity With and Deviations From Plans and Stakes r" Contractor Surveying - Roadway Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the City and control points are included in the plans. I The Contractor shall provide a licensed surveyor who will be responsible for reestablishing survey monuments, setting, maintaining, and �- resetting all alignment stakes, slope stakes, and grades necessary for the construction of the roadbed, manhole adjustments, valve adjustments, curb and gutter replacements, surfacing, paving, L channelization and pavement marking, and barriers, and signing. Except for the survey control data to be furnished by the City, r calculations, surveying, and measuring required for setting and L. maintaining the necessary lines and grades shall be the responsibility of the Contractor's licensed surveyor. F L. The Contractor's licensed surveyor shall prepare and file to the Public Land Survey Office of the Washington State Department of Natural Resources a permit application to remove destroy a survey monument for monuments identified in the plans to be removed. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractors expense. Detailed survey records shall be maintained, including a description of r the work performed on each shift, the methods utilized, and the control L points used. The record shall be adequate to allow the survey to be reproduced. A copy of the record shall be provided to the Engineer r upon project completion. The meaning of words and terms used in this provision shall be as listed F in "Definitions of Surveying and Associated Terms" current edition, L published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. r- L The survey work shall include but not be limited to the following: 801"Ave. S. Concrete St./Araucto 1 - 8 July 6, 2016 Project Number: 15-3001 L 1 . Referencing and reestablishing survey markers such as GLO monuments, including filing an Application for Permit to Remove or Destroy a Survey Monument for each monuments planned to be removed, center punching new monuments installed. 2. Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding A stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 3. Establish, the centerlines of all alignments, by placing hubs, stakes, or marks on centerline or on offsets to centerline at all curve points (PCs, PTs, and Pis) and at points on the alignments spaced no further than 50 feet. 4. Establish clearing limits, placing stakes at all angle points and at intermediate points not more than 50 feet apart. The clearing and grubbing limits shall be 5 feet beyond the toe of a fill and 10 feet beyond the top of a cut unless otherwise shown in the Plans. 5. Establish grading limits, placing slope stakes at centerline increments not more than 50 feet apart. Establish offset reference to all slope stakes. If Global Positioning Satellite (GPS) Machine Controls are used to provide grade control, then slope stakes may be omitted at the discretion of the Contractor 6. Establish roadbed and surfacing elevations by placing stakes at the top of subgrade and at the top of each course of surfacing. Subgrade and surfacing stakes shall be set at horizontal intervals not greater than 50 feet in tangent sections, 25 feet in curve sections with a radius less than 300 feet, and at 10-foot intervals in intersection radii with a radius less than 10 feet. Transversely, stakes shall be placed at all locations where the roadway slope changes and at additional points such that the transverse spacing of stakes is not more than 12 feet. If GPS Machine Controls are used to provide grade control, then roadbed and surfacing stakes may be omitted at the discretion of the Contractor. _, 7. Establish intermediate elevation benchmarks as needed to check work throughout the project. A 8. Provide references for paving pins at 25-foot intervals or provide simultaneous surveying to establish location and elevation of paving pins as they are being placed. 9. For all other types of construction included in this provision, (including but not limited to channelization and pavement marking, and signing) provide staking and layout as necessary to adequately locate, construct, and check the specific construction activity. 80'h Ave. S. Concrete St./Araucto 1 - 9 July 6, 2016 _ Project Number: 15-3001 r r- 10. Contractor shall determine if changes are needed to the profiles or roadway sections shown in the Contract Plans in order to achieve proper smoothness and drainage where matching into existing features, such as a smooth transition from new pavement to r- existing pavement. The Contractor shall submit these changes to the Project Engineer for review and approval 10 days prior to the beginning of work. L The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. r- L The Contractor's licensed surveyor shall perform all of the necessary calculations for the contracted survey work and shall provide copies of r- these calculations to the Contracting Agency. Electronic files of all L survey data shall be provided and in a format acceptable to the Contracting Agency. r All survey work performed by the Contractor's licensed surveyor shall conform to all applicable sections of the Revised Code of Washington and the Washington Administrative Code. L To facilitate the establishment of these lines and elevations, the r Contracting Agency will provide the Contractor with primary survey L control information consisting of descriptions of at minimum two primary control points used for the horizontal and vertical control. Primary control points will be on the coordinate system and elevation L datum utilized by the project. r The Contractor shall ensure a surveying accuracy within the following L tolerances: Vertical Horizontal Slope stakes ±0.10 feet ±0.10 feet Subgrade grade stakes set 0.04 feet below grade ±0.01 feet ±0.5 feet (parallel to alignment) ±0.1 feet (normal to alignment) L Stationing on roadway N/A ±0.1 feet r Alignment on roadway N/A ±0.04 feet L Surfacing grade stakes ±0.01 feet ±0.5 feet (parallel to alignment) r ±0.1 feet (normal to alignment) F- L L 801"Ave. S. Concrete St./Araucto 1 - 10 July 6, 2016 r- Project Number: 15-3001 L Roadway paving pins for surfacing or paving ±0.01 feet ±0.2 feet (parallel to alignment) ±0.1 feet (normal to alignment) When staking roadway alignment and stationing, the Contractor shall perform independent checks from different secondary control to ensure that the points staked are within the specified survey accuracy tolerances. Payment Payment will be made in accordance with Section 1-04.1 for the following bid item when included in the proposal: "Licensed Surveying", lump sum. - The lump sum contract price for "Licensed Surveying" shall be full pay for all labor, equipment, materials, and supervision utilized to perform the Work specified, including referencing and reestablishing survey monuments including center punching new monuments installed for the project, any resurveying, checking, correction of errors, replacement of missing or damaged stakes, and coordination efforts. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly 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 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 may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. 801"Ave. S. Concrete St./Araucto 1 - 11 July 6, 2016 Project Number: 15-3001 r No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of r, the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work r— as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW r. SUBSECTION: 1-05.9 Equipment r 1-05.9(1) Operational Testing 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 installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other r, 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 Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. L During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that . are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period f 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 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 r otherwise in the contract. L Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the L_ terms of the Contract. r L r 80`'Ave. S. Concrete St./Araucto 1 - 12 July 6, 2016 Project Number: 15-3001 L. J SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. 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. J SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: -J 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2016 WSDOT STANDARD SPECIFICATIONS): 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. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. J SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: A 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A J J 801"Ave. S. Concrete St./Araucto 1 - 13 July 6, 2016 Project Number: 15-3001 r SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW r- SECTIONS: LJ 1-05.16 Water and Power ri The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless ' otherwise provided for in other bid items. 1-05.17 Oral Agreements r, No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect r" or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an Lv. authorized agent of the City. 1-05.18 Coordination with Local Businesses The Contractor shall contact and coordinate its Work with local r' businesses affected by the project to minimize impacts to accesses. Work that impacts and/or restricts vehicle ingress or egress through existing driveway accesses to businesses within the project limits shall �- be scheduled and sequenced by the Contractor such that the Work does not eliminate access through driveways to businesses during their r` business hours/hours of operations. Unless otherwise noted on the L plans, the following special access conditions shall apply: • Work at or in the vicinity of the loading dock at Davis Wire on L 801h Ave S (vic STA 17+00 LT) shall be sequenced in a manner that maintains the driveway access open at all times. Full r access closure at this location will not be allowed. Davis Wire is L_ known to operate its plant 24-hours a day, 7 days a week. • Work at or in the vicinity of the silos at Continental Mills on 80th L Ave S (vic STA 24+00 LT) shall be sequenced in a manner that maintains the driveway access open at all times. Full access closure at this location will not be allowed. Continental Mills is L known to operate its plant 24-hours a day, 7 days a week. • If a business has only one driveway access, the work shall be L_ scheduled and sequenced in a manner that maintains the access open at all times. F L. • If an individual business has more than one existing driveway access, only one access may be completely closed at a time, r- after the Contractor has scheduled and coordinated the closure L 801"Ave. S. Concrete St./Araucto 1 - 14 July 6, 2016 F- Project Number: 15-3001 L ry with the business. The duration of the closure shall not extend longer than three consecutive calendar days. J The Contractor shall include access restrictions to individual driveways on their weekly schedule. If the Engineer determines the permitted j closure time frame adversely affects traffic and local business operations, the Engineer will adjust the time frame accordingly. a 1-06 CONTROL OF MATER I AL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: a 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: J 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. J 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 _a sequential alpha letter added (1 A, 113, 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. 1-06.7(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. 801"Ave. S. Concrete St./Araucto 1 - 15 July 6, 2016 Project Number: 15-3001 r, The Contractor shall allow a minimum of 21 days for the Engineer's r 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. '- 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: r, 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. L 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the r 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 L directed. One approved sample will be returned to the Contractor. r Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. ►- 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. L 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting F points, utility connection points and service access points, are L suitable for the space provided and are compatible with other interrelated items. r 4. The Contractor shall label each Product Data submittal, Shop L. 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 L Product Data submittals to show the specific items being submitted and all options included or choices offered. F- L The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate 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. F- L. 80`"Ave. S. Concrete St./Araucto 1 - 16 July 6, 2016 Project Number: 15-3001 2. Describe the proposed alternate material, item or construction, ' explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. _a The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. _J The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does -� not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" — Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(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 1-07.2 State Taxes 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 9-07.2(7) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. _J 801"Ave. S. Concrete St./Araucto 1 - 17 July 6, 2016 Project Number: 15-3001 r 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING.- Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING r^ PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses r The City has obtained the following permits: None r SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 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. r The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. L 1-07.9 Wages r SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING L. PARAGRAPH AFTER THE SIXTH PARAGRAPH: r 1-07.9(1) General L To the extent allowed by law, 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. L, 1-07.13 Contractor's Responsibility for Work r- SECTION 1-07.13(4) 1S REVISED BY DELETING THE SECOND SENTENCE OF L, THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO L THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage L To the extent a conflict exists between the terms of this Section 1- r 07.14 and Section 5 of the Contract, the terms of the Contract will Lr control. Any reference to the State, Governor, Commission, Secretary, r 801'Ave. S. Concrete St./Araucto 1 - 18 July 6, 2016 Project Number: 15-3001 L J or all officers and employees of the State also will include the City, its officers and employees. J SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: J y 1-07.15 Temporary Water Pollution Prevention 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07. 17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. J 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 801"Ave. S. Concrete St./Araucto 1 - 19 July 6, 2016 Project Number: 15-3001 r-- 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. r L. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage 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. L.. Centur L� Comcast Jason Tesdal Bill Walker r 206-345-3488 253-288-7538 L. 206-683-4242 (cell) 206-255-6975 (cell) r Puget Sound Energy Gas Puget Sound Energy Power L Chang Pak Brian Swart 253-395-6988 253-395-6839 425-449-6735(cell) 206-604-3687 (cell) Verizon King County Wastewater r Brad Landis Treatement Division L 425-201-0901 Mark Lampard 425-766-1740 (cell) 206-477-5414 r SECTION 1-07. IS IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: L 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- L 07.18 and Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, r or all officers and employees of the State also will include the City, its officers and employees. Refer to the insurance requirements in the project Contract, which L.. constitute the Contractor's insurance requirements for this project. r r- 80'h Ave. S. Concrete St./Araucto 1 - 20 July 6, 2016 Project Number: 15-3001 L. y 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 A construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. J 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 J way or easement is available or that the right of entry has been received. SECTION 1-07.26 1S DELETED AND REPLACED WITH THE FOLLOWING: ' 1-07.26 Personal Liability of Public Officers -J 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 1S 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 undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the J Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 801"Ave. S. Concrete St./Araucto 1 - 21 July 6, 2016 -A Project Number: 15-3001 r- 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. �^ The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: r 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. r" 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 r approval. L 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: r L 1-08.4 Notice to Proceed, Prosecution and Hours of Work r Notice to Proceed will be given after the contract has been executed L and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work L until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site r within ten working days of the Notice to Proceed Date. The Work L thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. r Voluntary shutdown or slowing of operations by the Contractor shall not L relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor F shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 L p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum r one-hour lunch break in each working day. The normal straight time L 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing r work. L If a Contractor desires to perform work on holidays, Saturdays, r Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the L Contractor shall apply in writing to the Engineer for permission to work 80`"Ave. S. Concrete St./Araucto 1 - 22 July 6, 2016 Project Number: 15-3001 L those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the -' Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight -� time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. J 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 J 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. _J The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME J RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and J expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing _J survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial J test failure on the part of the Contractor. 801h Ave. S. Concrete St./Araucto 1 - 23 July 6, 2016 Project Number: 15-3001 r- L 1-08.4(B) General r The City allocates its resources to a contract based on the total time L allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No L additional compensation will be allowed if the Contractor is not able to r meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. L r The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. L If the Engineer deems that the original or any necessary supplemental r 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. L The Engineer's acceptance of any schedule shall not transfer any of the r Contractor's responsibilities to the City. The Contractor alone shall L remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. L SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND r REPLACING WITH THE FOLLOWING: i; 1-08.5 Time for Completion r L Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH r PARAGRAPHS AND REPLACING WITH THE FOLLOWING: L 1-08.6 Suspension of Work r L 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 r administration of the Contract, or by failure to act within the time L 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 r cost or time for the performance of the Contract (excluding profit) L necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been r suspended, by any other cause, including the fault or negligence of the L Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. r L 80`h Ave. S. Concrete St_/Araucto 1 - 24 July 6, 2016 r Project Number: 15-3001 L If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets J 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 801"Ave. S. Concrete St./Araucto 1 - 25 July 6, 2016 Project Number: 15-3001 r vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1 . Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. L 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be r" 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. r The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. ' L- SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts r 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 r of any previous payment, because of subsequently discovered evidence L or subsequent inspections that, in the City's judgment, may be necessary to cover the following: i- L 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 L 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, r water, other utility tests. L SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: L 1-09.11 (3) Time Limitations and Jurisdiction r This contract shall be construed and interpreted in accordance with the L laws of the State of Washington. The venue of any claims or causes of 801^Ave. S. Concrete St./Araucto 1 - 26 July 6, 2016 r Project Number: 15-3001 L _J action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. _J 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 J the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. J SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and _ any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General _J The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and A traffic control devices are in place in accordance with Traffic Control Plans. J 801h Ave. S. Concrete St./Araucto 1 - 27 July 6. 2016 Project Number_ 15-3001 r~ Railroad Flagging Service: A railroad flagger and protective services and devices will be required and furnished whenever the Contractor's work activities are located over or under of and within twenty-five (25) feet measured horizontally from centerline of the nearest track. A railroad flagger is an employee of the Railroad, designated to communicate with the Contractor and ' advise when trains are expected so that the Contractor can pull back personnel and equipment to secure the area for the safe movement of trains. The Contractor must give the BNSF Roadmaster (telephone 253-405-6074) a minimum of thirty (30) working days advanced notice when flagging services will be required so that the Roadmaster can make appropriate arrangements (i.e. bulletin the flagger's position). If flagging services are scheduled in advance by the Contractor and it is subsequently determined by the Contractor that such services are no '- longer necessary, the Contractor must give the Roadmaster five (5) working days advance notice so that appropriate arrangements can be made to cancel the request pursuant to union requirements. Typically, the railroad flagger is hired per day (8 hours), not on an hourly basis. The Contractor shall consolidate all work that requires railroad flagging service. There is no bid item for railroad flagging service; the cost will be paid by the City directly to the Railroad, The Contractor shall keep an independent record of the flagging services provided to allow the Engineer confirmation of the cost. r L SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by r one of the following: L Evergreen Safety Council F 401 Pontius Avenue North L Seattle, WA 98109 1-800-521-0778 or206-382-4090 L The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 L 360-297-3035 r 1-10.3(3) Traffic Control Devices L SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: r L 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard r Specifications, and for transportation described in Section 1-10.3(2) of L 80`"Ave. S. Concrete St./Araucto 1 - 28 July 6, 2016 r Project Number: 15-3001 L. the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control -� devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, a 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.30) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item J "Temporary Traffic Control Devices" will be made as follows: 80'h Ave. S. Concrete St./Araucto 1 - 29 July 6, 2016 Project Number: 15-3001 r� 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the L item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. r L The unit contract price for "Portable Changeable Message Sigri (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the L PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the r project limits will be paid under the item "Traffic Control Labor." �- The unit contract price for "Sequential Arrow Sign ISASY per day shall r be full pay for all costs for providing, maintaining and removing the L SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item r listed in the WSDOT Standard Specifications and/or the Kent Special L Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for r the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. r L When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: r" L 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project r and the END OF CONSTRUCTION sign. Any warning signs for side L streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. L 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the L detour are within the limits of the Contract. r No payment will be made to the Contractor for traffic control items L required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary r road closures subject to the provisions of Section 1-07.23(3) of the L WSDOT Standard Specifications. r L r r` 801"Ave. S. Concrete St./Araucto 1 - 30 July 6, 2016 Project Number: 15-3001 L D I V I S I ON 2 - EARTHWORK J 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.1 Description a This work also includes tree trimming in specific locations as described in Section 2-01 .3 SECTION 2-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.3 Construction Requirements Root cutting or Tree Removal At locations specified in the plans, root cut back will be required prior to construction of curb and gutter in these locations. The Contractor shall use a licensed Arborist to assist in determining the amount of root cutback allowed. If determined by the licensed Arborist that tree roots J can't be cut back without extensive harm to the like of the tree, the tree shall be removed along with the tree stump and roots to the extent determined by the Engineer. Tree Trimming Tree trimming shall be done on the west side of 80th Ave S within the following stations to ensure adequate clearance and to ensure that tree branches does not interfere with truck traffic. Trim tree branches to provide minimum 16-foot vertical clearance from street grade within the street section including a 2 foot area behind the curb. 1 . 80th Ave S Station 16+50 to Station 19+50 2. 80th Ave S Station 22+00 to Station 25+00 3. 80th Ave S Station 27+70 to Station 30+00 Other locations may be necessary as determined by the Engineer. SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement There is not specific measurements for tree trimming. All work will be per lump sum as part of Clearing, Grubbing, and Roadside Cleanup. Tree Removal will be measured per each tree removed, including the stump and all necessary roots as determined by the Engineer. 80"'Ave. S. Concrete St./Araucto 2 - 1 July 6, 2016 Project Number: 15-3001 r SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment Tree Trimming will be included in the lump sum "Clearing and Grubbing" item. "Tree Removal", by force account as provided in Section 1-09.6 �. To provide a common Proposal for all bidders, the Contracting Agency has entered an amount in the Proposal to become a part of the Contractors total Bid. r- 2-02 REMOVAL OF STRUCTURES AND OBSTUCTIONS r Section 2-02.3 is Supplemented with the Following A vertical saw cut shall be required between any existing pavement, '— sidewalk, or curb that is to remain and the portion to be removed. All costs of shall be considered incidental to other bid items and no r payment will be allowed. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 2-02.5 Payment r Payment will be made in accordance with Section 1-04.1, for the L following bid items when they are included in the Proposal: r The unit contract price per lineal foot for "Remove Cement Conc, Curb L and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and r remove, haul, and dispose of the cement concrete curb and gutter as L shown on the plans and described in the specifications. 2-03 ROADWAY EXCAVATION AND EMBANKMENT L SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: L. 2-03.3(7)C Contractor-Provided Disposal Site r The City has not provided a waste site. The Contractor shall arrange for L disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. L- The Contractor is responsible for determining which permits are required for the selected disposal sites. L Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. L. r L 801h Ave. S. Concrete St./Araucto 2 - 2 July 6, 2016 r Project Number: 15-3001 L. _A SECTION 2-03.3(74)D 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION SECTION 2-06.3(9) ITEM 6 IS DELETED AND REPLACED WITH THE J FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut -� section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: _J 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement J The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also J available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. -J Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. 80"'Ave. S. Concrete St./Araucto 2 - 3 July 6, 2016 J Project Number: 15-3001 r The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. r- The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and r- wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. r r L r L L L. F L L. r L F, L. r L F L F L F L 801"Ave. S. Concrete St./Araucto 2 - 4 July 6, 2016 Project Number: 15-3001 L DIVISION 4 - RASIES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: _.J 4-04 BALLAST AND CRUSHED SURFACING _J 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade J The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements _A The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for "Crushed Surfacing Base Course, 1- 1/4 Inch Minus" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, A place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. 801h Ave. S. Concrete St./Araucto 4 - 1 July 6, 2016 Project Number: 15-3001 r DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS L. r NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. r Li Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the r, Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M 1 X ASPHALT SECTION 5-04.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 5-04.1 Description r Section 5-04 of the WSDOT Standard Specifications is modified per the tW APWA / WSDOT GSP as included, except as modified herein. r-, SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 5-04.2 Materials ESAL's L The number of ESAL's for the design and acceptance of the HMA shall r be 10 million. SECTION 5-04.3(7)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 5-04.3(7)A Mix Design L The City at its option may approve a current WSDOT approved mix design, Class 1/2" in place of performing a mix design, provided, L_ however, that such mix design shall include a minimum asphalt content r- of 5% by total mix weight and anti-stripping compound. Anti-stripping compound shall be added to the asphalt material in accordance with L Section 9-02.4. If the City is not satisfied with the mix submitted, a full r mix design will be performed. The City is not required to justify to the Contractor its decision to perform a mix design. The City reserves the right to adjust the asphalt cement content based on mix design or approval of alternate mix designs submitted by the Contractor. L. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing L_ Acceptance Sampling and Testing shall be as follows: r L. 1 . The Engineer is not precluded from taking asphalt cement and gradation if deemed necessary. r 2. The Contractor is responsible to meet the required compacting L asphalt cement content and gradation requirements. Averaging of 801h Ave. S. Concrete St./Araucto 5 - 1 July 6, 2016 Project Number: 15-3001 L test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's a expense. SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: .J 5-04.3(9) Spreading and Finishing J Asphalt concrete shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. J SECTION 5-04.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING: -� 5-04.3(10) Compaction Density shall be at least 92 percent of maximum theoretical density (rice density). Compaction tests shall be performed by an approved geotechnical or testing firm under the direction of a professional civil engineer registered in the State of Washington. SECTION 5-04.3(10)B 1S DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control _J For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test __J section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on 80''Ave. S. Concrete St./Araucto 5 - 2 July 6, 2016 J Project Number: 15-3001 the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method r 705). Preleveling mix shall be compacted to 92 percent of the maximum density. In addition to the randomly selected locations for tests of the control r lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. r SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r^ 5-04.3(12) Joints �- The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. r HMA utilized in the construction of the feathered connections shall be L modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking the joint on the roadway, to the satisfaction of the Engineer. The full depth end of each lane of planing shall be squared off to form a F uniform transverse joint. The Contractor shall construct and maintain a L temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. r SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW L- SECTIONS: r 5-04.3(21) Temporary Pavement Temporary pavement including trench patches shall be installed where r- specified by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment r Payment will be made in accordance with Section 1-04.1, for the L following bid items when they are included in the Proposal: r' The unit contract price per ton for "HMA Class 1/2", PG 64-22" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing and finishing the asphalt for driveways, F- permanent utility patches, sidewalk ramps, and other areas at the L locations shown on the plans, temporary asphalt wedges, transitions, 80'h Ave. S. Concrete St./Araucto 5 - 3 July 6, 2016 F- Project Number: 15-3001 L J and patches, as specified herein and as directed by the Engineer. The cost for anti-stripping additive and asphalt for tack coat shall be included in this bid item. J The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. SECTIONS 5-04.5(l), 5-04.5(1)A AND 5-04.5(9)B ARE DELETED IN THEIR ENTIRETY. J 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture ' 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 5-05 CEMENT CONCRETE PAVEMENT J SECTION 5-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.3 Construction Requirements Curing blankets or other method approved by the Engineer shall be used to accelerate curing time where necessary or directed by the Engineer throughout the project. The cement concrete pavement adjacent to Continental Mills and Davis Wire must develop a compressive strength of 2500 psi within 3-days. Materials, labor and equipment used for accelerated curing shall be incidental to the bid -' item "Cement Concrete Pavement - Including Dowels and Tie Bars" The Contractor shall submit an alternate design mix for a high-early- strength cement concrete pavement for approval by the Engineer. The alternate design mix shall have a minimum compressive strength of 4,000 psi and adhere to all criteria for material submittals herein. The Engineer approved alternate mix for a high-early-strength may be for the construction of cement concrete pavement, cement concrete driveways, cement curb and gutter, cement concrete approaches, and cement concrete sidewalk. All costs associated with any cement concrete mix design development, design submittal, and revisions to the submittal design shall be incidental to bid item "Cement Concrete Pavement - Including Dowels and Tie Bars". J THE SIXTH PARAGRAPH OF SECTION 5-05.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: J The submittal for concrete mix design shall provide the following data: the amount of materials (i.e. cement, sand, aggregates, water), the type and amount of each admixture, and the designated 28-day compressive strength specific to the mix design being submitted. The design compressive strength shall be a minimum of 4,000 psi. J 801h Ave. S. Concrete St./Araucto 5 - 4 July 6, 2016 Project Number: 15-3001 r SECTION 5-05.3(l) IS SUPPLEMENTED BY ADDING THE FOLLOWING: L r•, 5-05.3(1)A Joints Plan Submittal The Contractor shall prepare and submit a Placing and Jointing Plan as required required in Special Provision Section 5-05.3(8) Joints, for review and approval by the Engineer at least 7 working days before concrete placement, and indicating the following: r, a. Proposed layout of contraction, construction and isolation joints. Clearly delineate the different joint types used. b. Layout of surface finishes as indicated in the Plans. Give overall dimensions of each surface finish type. c. Concrete pour sequence. Indicated sequence of paving pour r installation. d. Methods for achieving surface smoothness when placing between existing curb and gutter. r` No concrete paving work shall be allowed to start until Placing and Jointing Plan is approved. r- 5-05.3(4)A Acceptance of Portland Cement Concrete Pavement SECTION 5-05.3(4)A IS REVISED BY DELETING THE FIRST, SECOND, THIRD, r AND FOURTH PARAGRAPHS L SECTION 5-05.3(4)A IS SUPPLEMENTED BYADDING THE FOLLOWING: r L Acceptance of concrete will be on a non-statistical acceptance only. SECTION 5-05.3(8) IS DELETED AND REPLACED BY ADDING THE FOLLOWING: r- 5-05.3(8) Joints L The Jointing Plan shall include jointing at intersections, driveways, around Structures including manholes, catch basins, water and gas L valves, and other surface features. The Jointing Plan shall identify all types of joints. Provide the Engineer with a copy of all American r Concrete Paving Association (ACPA) technical publications the L Contractor used as basis for developing the jointing layout plan, such as the American Concrete Paving Association publication for Intersection Joint Layout. L The Jointing Plan shall be developed in accordance with the following: r L a. Joint spacing shall not exceed 12 feet for transverse joints and 13 feet for longitudinal joints. F b. The larger dimension of a panel shall not be greater than 150% of L the smaller dimension. c. Longitudinal joints shall not be placed along the wheel path of the r- lanes. L 80"'Ave. S. Concrete St./Araucto 5 - 5 July 6, 2016 F_ Project Number: 15-3001 L d. The minimum angle between two intersecting joints shall be 60 degrees. e. Joints shall intersect pavement-free edges at a 90 degree angle to the pavement edge and shall extend straight for a minimum of 1 .5 feet from the pavement edge, where possible. f. Align joints of adjacent panels except where separated by isolation J joints or bond break. g. Ensure joint depth, widths, and dimensions are specified. ' The Contractor shall provide an isolation joint around all manholes, catch basins, water and gas valves located within the cement concrete pavement limits. Joint spacing and location shall be adjusted in order to -' pass through manholes, valves and catch basins. See WSDOT Standard Plans A 40.10-03 and A 40.15-00 for typical jointing information. No wastewater from the joint sawcut operations shall be released J directly to any stream, storm sewer system, or sanitary sewer system. SECTION 5-05.3(8)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.3(8)D Isolation Joints Premolded joint filler in accordance with Section 9-04.1 (2) shall be placed as detailed in the Plans through the full depth of the concrete pavement for existing manholes, catch basins, gas and water valves within the concrete pavement. In addition, isolation joints for water valves shall conform to the requirements of Section 7-12.3(2) and shall be at least 18 inches from the center of any valve boxes. SECTION 5-05.3(10) IS REVISED BY DELETING THE FIRST AND SECOND PARAGRAPHS AND REPACING WITH THE FOLLOWING: l 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars Tie bars shall be placed at all longitudinal contraction and construction J joints of all panels within 30 feet of HMA transition. In addition, tie bars shall be installed when concrete Shoulders are placed as a separate operation or when widening existing pavement. J Tie bars shall be placed at longitudinal construction joints between lanes of all panels within 30 feet of HMA transition in a manner that the J individual bars are located at the required elevation and spaced as shown in the Standard Plans and in a manner that the vertical edge of the concrete is not deformed or otherwise damaged during placement J of the bars. J 801"Ave. S. Concrete St./Araucto 5 - 6 July 6, 2016 Project Number: 15-3001 r SECTION 5-05.3(10) IS SUPPLEMENTED WITH THE FOLLOWING: L r 5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars L Tie bars shall also be placed in accordance with the WSDOT Standard r Plan A-40.15-00. L SECTION 5-05.3(11) IS SUPPLEMENTED WITH THE FOLLOWING: r 5-05.3(11) Finishing L_ r The surface finish shall be transverse tining. SECTION 5-05.4 IS IS REVISED BY DELETING THE THIRD AND FOURTH r PARAGRAPH: L SECTION 5-05.4 IS SUPPLEMENTED WITH THE FOLLOWING: r 5-05.4 Measurement L No measurement will be made for dowel bars and tie bars. r L SECTION 5-05.5 IS DELETED AND REPLACED BY ADDING THE FOLLOWING: r 5-05.5 Payment L The unit contract price per cubic yard for "Cement Concrete Pavement - r Including Dowels and Tie Bars" shall be complete compensation for all L materials, labor, tools, supplies and equipment necessary for furnishing, installing and finishing the concrete pavement, saw cutting contraction joints as required, as specified herein and as directed by the L Engineer. This bid item also includes furnishing and installing corrosion resistant dowel bars and any cost for drilling holes, placing dowel bars r with baskets; furnishing and installing parting compound and all other L costs associated with completing the installation of the corrosion resistant dowel bars. This bid item also includes furnishing and r installing tie-bars and any cost for drilling holes and all other costs L associated with completing the installation of the tie bars. This bid item also includes removing material used to for temporary driveway access, r transitions, and end of daily work transitions, accelerating curing and alternate mix design. r L r L r L r L f 80`"Ave. S. Concrete St./Araucto 5 - 7 July 6, 2016 Project Number: 15-3001 y DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS. SANITARY SEWERS, WATER MAINS AND CONDUITS 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade J All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Prior to removal of existing pavement, remove frame and risers to a depth 8 inches below subgrade. Install steel protective plate over the hole. The Contractor shall prevent debris or contaminant from falling into the manhole. The Contractor shall mark or reference all affected utilities. Prior to placing concrete surfacing, adjust frame and grate to final grade. Crushed surfacing and base material shall be removed to and disposed of to allow the removal of the steel protective plate. Final elevation and slope of the frame and cover shall conform to the final street surface. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. -ry If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. J SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment _J The unit contract price per each for "Adjust Existing Manhole Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. J 801"Ave. S. Concrete St./Araucto 7 - 1 July 6, 2016 Project Number: 15-3001 r 7-12 VALVES FOR WATER MAINS r SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: L r 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves...................................9-30.3(1) r- Valve Boxes ..................................9-30.3(4) Valve Marker Posts.........................9-30.3(5) Valve Stem Extensions ...................9-30.3(6) r•- SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: �- 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. For additional requirements and use, see r City of Kent development standard Section 3.19.B and C. Valve boxes shall be centered over the operating nut. r SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: r 7-12.3(2) Replace Existing Valve Box Top Section and Lid L See Section 9-30.3(4) of the Kent Special Provisions for material r specifications. The Contractor shall remove existing valve box top sections and lid, and F furnish and install new Valve Box Top Section and Lid on all existing L water valves within the paving limits, in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. L The Contractor shall mark or reference all affected utilities. Prior to r--- placing concrete surfacing, install valve box top section and lid and L adjust to final grade. Final elevation and slope of the lid shall conform to the final street surface. F- L For single valve covers, isolation joints shall be constructed around each valve cover, TXT square or round, centered at each valve cover. L Water valves that are clustered shall be isolated by one larger isolation unit. Isolation joints shall be at least 18 inches from the center of any F valve boxes being isolated. L All valves shall be accessible at all times. F L 80`"Ave. S. Concrete St./Araucto 7 - 2 July 6, 2016 r Project Number: 15-3001 L SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an J existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment J Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: _i The unit price bid per each for "Replace Existing Valve Box Top Section and Lid" constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade. The costs of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7M. _J J J , a .a J -J 801"Ave. S. Concrete St./Araucto 7 - 3 July 6, 2016 Project Number: 15-3001 r 131 V I S I ON 8 - MISCELLANEOUS CONSTRUCTION rr 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and r sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. r-, SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General r- Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best r management practices (BMPs) as per the plans and as directed by the City. �- As site conditions dictate, additional BMPs may be required. The r contractor shall anticipate the need for additional best management L practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and '= sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional r approved measures, all fines, cost of cleanup, costs for delays and L down time shall be borne by the Contractor. r All cost for this work shall be paid for under the unit contract bid prices. L The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. F- L The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, 7 and the Ecology Construction Stormwater General Permit (if applicable), L except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. l�. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may L recommend possible solutions to the Engineer in order to resolve any problems that are occurring. L The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including AL Contractor construction support facilities, Contractor personnel parking 80" Ave. S. Concrete St./Araucto 8 - 1 July 6, 2016 r Project Number: 15-3001 L y ' areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: J 8-01.3(1)A Submittals J Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: A 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan J 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: _J 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state J water quality standards. If the project is covered under the Construction Stormwater General J Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. _J Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management 80"'Ave. S. Concrete St./Araucto 8 - 2 July 6, 2016 A Project Number: 15-3001 r requirements shall be the responsibility of the Contractor to implement and maintain. r- All costs for this work shall be included in the various unit contract bid prices. r- SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-01.5 Payment The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. L The unit contract price per hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control r- (ESC) Lead) in per hour increments. L 8-02 ROADSIDE RESTORATION r- SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-02.1 Description This work shall include the installation of Root Barriers L SECTION 8-02.2 IS SUPPLEMNTED WITH THE FOLLOWING: r 8-02.2 Materials L Root Barrier shall be as noted in the plans r L SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-02.3 Construction Requirements L Root Barrier shall be installed as noted and detailed in the Plans r L SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r 8-02.4 Measurement Root Barrier will be measured by the lineal foot along the upper installed r edge. r L r L. 801"Ave. S. Concrete St./Araucto 8 - 3 July 6, 2016 F Project Number: 15-3001 L SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment J The unit contract price per linear foot for "Root Barrier" constitutes complete compensation for all labor, materials, tools and equipment necessary for installation in accordance with the plans and the Kent Special Provisions. 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways J The City will provide control staking in accordance with Section 1-05.5(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new -} section meeting specifications. The removal and replacement shall be at no cost to the City. -� SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment .J Add the following to Section 8-04.5 of the WSDOT Standard Specifications: "Cement Concrete Curb and Gutter" "Reinforced Cement Concrete Curb and Gutter" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-09 RAISED PAVEMENT MARKERS A SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement A markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. A 801h Ave. S. Concrete St./Araucto 8 - 4 July 6, 2016 Project Number: 15-3001 r The color of pavement markers shall conform to the color of the `- marking for which they supplement, substitute for, or server as a r positioning guide for. Unless otherwise noted, pavement markings shall be installed in strict r conformance to Kent Standard Plans 6-74M. 8-13 MONUMENT CASES r- SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: L r, 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Install New Monument, Case and Cover to Finished Grade" constitutes complete compensation for r furnishing all labor, materials, tools, supplies, and equipment necessary to install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work r includes but shall not be limited to: excavating, backfilling, compacting, �- surfacing and restoration. Reference Kent Standard Plan 6-72aM. 8-21 PERMANENT S I GN I NG L SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: r L 8-21.2 Materials r Sign posts shall be rolled carbon sheet steel, ASTM 1011 grade 50 and L be hot dipped galvanized per AASHTO M-120 with minimum yield strength of 60,000 psi. Sign post shall be 2" square with 7/16" diameter pre-punched holes on 1 " center full length of the post on all L sides. r` Post anchors shall be zinc hot dipped galvanized material meeting ASTM A500 grade B, 7 guage. 2 1/2" x 2 1/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post anchor shall have a 7/16" diameter hole on each side of the post L located 2" from the top. SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-21.3 Construction Requirements L All sign post shall be installed on concrete foundation and anchor per Kent Standard Plan 6-82aM. The concrete in the sign foundation shall r be Commercial Concrete in accordance with the requirements of Section L 6-02. r All signs shall be manufactured and installed in strict compliance with Kent Standard Plan 6-82aM. 80"'Ave. S. Concrete St./Araucto 8 - 5 July 6, 2016 r Project Number: 15-3001 L Each sign post shall only have one sign attached or as directed by the Engineer. Supplemental placard sign W13-1 P shall be installed on the same post as W1-10L and W1-1 OR. The vertical distance from the bottom of the sign to the edge of ' traveled way shall not be less than 7 feet, except that the vertical distance from the bottom of W1-8 sign to the edge of traveled way shall be not less than 48 inches and not greater than 60 inches. a SECTION B-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal -} Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. - ' Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 2401" Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. .J SECTION 8-21.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-21.5 Payment Removal of traffic signs shall be paid as part of the lump sum. The unit contract price per lump sum for "Permanent Signing" will constitute complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARK I NG SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description Traffic letters used in word messages shall be 6-feet high with the exception of the "R" in the railroad crossing symbol which shall be as shown on the standard plans. THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long as shown in Kent Standard Plan 6-75. 801"Ave. S. Concrete St./Araucto 8 - 6 July 6, 2016 Project Number: 15-3001 r� SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials L Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type B ~' plastic material shall be used for bicycle lane symbols. Plastic crosswalk lines, plastic traffic arrows, plastic stop lines, and plastic traffic letters shall be installed using Type A plastic material. Profiled '^ plastic lines, plastic flat long lines, plastic wide lane lines, and plastic bike lane lines, shall be installed using Type D plastic material. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied r, at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to L the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of r� bearing traffic within 5 minutes after application, 10 minutes when L pavement surface temperature is at or above 130 °F(54°C), and show no deformation or flaking at temperatures between —10 OF to 140 OF (-23 °C to 60 °C). The marking compound shall contain glass beads L and shall have top dressing of glass beads applied. r- Type B plastic material shall have glass beads homogeneously blended L throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No r additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. r Type D plastic material shall meet the requirements of Section 9-34. L Glass beads shall be as recommended by the material manufacturer. r- Raised Pavement Markers shall meet the requirements for Section 8- L 09.2. r- All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). L SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: L 8-22.3(1) Preliminary Spotting F The Contractor's licensed surveyor shall provide control points at the L_ intersection of 80t" Ave South and 194th ST, 192nd ST and 1901" ST at r the locations and intervals determined necessary to assist in L preliminary spotting of the lines before beginning the placement of pavement markings. For the remaining streets in the contract, the Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the L_ placement of pavement markings. r L. 80th Ave. S. Concrete St./Araucto 8 - 7 July 6, 2016 F Project Number: 15-3001 L -' The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of ' longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. J ry Approval by the Engineer is required before the placement of permanent pavement marking. J SECTION 8-22.3(2) 1S SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application J The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from A freshly installed pavement markings until such time as the marking has completely dried. Failure to ensure reasonable protection for the undried markings will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. A RPM Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. J SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to 80'h Ave. S. Concrete St./Araucto 8 - 8 July 6, 2016 J Project Number: 15-3001 r the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap r Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning L movements from through movements, to separate high Occupancy r Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. `- Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted `- pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching _ color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal L curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. L Edge Line / Solid Lane Line - A single solid white line 4 inches wide F used for road edge and lane delineation, bike lane delineation, adjacent L lanes traveling in the same direction or bus pull-outs. F Bike Lane Line - A solid white line 8 inches wide that is used to L delineate a bike lane adjacent general purpose lanes. F Dotted Bike Lane Line - A dotted white line 8 inches wide with the L. dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding L with transit stops. r Curbing Painting — Existing traffic curbing shall be painted with one L full coat of paint. The paint can be applied by brush or spray on all side of curbing visible to vehicular traffic. The Contractor shall install glass ' traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. ' L SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: r. 8-22.3(5) Installation Instructions L RPMs shall be installed per the requirements of Section 8-09.3(4). F L. 80`h Ave. S. Concrete St./Araucto 8 - 9 July 6, 2016 F Project Number: 15-3001 L SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Only hydroblasting equipment will be allowed for the removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated -� marking. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed A prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.30) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.4 Measurement Center line, center line with no pass line, double solid line, double lane line, edge line, solid line, skip line, dotted lane line, dotted extension line, lane line, reversible lane line, and two-way left-turn center line will be measured by the completed linear foot as " Paint Line". The measurement for " Paint Line" will be based on a marking system capable of simultaneous application of three 4-inch lines with two 4-inch spaces. No deduction will be made for the unmarked area when the marking includes a broken line such as center line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. No additional measurement will be made when more than one line can be installed on a single pass -J such as center line with no-pass line, double center line, double lane line, reversible lane line, or two-way left-turn center line "Solid Profiled Plastic Wide Lane Line" "Solid Plastic Wide Lane Line" 801'Ave. S. Concrete St./Araucto 8 - 10 July 6, 2016 Project Number: 15-3001 r-, "Solid Plastic Bike Lane Line" L The measurement for the above items will be based on the total length of each plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. r• "Double Solid Profiled Plastic Line" "Double Solid Plastic Line" "Skip Profiled Plastic Line" "TWLTL Profiled Plastic Line" "TWLTL Plastic Line" The measurement for the above items will be based on the total length of each 4 inch wide plastic line installed. No deduction will be made for r the unmarked area when the marking includes a broken line such as, L center line, dotted line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two-way left-turn center line. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for r curbing painted on both sides of the curbing. "White Drop Lane Solid Plastic Stripe" r- The measurement of the above item will be based on the total length of L each plastic line installed. r SECTION 8-22.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: L 8-22.5 Payment F L. "Plastic Stop Line - 24 Inch Wide," per linear foot "Double Solid Profiled Plastic Line," per linear foot "Skip Profiled Plastic Line," per linear foot L "TWLTL Profiled Plastic Stripe," per linear foot "Solid Profiled Plastic Wide Lane Line," per linear foot r "White Drop Lane Solid Plastic Stripe," per lineal foot L "Plastic Traffic Arrow," per each "Plastic Traffic Letter," per each "Plastic Railroad Crossing Symbol," per each 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: L. 8-23.1 Description r The work shall consist of furnishing, installing, maintaining, and L removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when existing permanent 80"'Ave. S. Concrete St./Araucto 8 - 11 July 6, 2016 r Project Number: 15-3001 L -J markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 5-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: J 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-23.5 Payment -' No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the contract. .J _J 7 l .J ,1 J 1 J 80"'Ave. S. Concrete St./Araucto 8 - 12 July 6, 2016 Project Number: 15-3001 r DIVISION 9 - MATERIALS 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All permanent signs shall be manufactured in strict compliance with Kent Standard Plan 6-82aM. r 9-30 WATER DISTRIBUTION MATERIALS L._ 9-30.3 Valves SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: r_ 9-30.3(4) Valve Boxes L Valve boxes shall be installed on all buried valves and conform to Kent r Standard Plan 3-7M. The box shall be of cast iron, 2-piece design with a L base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1 C or L approved equal. r- L. r L t` L r L tom_ r L r L. SO`"Ave. S. Concrete St./Araucto 9 - 13 July 6, 2016 r Project Number: 15-3001 L J KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. J WATER 3-7M Valve Box and Operating Nut Extender SEWER 4-3 Standard Manhole Frame and Locking Cover STREET 6-33M Cement Concrete Curbs 6-72aM Standard Monument, Monument Case, Cover and Riser ry 6-74M Typical Lane Markings 6-75M Plastic Crosswalk Markings 6-76M Plastic Arrows, Stop Bars & Only Legend 6-78M Railroad Grade Crossing Pavement Markings 6-82aM Sign Post Installation Type A 6-83M Street Name Sign Post Installation a J -.J J 1 _J J ,J J ..A 801"Ave. S. Concrete St./Araucto A - 1 July 6, 2016 J Project Number: 15-3001 Cl OLYMPIC FOUNDRY VB 940 WITH TWO(2) __a INCH "DEEP SKIRT"COVER.THE COVER SHALL BE MARKED"WATER"SEE NOTES 3,4 AND 5. SLOPE AWAY 2% MAX(TYP) 3' ° 4' 0 \ SEE NOTE 3 � M t 1 d• c .. o d d � d d ° d ° a _J r WATER MAIN WATER J d DIRECTION EXTENSION AS ° CARE SHALL BE TAKEN IN NEEDED BACKFILL OPERATIONS I (BELOW RIGHT) ENSURING CENTER WITH ° a OPERATING NUT AT ALL TIMES w ° y J 3'x3'x4"THICK CONCRETE (3,000 PSI)PAD AROUND VALVE BASE SECTION: RICH 24" I COVER IN UNPAVED AREAS VALVE BOX BOTTOM, OLYMPIC NO.VB1C OR PLAN PRE-APPROVED EQUAL AND SHALL BE COMPATIBLE WITH TOP SECTION 2"SQUARE 4 OPERATING NUT ROCK GUARD, 4 1/4" DIA. 1/8" MIN.THICK = w H iLu n VALVE BOX WITH z w w z OPERATING NUT EXTENDER -_J 3/4"SOLID STEEL ROD. NOTES: 1. EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE(3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE SIZED AS IFLI NEEDED,AND PAINTED WITH TWO(2) OPERATING NUT EXTENDER COATS OF METAL PAINT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT A 3. EARS, LUGS OR STAINLESS CAP V FRE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SCREWS(TRANSMISSION MAINS �r ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ONLY)ON COVER SHALL BE ALIGNED OF WAS�r�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. WITH DIRECTION OF WATER FLOW, �� �'? �� CITY OF KENT -J SEE ILLUSTRATION UPPER RIGHT. !' x ENGINEERING DEPARTMENT 4. FOR ADDITIONAL REQUIREMENTS AND U Z KENT VALVE BOX AND USE SEE CITY OF KENT DEVELOPMENT WAONINOTON OPERATING NUT EXTENDER ..� STANDARD SECTION 3.19.B AND C. �,� 38296 Cv� O� i�I STD' � DESIGNED COK SCALE NONE STANDARD PLAN 5. VALVE BOX SHALL BE CENTERED OVER �`ss'IpNAL E HE COK 2"SQUARE OPERATING NUT. CCKED 3--7M APPROVED r� 03AOMddV L I £—� 31"O 03XMHO NOLLVIIVISNIOlaOIad r f MWG �J�3 }b NO&S a33NI9N3 3Hl d0 lVAOaddtl N31 UM 1 NYId OMYONVIS MVja 03MOS30 "O1O"�"••"` a�� ldd Qz�b �d0, a3Aoaddtl S 3a ad 3H1tl ZISTOLO ebt £00 113AOO ON11001 QNd WMA 1N3x 31OHNyri a8vaNb1S W ,a aNtl 09cac£oo S,'oN IJnooad -, _ *-' NVOaOC 1SV3 ONV 13SSW-T T LN3Y4lMYd3G ONia33NION3 P� z '► y 'ON latld Aa0Nn03 JIdWAlO'6 ZHHx 3o AMIC) 0 �,, °� a� y 1S3CIb3a �? HSVM NVId•a1S lOOSM 33S Na31J.Vd NOdn 03NIV190 39,kVW AdOJ V 'INP dO XM 9H11V 31Id (xd�SOS aDlS-NON 31VNa311V NV 3ZIlIln NO idD SI NOImil9nd a03 03AOaddV aNV a33NI9N3 3H1 llVHS NiVM3aIS NI 091VJ01 Sa3A0J '8 A O3N9IS'IVNIM0 3Hl '31tlJIldnO 31NOal3313 NV in9 y IN3WnJoa`JNIa33NION3 IV991 V ION SI NVId SIHl :310N 'IH9Ila31VM 39 llVHS SNOI1VlltlISNI llV 'L i r UlllGV3JIAnS llVdWI alnoJ HJIHM S.L73330 0H10.INV a0'daVM'S3lOH NNI'dHS'SIOdS QVH'ALISO'dOd f! 'S31OHMO19 WOad 33ad'Na311Vd Ol 3na1'H100WS 39 019NLLSVJ '9 '31VJS ONV aNVS 3JVdanS WOW 33ad ONV 091SV-191OHS 39 019NI.LStlJ 'S '319ISSOd 3a3HM MONK:)d'dVHS 11V ONnod 'b 'S39O3 3H11V 1H9I1a31VM 39 llVHS Sa3A0J 31OHNVW '£ r 'Sa3A0J 31OHNVW a031Td 9NINJOa-NON V MM 03NIHJVW 3NW4 V MOD dO 1V35 'Z �. 'a3A0J a0d 10 0NV S9NIa a03 O-SS-081J 9£SV W1SV Io a0 NOW AVa915V3 39 llVHS 03Sn lVIa31VW 'i 1 j 9-9 NOII03S V-V NOIIJ3S :S31ON „9T S-Lz .AT/E-T r „9T/E-Z „Z/T-T r_ „b/T-SZ „SZ Z/T-9Z (SJId £)3lOH 9NIlaNVH„T 113M3S AaV1INVS a0d,,a3M3S. V 9 113M3S Wa01S a0d„NIVUO„Sa31131 03SIn„Z ' (.OZT 0 E)310HNJId„T I I M 3 S (03alnb3a£} o a „ZIT �- SM3aJS dVJ'3H'X3M„Z/T 0 W� � 'S'S 9T-JNn TT-„8/S a03 F ly n 00 Sa31131/0901 03SIVa o I „z g Sa31131 09SM.Z (31:MD 1109 „8/I-ZZ y NO°OZT @£) 91 - JNn TT-„B/S :dViIllIaO € r I 12" 611 91. 1011 S2 1/2" 5" 2 1/2` r;P ti u ~ � EPDXY �- ADHESIVE . ti o FOR FRESH ti LuCONCRETE uJ - ./ COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18.1 COMBINED CURB AND GUTTER 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL l011 2" 3� 5'-0"HAND TROWELED I I _ 1.5% TAPER SECTION 1%MIN.- 7 29/0 _ a 611 .••I >' _ 24 ROLLED CURB Ti 1D SIDEWALK 411 I12" _ MAINTAIN EDGE � 24" OF CONCRETE CURB----, ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL OpE,12" LIP BETWEEN GUTTER AND CURB *1/2"OR**1" *+gl 12" 6" 12" 6" ADA RAMP DRIVEWAY ' NOTES: i NOTE: 1. CONCRETE CLASS 3000, TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. NOT EXTEND BEYOND j THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3. IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE 8„ ADJACENT PAVEMENT SLOPE. 1 1 2 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. - ,VARIES 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL SIGNED BY THE FRE.Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT OF wAJ � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL ��' C',0 CITY OF KENT J 1-0 k' ENGINEERING DEPARTMENT KENT CEMENT CONCRETE J 1.6 38zs6 �� WASHINGTON CURBS 0.� ""ISTLi`R DESIGNED COK DRAWN SPS SCALE NONE STANDARD PLAN ssIONAL F' CHECKED i6 DATE 6 33 M APPROVED J r lf33NMJN3 03A0863V WoZL-9 3�V�bns 9NIaV39 9loZ.k6vnNVr 31V0 03NO3H0 01 30 HAIM 11f13 ONV 3ON3d3dWf1O21I0 3Vr NMVU(l S MJUN3 3Hl ONnow lOtl1N0O NVId 02N0NV1S 3NON 3lVOS NO3 03NJIS30 N S r a3sia ONd �� Si w0� 103Jb3d 3AVH 01 SV OS O3NIHOVW 39 N Oln N IN 9YA% �, 96Z9£ y. 1lVHS 1V3S ONV d3AO 3H.L'8SE SSVIO 83AOO `3Sd0 1N3rinNOW J.N331 '8b-V NOLLVN9IS30 W1SV'S9NIISVD `1N3mwri OabONVIS NOSI-AM 39 T1VHS S9NLLSVO 3Hl 'b 1N3WlUYd3G ONR133NION3 Z ZN x 30 XXID �o '� w y '3AUVNd311V 3A02dddV-3dd L 1S3f1b321 NOdfl 03NIV190 39 AVW AdOO V'1N3X d0 AlIO 3Hl �� � 3y 2dO:)NNOWNOO'ON 1bVd'SNSOM 1V 911A NO 1d3N SI NOI1VOIl9fld NOJ 03AO'dddV ONV 2d33NI9N3 j�?rN�'T'M 3O S NOW NV0210C 1SV3-1SOd 1N3Wf1NOW '£ 3H1 A9 O3N9IS'IVNI9I'dO 9Hl'31VOIldf10 OINOIM313 NV `���,��� '3ALLVN21311V(33AONddV-321d 2 O 1f191N3wn:)oo 9NR133NI9N31V931 V ION SI NVId SIHl:310N b6S6E9- E gZL-9 dS)l 33S 2d3SI d 2d313WVI0„L 2103 'L Z6569E- uZ 1N3Wf1N0W:fO Ntlld 06569E- Z/T T'ON"Vd'SMSOM NOW r r 119 �i 03LlIO3dS SV 39 llVHS 1N3W3AVd '9 NVGdOC 1SV3-ld3SM 3SVO 1N3Wf1NOW 'Z '03N O3dS '3ALLVNd3llV O3A021ddV-3bd 2dO 3SIM213H10 SV SO 31321ONO„SSVIJ SOS69E'ON.LdVd'SASOM NO2dI NV02101 r lVIO2d3WW0O„V 39 IIVHS IMAM 'S 1SV3-d3AOO ONV 3SVO 1N3Wf1NOW 'T \ N01133S :S3lON r 1VM1 VW 9AIlVN rdlw \ 0 t — - II (— i- r 3 1N3Wf1NOW l �- z w o 0 cn 2dV1100 S ° 31310NOO rn rn L::L rn ' L-XVW„9/'NIW T \ 0 VIO 1.8 0 v AZT-.0T n „9 .. . v :E I 1VRd31VW \ - a r d0 OIOA ob � to � kVMOVMJ n A „�W ilO3(1313IO3dS,- v SV 313bON0O ONo r 1N3W3AVd SSV219 1lVHdSV 213AOO'VICI„t,/T 6 'NIW�Z W 1N3W3AVd 1N3W3AVd 1'1VHdSV VIO„91/6 OT 313210N00 _ 30VHD 03HSINId 3CIVaJ 03HSINId f 113SM 'tl10 „8 AO NWld 'VIO„9T/T 6 Z13AOO AO Ntlld r VIO„9T/ST L \ dSjj N i 3pb� r 'VIO II Z/T 6 'VIO .,TT 3ZIS) M I f 3 r „8/L Z „8/L T „8/E T ( V SNOISN3WIO 9NRi 213SIa I-8 r r w / Q a33N%G ua 03AOWdV £o0z—z0 3lVa 03N33HO rt rt 1r NVId awaNVi5 NON 31V3S SdS NMVHO 9 03NOISM o„,„,.M �`� sszeC a' w TZ-6 0NV Z'9Z-6'(8)1'ZO-6 SJN1>l2ldW 3NV'l 1d01d ki '60-8 SNOUVOIAIO3dS O11VONV1S Z Cl lOOSM bad 0311V1SNI 39 llVHS 1N3nlHVd30 ONW33NION3 + co (S,Wdd)Sd3>1aVW 1N3W3AVd 43SIV'd 'T r JUNiax aO AMID S310N ` 3NIl 2J3I21iJt/9 3Nn 3NYI d021I7 NOLIO3aI0 OIj3Vdi Wdd MZ 3d U 03OVdS A-nvnb3 S.Wdd AZ 3dAl-„8T 3Nn 31IHM„8 tCl t0i oB 3Nn (du),iz r' 6 a3RIbV9 M0113A„81 NOLLAIJI0 OLijVdi ` 3NIl 30IM 03110a 3NIl 9003 r 3Nn 31IHM„8 dV9„V 3NIl 31IHM„b Wd'd MZ NA1� 0 0 o ❑ r .9 F r- 3Nn b31N3O dDIS 3Nn 3NV1 L NOIlD]HI0 OIj3VZl1 3NII M0113,k� NOLLO3ilI0 3L33VM1 3Nn M0ll3A„b r Wd'd AZ 3d U 3Nn 31lHM Wd2!MZ 3dAl E==== El ❑ T o ❑ o r ,O£ .Ti 1T L NOLLDMIO 3I33Vdi NOMMIO 3133VIil 3NIl 34IM 3NIl*d31N30 M0113A 319f100 r NOLLO321IO 3I33bR11 NOLLO3W0 3I3dV21.1. 3Nn M0113A„b L dV9„b dV9„b IN, ❑ Wdd AAZ 3dkL r Wd'd MZ 3dA1 ❑ ❑ L 3NIl 31IHM„S OZ s� NOLLORM OI Ydi NOI 33NIO OIddV'di L SDNIl Ndni u31 kvm OMl r` NOUDRI4 OI33"l ❑ o 0 0 ❑ o ❑ 0 0 3NVl NV(U lJ31 AVM OMl ,S'Z r S S3IaVA dyg„b 0 0 ❑ 0 0 0 0 ❑ r L NOU33bI0 OI33VNl .OE .DT ,T r L J J J Q o ul 24"WHITE EQUALLY z CROSSWALK BAR SPACED Lu z �' z S Aw (TYP) a� 24" I I I � I a gLu I I of I I I L o f I I I 81 ; I WI � I I I 4(TYP) I I 1, \- Lj - I I I - 0 - pl \—J 12"-24"WHITE STOP LINE. TIRE TRACKS(TYP.) WIDTH AS SPECIFIED IN THE CONTRACT TYPICAL 4 LANE ROADWAY CONFIGURATION IS SHOWN *GENERAL NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER CROSSWALK BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE CROSSWALK BARS. _J 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN THE CONTRACT AND IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 4. GLASS BEADS(PER WSDOT STANDARD SPECS. SECTION 9-34)SHALL BE ADDED TO ALL PLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE J �V F RE), ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 0 WA$J�j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT 00 . txj ENGINEERING DEPARTMENT KENT PLASTIC CROSSWALK MARKINGS 38296 wwa H1noron � �L'GISTEg� �� J �r� � DESIGNED OWH SCALE NONE STANDARD PLAN �SSIONAL �'�Cy1 CECKED sa DATE - � APPROVED ENMEER 6-75M r w(� M+ISb 03A02lddV L—Q SIOL 0l LO KV0 03NO3H0 �r� rlvtjOls ea NMV80 S' NVId O6VONb'1S 3NON 31V3S HMO 03145IS30 96Z8£ aN3031 AINO V SNYS dOlS .......... `SMONNY 011SVId 1N3�I 1N3P11HVd30 ONRI33NION3 W 0 y f- s,uax 3o Xsio �� y d 1S3fla3b NOdn OINIV190 39 AVW Ad00 V'1N3)1 d0 ku:)3H1 �f Ik M 3� bV9 1V 3114 NO 1d3A SI NOI1V0Il8fld b03 O3AObddV ONV b IlVIA0 dO1S33NI9N3 �. 3H1 A9 O30IS`1VNI9Ib0 3H1'31V01Idna OINOb10313 NV r" 1f191N3Wf1000 9NIb33NI9N3 IV991 V 10N SI NVId SIHl:31ON L_ 'lVIb31VW 0I1SVld Till Ol O30OV 39 IIVHS(b£-6 NOIL03S 'S03dS ObV(3NV1S 100SM bad)S0V99 SSVl9 'Z 10Vb1N00 3H1 Ni b£-6 OTAI03dS SV„bZ-„ZT 319VNVA H19N31 L. NOIIV0III03dS ObVONV1S 100SM HAM 30NVOb000V NI ONV 10VdiNOJ 3H1 NI 03I AdS SV IVI1831VW:)USVId 31IHM 99 IIVHS S9NI)IbVW TV 'T r :S31ON 1d31 ISE 3dA1 A31 ISZ 3dA1 ST MAI r— „9-,0 „9-,0 „9-10 lS£3dA130 ISZ 3dA130 39VWI'dOMIW SI 39VWI bObbIW SI r (1H9I1d)IdS£3dA-L (1H9Rf)dSZ 3dAl r i p }„F� 'fit jN co 3 C7 <°+' f fIe Flp, °g f ✓ L. „9-,0 N ✓. 0 f- L r u6-,CJ L- f9 '}l F L_ c , 0 „L-£ r- f �- 00-OZ'08-W NVld ObVONV1S lOOSM bad 39 IIVHS 1f10Adl b3LL31 'T '31ON r 31VC] -----G3)433HO q 'IVNOI NVId a6l/CNV15 3NCN 31VO5 inoAvi d's I .0 4—H—M SONIAM IN3)43AVd ONISSM 30M) aVo?jll Vd IN3HlHVd3(3 ON1833NION3 xNax ao Allio '1S3nbg'd NOdn GDNIV 190 39 AVW AdO:)V'IND JO WD]HI IV 1113 NO idD Sl Noiiv3n9nd'd09 G;AMlddV(INV 2MNMNI 3H1 Ag(13NDIS 'IVNIDI'dO 3Hi'3iV:)Ildn(i 0IN0M913 NV Ing iN9WnDO(3 9NI'MNIM3 lV911 V ION SI NV`ld SIHi:]ION ']Vl*d3lVW D11SVId I]V 01 OBOOV 39 IIVHS(K-6 NOI I D3S 'S:)DdS 0'dV0NViS iOGSM 219d)SGV39 SSVID 'Z 't,E-6 NOliVZ)l3l03d1(I'MINViS iOGSM HilAA DDNVG'dO)DV NI(INV IDVUNOD ]Hi NI GlUIDIdS SV lVBd31VW DliSV-ld 3EHM 99 llVHS SE)NDNVW 11V 'T inoaq'dq H gi)joj iiviga ,,d,,Dis :S31ON NE)IS E)NINM 30NVAGV T-OTM(DC S9Nll 9S*d9ASNVdl KIHM..tlZ OZ SlIVIRU 10SWAS cs SaNll 9S�9ASNVdi DiVWlXMJddV I'dV oAAi(iNv'sdiiiii loqwks x smnimi NMOHS SNOISNDWIG iiiIHIl,kVd 109WAS ONISSM0 n DEHM rs� fi p" SLE os :Aam OOE st IIV130 szz op 3l vnbs..T si aidE) t;, OST SE Ca OOT 01C os SZ z Clj) HdW *G Nvi ;Nll dOiS 3EHM ,t?Z -n �7 co 0 m > U) Ln tin M G) CD 6 00 gffl2l]A]D 110 9KIII DNVI 2, IND 9909 ATTACH SIGNS 30"AND UNDER J WITH 2 DRIVE RIVETS,SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS, SEE NOTE 6 <i SEE NOTES 9 AND 10 I SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL _ 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE.ALL HOLES A o PRE-PUNCHED 0 0ol- o 3" CORNER BOLT, o SEE NOTE 6 0 - x FINISHED GRADE 0 5/16°X 1"SS 0 ��-��,��� ;�., I BOLTS WITH 0 SS WASHERS o 0 J \ y � SET FOUNDATION ON 0 UNDISTURBED NATIVE SOIL 0 OR COMPACTED MATERIAL _ 0 SET ANCHOR PLUMB AND 3° J i 0 TRUE,SEE NOTE 3 o < o � CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT -' o POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 0 ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING 6" THE ANCHOR MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.]AMNUTS TLO62 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER HOLE PRIOR TO EXCAVATION. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME _i SIGN DETAILS. 3. ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED; ONLY IF APPROVED BY THE CITY OF KENT.ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16"DIAMETER HOLES ONE EACH SIDE 2"FROM TOP.FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B,7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10. SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN.SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH,FOUR SIDES, NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT a FREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OF WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��, IrJrG1�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. o b, ax��y CITY OF KENT I — Z ENGINEERING DEPARTMENT SIGN POST INSTALLATION 38296NT TYPE A J NAL DRAWN COK DESIGNED PLAN NONE STANDARD PU CHECKED DATE A6.01.2015 Q a APPROVED U CANTILEVER MOUNTING DRIVE RIVET 6"LEGEND HEIGHT J O CORNER BOLT FOR SPEED LIMITS Ave-1111 UP TO 35MPH 0 DRIVE RIVET O a 0 r02. CORNER BOLT TES: DRIVE RIVET _ 8"LEGEND HEIGHT _1 SEE STANDARD PLAN 6-84M FOR FOR SPEED LIMITS STREET NAME SIGN DETAILS. DRIVE RIVET 40MPH AND GREATER PRIVATE STREET NAME SIGNS CORNER BOLT AND PRIVATE SIGN POSTS ARE SQUARE METAL 0 0 MAINTAINED BY THE PROPERTY POST,SEE OWNERS. STANDARD PLAN 0 0 _,, 6-82aM 3. "NO OUTLET"SIGNS SHALL HAVE 0 0 AN ARROW SHOWING WHICH Lu DIRECTION DOES NOT OUTLET. 0 0 u a J cr 4. CORNER BOLTS TO BE PART# 0 0 TL070M WITH PART#TL062]AM o NUTS. DRIVE RIVETS TO BE PART 0 0 o #TL3806. o, a 0 0 1, Lu H SIDEWALK O o 0 FINISHED 2'MIN. CLEARANCE GRADE O 0 FROM FACE OF CURB (10'MIN.CLEARANCE IF NO CURB) 0 0 TO EDGE OF SIGN A 0 0 0 0 0 /, O 0 ANCHOR AND FOUNDATION, J p 0 \�\ SEE STANDARD PLAN 6-82aM 0 0 CONCRETE BASE SHALL BE POURED IN PLACE \,\\ 0 0 AROUND ANCHOR WHILE PREVENTING i; CONCRETE FROM ENTERING THE ANCHOR YAA� j\\�5 O 0 `.N\ 0 0 0 0 ` � NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �FFRRy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE \\i O 0 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. iAAA VA��VA. iA/,AAA�VAA\ x CITY OF KENT J — Z ENGINEERING DEPARTMENT 'O WKENNT STREET NAME SIGN POST 38296 y INSTALLATION 02, �sv + �SSIO]vA DRAWN DESIGNED COK COK SCALE NONE STANDARD PLAN CHECKED DATE 06.01.2015 6-83 M ENGINEER APPROVED J WSDOT STANDARD PLANS J ROADWAY CONSTRUCTION A-40.00-00 Dowel Bar Baskets A-40.10-03 Cement Concrete Pavement Joints A-40.15-00 PCC Pavement Isolation Joints (2 sheets) WORK ZONE TRAFF I C CONTROL K-70.20-00 Temporary Channelization K-80.10-00 Class A Construction Signing Installation K-80.20-00 Type 3 Barricade (2 sheets) ROADWAY DELINEATION M-20.10-02 Longitudinal Marking Patterns M-20.20-02 Profiled and Embossed Plastic Lines M-80.10-01 Traffic Letter and Numeral Applications (2 sheets) J J J J .1 l i J J J J _r 2016 Asphalt Overlays/Araucto A - 2 July 6, 2016 Project Numbers: 15-3001, 15-3003, 09-3006 a o mmm DER b3a Y ° e a s 2 Im a '6 vx _ .� c �..I. vU o Q d 0 It o 8 ti m 3 p IL CDrn ,� 0 m w x o m ELD t cr t a aI > C Q m N OWm N Q O '23 gs g a m U ' H CL t- E O m N N L rmil N w rtl1 m c E m sya J p a Y b 9 C m Ow W w F H ¢ in O 3 O oc:) oa¢ O 2 N < In f0 II I a N w SS3NN01H1 U � pUm W 1N3W3AVd ZIL ru w 1N3W3AVd 3138ON00 d0 3003 ¢ f a rc _ a T—.._ kJO 1NIOP IVNIQO11ON01 m I y LE --- _ -r i— — �I ce aJy vlU a [w � 0 j0 w aQmm O O x ! D: m mU ' 10 0 aC¢w I m W N Q a0 m y NO m O Z r LSS3NH01Hl , '1N3W3AVd VL i a W OC. = D Y x ❑ WI I m m W i z m z j K S w Z O ww` ---{. bIa Z rn w - F ~ I O - m to .I a a i x wCc r N N < m tall 0 / taq m 0 a� a N r- � z O j w W N 2m a W�lJs m F LJil a¢ti W.A-NW wO aW m w Q 0 0 �i�tYa a Oz ¢ am a s w ! ! I JN Q n� V FO U ¢t C O ! a rail ~ �ti O O� b j b 1N3W3AVd 313HONOD d0 3003 '80 1NIOf 1VN onliON01 (d,W 1N3143AVd 313HONOO d0 3003 2t01N;Of 1maniION01 a J � Z J arm b� '° m� tiR �98 WZ F E ° 'z �� Nf W c� a zm 'So of X � cwi q� + ' O ay AC a = m Zf0o£. r z t Zf0 ��1r- QZ m �"Ciw h OL F W o�o W� dOTz z 0-2 z —0 p�� C � a c p � i K LY L A N Z 3 F ZO ° 0 2 F 104 o < V I V H N W r ly N W ° ; W N N 0 �W t— � z zrz F =zz z w — w — S C.) V O m I r e1L_� 7 to fA o'm Zia 1 ¢¢ 0 m ZI !O 1 0 q t- j� i ma� H 3 I 19 r- 3 �$ w z irw w z zt ' pd °,;•.°, F`$o Z 'fi� ;. FAO '�z O?- O. O a m0N O�z—"a p�=O n I° O off• F U p p '� QQ g��� . ¢ag��m a �. aa� N = z s ° a N Q e z z z OZ z Oz IL o O yj J ° U4 O C7p u�zcS z cai al. a Z a a z -•i � j LSL--.xyIL _ e D z 0 Z 0z, p zz z J zo. p ' � o a'1 0 0 0 z^ F U __ y yF cc O zz5 H' rzaa Lu V fOPa �SUJF �zOO Frwii ¢�"=¢�a m-art'=C• ,O1- to £9,3 o 0 F pw0z p 05r mzf~I�Yio O. 0 yp OyP Ot> O 2CC7V0 c coa �N OQ v Z 130'A m L V Mu z PuN J 0 G 9• O W V U) Z= v > ry . . . . . . . rr . . . i -. . . • . .. •. IiN z -> - o � p Z � m Qa o a > V1 J rr O .. .. .. .. .. .. U o 0. w w v Ir z a �. o v .O Z Z v Q. t�tl W =a 9a v v 0$ O 6 a O N w_ y2 O O Q O zSFz . .. .. . . .. . .. .. . . . . . . . . . . Ow LL^ Noiv Oa is 0'n z uypi, LL 0 N ' O OCU1 ' O 0 F S6 7Z N HIG M 3Htll Huam 3NM1�HIOM SNV'I�3M 1 N o umi m 5 tvaa r+n.,i u',woaoY,�iu.«,n Q O z w a n z awa+ .v , a,m N F 3 O F wN o8a ° a za 5 H � �z oW� m°q 'w FR ba°'4 Z Z F az Saz F.9iy a O� N�o OLL _ F Q a U tc , >0 UO 1 y •"+ O �b O Q if d o dIL g F � G , +oa V W Q 40 Q z Zow p W O OoLL z a Z 4 3 Z2, OWE L- zn...m......... -w�. oa a i N U a. O w U LL 5 ¢a 00, U3a a I U Z-J Utr. ULL F w n 390W NO moo � N � Sa= l7 .0•.4 1 O I F F z c F O a z 2 a z }w �o cii 'O Ica b ° vl .=m. o w a oa p =Wz a ° oo wFeroOct a zwi OA Oa W N b p a a Ox w - o a o o z j z O W m Z N O >Z Wm aQa 2 NEW A-.9 o n a� LLU "n a aLL aU 5aZ a Ua O OO a. as a= ?w 1 Uteri pO ~ pf� m4 zpw Oa Ham a WIA OF Wti U. F h 0 z ° ` saZ = z S531 110: z w y0 O�Q i O A•.> w - - wa O Cc OZ a LL W V .I 0 Y z O Qo z n p z ` O ` b f1 � c m z . ,a zd W ° ZU ° m a maO �o _ j LL a z f- ° m V H z W �a Z Z LL ay U W to J Y 7 ZW CC a Y Onw LL j0 w SZU O jag O�LL /�l jz Oo- m2 ' -- o -------- - N'7' -------- O w2 -,Q'.. W O Jl H Q W a z zFM p p � _ 6 F o W o z o low LL 1 F W W +oa t- z�� Z 5 Zoe w oOLL W ooLL mL w 2Wz W a zwz a�° ¢ erg oao Oa m_ a Sa 5Q LLm a w Fa� w�ii ULL r0 c`� 01 UU y mU U a �a LL .on....aro.aa,n.Dr p •a a33v'+emu Mt lnr}p� lsb]woa,Nf).w,� F a W?aoaayriarv-+ ira[w 6arY � F ?��R �a�� z Z � y o o ZI O a r ¢ 1 I wd��y� Z N 7 E i 4 0 p O w o I o a if d6 1s E°' V g 1 _ o m o o w Q N ¢ D 41p� 4po VIL 0 a a o< a 'moo to W y0F a 3 - ww —— — a ■s O� =w to xl Q�n 0 ------- --- D a zo zws o z o j o goo 0 V j I j W y rZ I W I -- ----- �; a ----- ---- N I o r OF zw 0 N W 0 no w Z j o � o�� F gw FALL ME 0 N 00 LbA w Z Z V Q D z O!_ Q 0 Q Z J 0,-o1m O Z `a o Or zol w O J 2 V1 VI i Q yip D V I, a i m z F I F p z 1 H r- ti f I o F I- z I w z z z z z z w W o j II ' j 0 O O o O o U o ¢ OLLOC ¢OOZ V O V J ui ui r�4 I j i 7NF � I t1 z<x N Owa ti H V 2 Z O J O O z Z oW x O w Z 2PN w I I a g z O m uWi m E vi w w y O o J J 03> j w w 0 li O I J W w V F 1' a xa 'rc¢ x� ¢1- w w S Z U ow w Om �OWfOU r0� as as ma za a 0 o w z0 z0 zo wzz Wzz �zz n 0� o� o� g c� a x Z Z uoz zN Z-0 H. wz wz wz w O } F O O ¢O Q Qf Jy JN {� F. q F XF mr wmti w�rii Zmyl O Oa O¢ Oz 2 w x¢ x¢ x¢ ~xz,Ixrc vx¢� z� xm xm x z Qo� 41 IQmo Sao Oaocxi �cxicxic� w O x 6 U O U O �0 V U U U U U Q Q~Q Q 4 m ¢a2 m �wp0 F w U. LLJ U � � E 'JtlnCyWneJXJp AANIAdJDY'IquYJYW Q C W iMluAanavvm Lot MIPMWwIYPY YJ IC0 C wA�O>.auw•wrwYmo.unarwJl.erw Z' �� W yC W O umoe�raow r.�waau�rnwJ� Qg � � c p �i� �� �rn q Arw000arweewon a+awutw aar N �a a a" 'S �i = _ [V gF c.. Ow m ��Qll 8ggy g }O n . " m� �y .� cx Q �w j a— ^I ~ Q �H a 2 m O V m �E $ f' �E, C N {V� d O oO�H� ~= Q H a m oS ige� 9� m m crS `$8� a� AW€ 0 8 g.5 r N sg ? Q ERL z z Z IS ILI ° o 0 J o 0 0 ° h o rw S F� �Z W uw LU a co e o M � o a o C 3 I-U (may a. iu ° J 3 z a W K I W� z a H z ui z z V o ¢r a a w a IL IL a a a C $ X x K O ° w e1 I US�I Q= FS f q F W� S � 3 U umi E LL Em oa N m E E S or Z i t7 Z FCb o o IL o mm'vm yc@ x off"'uj > > O�Hy eROF IL a LU a}. 2 O a z z 5 a m 0 rn 0 a s N c m E L c o = V H '1►' m1S? 0 r W si �`6 m m Hs7ih --- Q QJQ Q O cc Z O y _z v Z U — j Z c~i i ow v J F yW� D LLw � zU 00 ZZ2p 9�a y OI =p iA Z Y = wry J y I O C'1>aY WO mw m ~j O OK� 2 fYU _' uI FFFFF1 VLL V I y. 1 I Q _ r • Z W W W � QO Z U' � a y yl2 IL > a� O �z o � i+. Q ------ _: Lu g z IL m W LL Q z z (7 t7 C a � _ W z ZOO zl MCI -- ZK m g p m 1 a m O� 11 _-_.._ F W K'� I a LL r� T-_--_ y Vl o W W O 0>1 / (�v ��Ww LL� j L7 o¢Q oa 2 O' wi3 �, wry VO I W _ r Jraa!n" rmiS^.-ouzo f� z _ __ ;_ t,I Z M M SG7 U.nr _G1 z .mot p v � ^�✓ *,.✓ rn su+m a� -4 .....� - � �� A ..... 4 s r y GT ao -i � �O m r'y`, .'{cif R ,�,. ..,( 'P➢Q IYI D � �,� l .r`' tm av ti' w 0.7 vi _� 5 (Pyp) b"JY"6``.B G � _ rn..o x n rn rn rn o Fn O>Mo ti k ° fn i �a un i�:sl mayp r t .... �. -' (tvf) En W d ^ ?r \ n c rn z" zC) OGz- L� "ate � m •--..Iml PSV .0 l'J i71 CTV P W N z Q.. X _ � o ID 0 M Ga 4 ..� } -�r nr f7.... tia =ti_— �_ r' i ,Yr .tiD:J @ L'f r1i f3}' �5 ddS Sl flf �' jl� _ a. 0) W b^y �.C K w _ o fa n �o m ro cr. iwM�"' •"• ..� C M1J am (b D (W*i ca Q1 3 f0 (is Sv r' a �" y!. � L•a iti, �. Z ..,C f[r S!6 p .�'K3 Q � QY S1❑ N Cd. �s rn^ c* ar c. rr nu xr 'fi "p dil sy r^'//.^ -r nr �y a �m - T r " tW '� "�' �.,, '�,�r�v!� � P cm" '" ma p to ^' ¢ w+ra ❑�s k� k^. ,' am x rn � 0 g3g " en B ci N 2 �'9. 3 F, IU 10 cM Ch .vsn»aa.ar.w>+.xn..w N NIA` 0 �41 w 10 IL v�O Q cq a L Q o IL a a a C g H w i O p V m a w w _ 'NIW Z W — U K j O ui 1. ag Wto O V O 11� � O I ` W \ Q 0: /� H m i m W \ IL IL w m QVV a w 0 a ac ac a m � 5 \ U UI �� W r V w \ m u; 00 W v)m IL J- }} J0 13 q4 \\ W F N O 2 w V �a a o z m O WW U FF LL O 0z / V uj Cc u m0 m 0 o� / w rc w a � z Y m a w � � 1 04 oyo o oN 00 =� J� ZZ12 N a t w c a i vi alp Q� y w > N Y y�P�� PRp�tQy F d a C It 8 N Z 4, w W Z > Z J W z g z m z Z W w. I D I Q w 3 °0m9p ;a?o o �_ O O O W o., J + z y p,N OD 8 o r J a�S r Z 1 w I w g �� W W 4) Z W r I-- $ =-f6 omvDE o z z J z p z W Z w Z w w w m o 0 cc moo c W W W i W U L p, D D T N>.m`_Q N N J N Z N• N Q W NC .d.C3d rm N`p mig A w Z C w w w I Q cai �cc� a� om N_U ¢� N' m mNE NOm0 V N Q ov FJ IW- ❑1N6 W}bJ F-UO3 2 � fV t+7 � I .o 4 z .4 mw w z1 1 } wz 1 1 1jI OFl w � rFF_ r A 5 0 0 0 Lu a Z J LLI Z `^ � W J 0 Wm H Z w Z Z Z t.Z Z_ Ja j J J J W H W W Z M Z Z Z Q J LL J W o!I n -1 M' � Z W !- J W Fw- .4 w Z Q f0 `1 n F r w 3 w OO ww W w m W oo Z W p ow V adIr } w y W >' J l7 N Z iD J }-- Z Z O m Z w � o, b o _ W j- �, C o r� z r N N s a y N o lzu W 3 ? 3 i W�I Z A c Q J J w I `N WoJz3 �, �� �� z zL g � LL a � IL QQ a Z Z w G p�OQF' w N a K W q ri 3�-i3oaz� \ C yr LUU)Z W Z 3 Li 7,U,wwat Wi \ / a U as w N QJJ J.WJ H W wfOC = O O O Q O Q y O Z O W'T.Om � O \ 0. F N H I Cn 1 � IL a= 00 1 J J e er o N �, _ L T03 -, — nn 0. z Z , w— m 3 z_jU) m b b,ILU w Z z 1 W ZQ J I J W Z w C1 g EU m w IJ aL— C OUj U. I. � W�_3 s w U. _ o T--T o 5 .� N w b p a mvw c 0. - - f N w= a O a Q— p`- - l 0 1 0_ a — w00 ui Z - QJ p q C i.9 J—__t__.. -. O __ z Wm c� in - - - - - - w z ii J V o a S g '> g 0 7i; O p 0 toZZJ J T ? vj W C'y Z ry w q K O� H � � F Z O.2az zz b cwi i F � w � Q M pI O 5 z Q .III � o.W J mw } II 7i p a JLU m? r JOZ J I N ! Jwee aZ v J ry W w z t J I w 0 2 w g IL Z J W bl w dui z J glaeZ�O Nz O 0.. G Z Z_W Y / W.W2_ Z e 6 v o K N JJm O �\ Z J�U W 1_ mK a to L11 zaww �dwmw Wo ry U Z C r U Z K 0 W ry WE p J V LL b 0 'v O O _._._ _ N a. m v m v o it � N 2 w p ry IL z o w g o ii Ww ill ~ N W m L_ O ___ _ 0 O Z a a _f_ _ . . . . ._. w d �J p � �N �.�. "�. *�."...� . '�� � `k�."nw. '^"S:'h..^,�"',.. .�a; 'i m — . IS rt T 1 p — I EO r n HIGH SEE NOTE.., S.4"HIGH m D 1 u q WIGW , SEE NOTE: p G"I19GH LE::1"TEE25 LETTERS '. do lE'nTETd;S �LETT ERS. "`,. ,,. ... ...._.. .. -- _---------------------_"... 5} v ro i- m T, mm 72 0 HIGH ..........SEE NOTE 6' 47HIGH .. _ P,77 ryj 7 m1.1 h u n 0 .. __. _ .._ -._........ 5.,,. ..�. _. ..... .. _ NllF�pSY..�L...r f�� hJ (Y""Ff'ICxW 5EE hCCYTE'". � S"d3 W9GW m 5 q" IiVC W SEE NOTE ..... _ .__-.___.„_..,."„ .... _ _w _. ..._....� i q_ a `" 4.E.T"iLiili Nld9utIEE�AL�S P.E''i'P rt'ERS ... ....... ...... ..... ... ..."_.. ID C9 3 ° Em ❑ nn 8 0" WIGW SEE N(?IE ki' G h11Old +fin ARROW .... � E.GTTEEx5 � a p � r a. m ru GPI fYS M' V E . -4 Ell yG Mph a^i 'V sue. ✓J �Q co' � as v I 4 F LU CL C� �[ CL bs;)IN sr s -1,�0N z3_-s HD H.0`ra 1 �,y^ ,t , "`� f l a M rr r! d+ N p c� � �� �� chi A r C* " F N .....�..�-' gym:""` .,.......,....,. .Q w 5?131.(,3i l� 04'1�2•N4 N'u"id'7]1S t71 k13:i.3td ��: H0181 A ® 3iCN 37S lOC1m OV.3siv clalA f w .. ..................i...- -..__`w.......�, _.. ,,,, .. �---- F' 1 ..,M u x. 0. ow ._ S a31A3"1a3�dl f A 1N U 8 3LONd3S H9H 0.S — ......... '_.. ",.: � .�....-„ ...�. „ — O nz a- a ua w nw sa3�ta'r � sa3�zal H a1H 9 R 1 ,LLON 33S H'JIH U S S8.317-41LD au w.l2iC3 a 0� � m z=: - 8 _.. �,.. _ - ...... O ,w t � z �� -� —_ _ _ F5 CT—E., `-- W 5 w �3w t Sa3.1.1S1 f NM w ,z Sa3UT1 St231171 az —. .. m.. z in ... t�w HO df7 fl 31{7N 335 I-I`JIH U 8 W ...� s z z z_ ..... `> `' � I 4 " ., LU a z r r; �11 TRAFFIC CONTROL. PLANS 0 k: AII fir LJ 8&Ave. S. Concrete St./Araucto A - 3 July 6, 2016 Project Number: 15-3001 lN3Y4lUVd3C ONIU33MON3 11GIHX3 SIN Teo% INax 140 AlLio i33rOdd Lm, 3:)l A05'Alunoo6ui>@pj000-uoilonilsuoo IV �dOM JO AM 30 30NVAOV N1 ,VO SS3NISn8 3A�DNOO S 3AV 09 IISNV81 0813N 1831V lIVHS 8010V81N00 11 `MOM 30 AM JO 30NvAav N1 ava g ZttL-m (m) IV lousla IOOHOS IND 1831V IIVHS 6010VaN00 '01 MOM A AVIS JO 30NVAaV NI S),Va L S3SS3NISn8 aNV SIN30IS38 0310333V M31V TVHS 8013M1N00 *6 SM3AMO 80/0NV SN01103SEM 3aV60 IV avaomomv 01 a3ISnPQV 38 Ml ONIOVdS IIV 'S3N00 3U3Y8I GdVONVIS 38Y S30IA3a NOLLVZ113NNVHO 'L a3lJl33dS 'SAVU 2JVaCN31V0 3SVA83HIO SSTNn 0/8 W.9� SNOIS lIV '9 Ot 80.103dSNI 1.03Mdld 1N3A JO ),110 'HiVd W 3NVI AJUON aNV MOM dO i8VIS 01 Mad �IaaM1N30VPGV OINI HOVOWN3 ION TVHS S30IA30 -9 SA WI VG 8N31VO L SNOIS SINOd 11VISM MOM > V 39 M-G300HYM36 3UH3A 3A0.03108d 't MOM JO IWIS JO nNVAaV NI aVO 31ON SNOB dvCN31VO OMI 'S30V01adV8 Z 3dA1 NO d;Nne L-2m 0dole 30VId NI 30 lIVHS SNOTS DNIAdVd ONE 1 1N3Vi3AVd (13AM10,, 100-Z-2M 0 > *S3N11L 7V IV 0301A08d 38 lIVHS S3101H2A ADN308143 ,2903 3W-li idnaav,, Loe—Lzm WJ V3dV A60M HOA06HI 30VSSVd 008d 'Z Uoljpuoo 'SNOI1V0I3103dS V/--OZM IND A A110 aNV 001M 3HI ADMPDO-J jonjoD ay} jo ujc)m o'l pasn 01 NdOJNOD lIVHS ONIOVdS aNV SNOTS TV 1 aq oslo Isnw sbuis bUlUJDM PJDPUDIS zs :SRON Wd3N30 —N 4p- "SAWN30 3VIS ONY 00inri < M HIM 33NU8033V NI MOM 0 H108 M NOIS SIHI oidsio nvHs ISA vmavo8 030v3dns fl18V3-13AWJ0 NO/M 'S31VId 1131S 'S3003 3NYl ldn8ev 'IN3Y3AVd 03AO049 38 TM 80 Sl 383HI AGM 103POW Md AV '00Z'9C'Lt M08 01 0M0H033Y ��-9 N M& av m8DM, >-2 > 2 <*0-7A (S3NOO) 30lA3a 10MN00 10 NOUV001 d3cov-1i STIL <� W20-3 UNnovi AdVEOdh31) NOLY001 NOIS ZE ROaD I WORK URN= AHEAO >W20-1 i Qv3HV 71aDX LEGEND SIGN LOCATION OVOa (TEMPORARY MOUNT) I.—OZAI ° TEMPORARY TRAFFIC CONTROL DEVICE (CONES) srWoaaVN aWaH 1— M 0 N I 1 I I vo ACCORDING TO RCW 47.36.200, ANYWH ROAD PROJECT ERE THERE IS OR WILL BE GROOVED PAVEMENT„ ABRUPT LANE ° ■ SE EXTREM EDGES, STEEL PLATES, AND/OR GRAVEL-EARTH SURFACED ROADWAYS, SHALL DISPLAY THIS SIGN IN BOTH DIRECTIONS IN ACCORDANCE WITH THE ■ ° MUTCD AND STATE AMENDMENTS. _......._......—.... DISTANCE ROAD TYPE BETWEEN„SIGN S NOTE: URBAN ,200 FT 25/30 MPH Standard warning sings must also be a used to warn of the actual roadway condition. ¢ a W21—$01 "ABRUPT LANE EDGE„ W8-2001 "GROOVED PAVEMENT" GENERAL NOTES: 3 W8-1 "BUMP" 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT PCMS NQTL SPECIFICATIONS, 2. PRIORITY PASSAGE THROUGH WORK AREA FOR INSTALL PCMS SIGNS 7 CALENDAR DAYS EMERGENCY VEHICLES SHALL BE PROVIDED AT PRIOR TO START OF WORK AND NOTIFY ALL TIMES, CITY OF KENT PROJECT INSPECTOR 10 3. "NO PARKING" SIGNS SHALL BE IN PLACE CALENDDAR DAYS. ON TYPE 2 BARRICADES, TWO CALENDAR DAYS IN ADVANCE OF START OF WORK. ■ ° 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE 5 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANE OR PATH. Wg_1 6. ALL SIGNS 48"x48' B/O UNLESS OTHERWISE Sz ROAD I SPECIFIED. NARROWS 7. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC CONES. 8, ALL SPACING MAY BE ADJUSTED TO ROAD ACCOMMODATE AT GRADE INTERSECTIONS WORK AND/OR DRIVEWAYS. AHEAD 9, CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES DAYS IN W20-1 I ADVANCE OF START OF WORK. 10, CONTRACTOR SHALL ALERT KENT SCHOOL DISTRICT AT (253) 373-7442 5 DAYS IN 80 AVE S CONCRETE ADVANCE OF START OF WORK. J � a PROJECT s 11. CONTRACTOR SHALL ALERT METRO TRANSIT ��;rs� T 5 BUSINESS DAY IN ADVANCE OF START OFF" "�aa"" 1 WORK AT construction.coordtkingcounty.gov CITY OF KENT scAI.E NTS EXHOT ENGINEERING DEPARTMENT ,DATE MAX 2016 N�[""f`u�YM i i i �Z SIGN LOCATION (TEMPORARY MOUNT) V SIDEWALK CLOSED m TEMPORARY TRAFFIC CONTROL DEVICE (CONES) CROSS HERE R9-11A I i n ■ e � a, o SIDEWALK CLOSED SIDEWALK r CLOSED CROSS HERE R9-9 139—'11A l 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. "NO PARKING" SIGNS SHALL BE IN PLACE ON TYPE 2 BARRICADES, TWO CALENDAR PCMS NOTE: DAYS IN ADVANCE OF START OF WORK, INSTALL PCMS SIGNS 7 CALENDAR DAYS 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A PRIOR TO START OF WORK AND NOTIFY WORK VEHICLE, CITY OF KENT PROJECT INSPECTOR 10 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT CALENDEDAR DAYS, LANE OR PATH. Fi, ALL SIGNS 48"x48" B',/O UNLESS OTHERWISE SPECIFIED. 7. CHANNELI'ZATION DEVICES ARE STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS j AND/OR DRWE'WAYS. 9. CONTRACTOR SHALL ALERT AFFECTED RESIDENTS AND BUSINESSES 7 DAYS IN ADVANCE OF START OF WORK. 10, CONTRACTOR SHALL ALERT KENT SCHOOL DISTRICT AT 253) 373-7442 5 DAYS IN ADVANCE OF START OF WORK. 11. CONTRACTOR SHALL ALERT METRO TRANSIT 5 BUSINESS DAY IN ADVANCE OF START OF I WORK AT construction.coordWngcounty.gov b S 208TH ST CONCRETE '00,N4'4"oo K EN'l- PROJECT � M'dhW N91 M V 1W MA CITY OF KENT SCALE raTs WALK d ENGINEERING DEPARTMENT DATE MAY 2016 f I I w PREVA 1 L 1 NG WAGE RATES a 0 fi4 IFc'- 80'"Ave. S. Concrete St./Araucto A - 4 July 6, 2016 Project Number: 15-3001 rage 1 of 1 i r L r L_ State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 r Washington State Prevailing Wage L The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate r 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. r Journey Level Prevailing Wage Rates for the Effective Date: 07/26/2016 r Count Trade Job Classification Wag a lHoliday Overtime Note ,_ King Asbestos Abatement Workers Journey Level $43.95 5D 1 H King Boilermakers Journey Level $64.29 5N 1C r King Brick Mason Journey Level $52.82 5A 1M L King Brick Mason Pointer-Caulker-Cleaner $52.82 5A 1M r 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 5S 2F r Scaffold) King Building Service Employees Window Cleaner (Scaffold) $26.78 5S 2F L King Cabinet Makers (In Shop) Journey Level $22.74 1 r King Carpenters Acoustical Worker $54.02 5D 4C L King Carpenters Bridge, Dock And Wharf $54.02 5D 4C Carpenters F King Carpenters Carpenter $54.02 5D 4C L 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 — — r King Carpenters Scaffold Erector $54.02 5D 4C L King Cement Masons Journey Level $53.95 7A 1M King Divers Et Tenders Diver $107.22 5D 4C 8A r King Divers Et Tenders Diver On Standby $64.42 5D 4C L King Divers Et Tenders Diver Tender $58.33 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $58.33 5D 4C r King Divers Et Tenders Surface Rcv Et Rov Operator $54.27 5A 4C L Tender King Dredge Workers Assistant Engineer $56.44 5D 3F r King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F L King Dredge Workers Boatmen $56.44 5D 3F f King Dredge Workers Engineer Welder $57.51 5D 3F L r L httns://fnrtress_wa.onv/Ini/wanelonkun/nrvWanelnnkun_asnx 7/6/2n16 rage z or i i King Dredge Workers Leverman, Hydraulic $58.671 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $54.02 5D 1H -� King Drywall Tapers Journey Level $54.07 5P 1 E 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) $74.95 7C 4E King Electricians - Inside Certified Welder $67.41 7C 4E j 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 King Electricians - Powerline Cable Splicer $74.92 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $65.71 5A 4D Construction King Electricians - Powerline Line Equipment Operator $55.34 5A 4D Construction King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.451 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 King Fence Erectors Fence Erector $15.18 1 King n2gvers Journey Level $37.261 7A 31 King Glaziers Journey Level $56.16 7L 1y King Heat Et Frost Insulators And Journeyman $63.18 5J is Asbestos Workers King Heating Equipment Mechanics Journey Level $72.83 7F 1E King Hod Carriers Et Mason Tenders Journey Level $45.32 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $56.78 5B 1 K King Inland Boatmen Cook 1 $53.301 5B 1 K hffnq-//fnrtracc wA nnv/lni/wanPlnnki in/nrv/%A/anAlnn<<i in ncnv 7/r./7f11 F, rdye .3 Ui 1 i r L King Inland Boatmen Deckhand $53.30 5B 1 K r King Inland Boatmen Deckhand Engineer $54.32 5B 1 K L King Inland Boatmen Launch Operator $55.57 5B 1 K King Inland Boatmen Mate $55.57 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control N King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 L Of Sewer Et Water Systems By Remote Control r King Inspection/Cleaning/Sealing Head Operator $24.91 1 L Of Sewer Et Water Systems By Remote Control r King Inspection/Cleaning/Sealing Technician $19.33 1 L Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $54.02 5D 4C r King Ironworkers Journeyman $63.53 7N 10 L 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 $43.95 7A 31 King Laborers Brush Hog Feeder $43.95 7A 31 L King Laborers Burner $43.95 7A 31 King Laborers Caisson Worker $45.32 7A 31 King Laborers Carpenter Tender $43.95 7A 31 L King Laborers Caulker $43.95 7A 31 r King Laborers Cement Dumper-paving $44.76 7A 31 L King Laborers Cement Finisher Tender $43.95 7A 31 King Laborers Change House Or Dry Shack $43.95 7A 31 r King Laborers Chipping Gun (under 30 Lbs.) $43.95 7A 31 King Laborers Chipping Gun(30 Lbs. And $44.76 7A 31 Over) r King Laborers Choker Setter $43.95 7A 31 L 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 r Operator L King Laborers Concrete Form Stripper $43.95 7A 31 King Laborers Concrete Placement Crew $44.76 7A 31 King Laborers $44.76 7A 31 L L httnc//fnrtrace wa_nnv/lni/wanalnnki in/nrvWanalnnki in acnx 7/A/?nl h rays -t Ui 1 i Concrete Saw Operator/core Driller King Laborers Crusher Feeder $37.26 7A 31 King Laborers Curing Laborer $43.95 7A 31 King Laborers Demolition: Wrecking Et $43.95 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $43.95 7A 31 King Laborers Diver $45.32 7A 31 King Laborers Drill Operator $44.76 7A 31 (hydraulic,diamond) 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 King Laborers Erosion Control Worker $43.95 7A 31 King Laborers Faller Et Bucker Chain Saw $44.76 7A 31 ' King Laborers Fine Graders $43.95 7A 31 King Laborers Firewatch $37.26 7A 31 King Laborers Form Setter $43.95 7A 31 J - - 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 Person King Laborers Grinders $43.95 7A 31 King Laborers Grout Machine Tender $43.95 7A 31 King Laborers Groutmen (pressure)including $44.76 7A 31 Post Tension Beams King Laborers Guardrail Erector $43.951 7A 31 King Laborers Hazardous Waste Worker $45.32 7A 31 (level A) King Laborers Hazardous Waste Worker $44.76 7A 31 (leve( B) King Laborers Hazardous Waste Worker $43.95 7A 31 (level C) King Laborers High Scaler $45.32 7A 31 King Laborers Jackhammer $44.76 7A 31 ' King Laborers Laserbeam Operator $44.76 7A 31 King Laborers Maintenance Person $43.95 7A 31 J King Laborers Manhole Builder-mudman $44.761 7A 31 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 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et ' Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $44.761 7A 31 htti)s://fortress.wa.aov/lni/waaelookui)/DrvWaaelookUD.asDx 7/6/2016 Nage 5 or i i King Laborers Pilot Car $37.261 7A 31 r 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 r King Laborers Power Jacks $44.76 7A 31 L 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 r 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 $43.95 7A 31 King Laborers Spreader (concrete) $44.76 7A 31 King Laborers Stake Hopper $43.951 7A 31 L King Laborers Stock Piler $43.95 7A 31 r King Laborers Tamper Et Similar Electric, Air $44.76 7A 31 L Et Gas Operated Tools King Laborers Tamper (multiple & Self- $44.76 7A 31 propelled) King Laborers Timber Person - Sewer $44.76 7A 31 L (lagger, Shorer Et Cribber) r- King Laborers Toolroom Person (at Jobsite) $43.95 7A 31 King Laborers Topper $43.95 7A 31 L King Laborers Track Laborer $43.95 7A 31 r King Laborers Track Liner (power) $44.76 7A 31 L 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 L 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 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $83.00 7A 31 L Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $88.70 7A 31 8q Worker 54.01-60.00 psi r- L httns://fortress_wa_nnv/Ini/waaelnnkun/nrvWaaelnnlcun_asnx 7/i;/?nl 6 rcayG u ui L i _J King laborers Tunnel Work-Compressed Air $90.82 7A 31 88 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $95.92 7A 31 80 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $97.82 7A 31 80 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $99.82 7A 31 8Q Worker 70.01-72.00 psi _d King Laborers Tunnel Work-Compressed Air $101.82 7A 31 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $45.42 7A 31 Tender King Laborers Tunnel Work-Miner $45.42 7A 31 8�( King Laborers Vibrator $44.76 7A 31 King Laborers Vinyl Seamer $43.95 7A 31 King Laborers Watchman $33.86 7A 31 King Laborers Welder $44.76 7A 31 King Laborers Well Point Laborer $44.76 7A 31 King Laborers Window Washer/cleaner $33.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $43.95 7A 31 >*Water King Laborers - Underground Sewer Pipe Layer $44.76 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers - King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $54.02 5D 1H King Marble Setters Journey Level $52.82 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 J King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $55.52 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 "King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildin s Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $39.35 6Z 2B King Pile Driver Journey Level $54.27 5D 4C - King Plasterers Journey Level $51.68 7Q 1R httt)s://fortress.wa.aov/Ini/waaelookuD/DrvWaaelookur).asr)x 7/6/2016 rcay.u i ui 1 i r King Playground Et Park Equipment Journey Level $9.47 1 r Installers tr King Plumbers Et Pipefitters Journey Level $75.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $56.94 7A 3C 8P r 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 r Concrete King Power Equipment Operators Bobcat $53.571 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $53.57 7A 3C 8P Equipment L King Power Equipment Operators Brooms $53.57 7A 3C 8P 4 King Power Equipment Operators Bump Cutter $56.44 7A 3C 8P King Power Equipment Operators Cableways $56.94 7A 3C 8P L King Power Equipment Operators Chipper $56.44 7A 3C 8P King Power Eauipment 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 r King Power Equipment Operators Concrete Pump -Mounted Or $56.00 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. r King Power Equipment Operators Concrete Pump: Truck Mount $56.44 7A 3C 8P With Boom Attachment Up To L 42m King Power Equipment Operators Conveyors $56.00 7A 3C 8P r King Power Equipment Operators Cranes Friction: 200 tons and $58.67 7A 3C 8P L over King Power Equipment Operators Cranes: 20 Tons Through 44 $56.44 7A 3C 8P L 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 L with attachments King Power Equipment Operators Cranes: 300 tons and over or $58.67 7A 3C 8P P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $56.94 7A 3C 8P r Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $53.57 7A 3C 813 r Under L King Power Equipment Operators Cranes: Friction cranes $58.10 7A 3C 8P through 199tons r King Power Equipment Operators $56.001 7A 3C 8P f hf-l-nc-//fnrt-rPcq_wa_nnv/lni/wanPlnnki rn/nrvWanPlnnki in_acnx 7/ri/7f11 r, rayC O VI 1 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Eauipment 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 J King Power Equipment Operators Dozers D-9 Et Under $56.00 7A 3C 8P 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 King Power Equipment Operators Finishing Machine, Bidwell $56.44 7A 3C 8P And Gamaco Et Similar Equipment J 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 With Attachments 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 J King Power Equipment Operators Guardrail Punch $56.44 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $56.94 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $56.44 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $56.00 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $56.44 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $56.00 7A 3C 8P 10 Tons King Power Equipment Operators, Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Tons And Under A King Power Equipment Operators Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $56.94 7A 3C 8P j But Not Including 8 Yards 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 King Power Equipment Operators Loaders: Elevating Type Belt $56.00 7A 3C 8P J King Power Equipment Operators Locomotives, All $56.44 7A 3C 8P King Power Equipment Operators Material Transfer Device $56.44 7A 3C 8P King Power Equipment Operators $57.51 7A 3C 8P J J httc)s://fortress.wa.aov/Ini/waaelookur)/DrvWaaelookUD.aSDX 7/6/2016 vagevorii r. L Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $56.94 7A 3C 813 King Power Equipment Operators Mucking Machine, Mole, $56.94 7A 3C 8P L: Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $53.57 7A 3C 813 Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $56.00 7A 3C 8P Manlifts), Air Tuggers,strato L King Power Equipment Operators Overhead, Bridge Type Crane: $56.44 7A 3C 8P 20 Tons Through 44 Tons r 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 813 r— 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 8P 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 r King 4 Power Equipment Operators Power Plant $53.57 7A 3C 8P L � King Power Equipment Operators Pumps -Water $53.57 7A 3C 813 r King Power Equipment Operators Quad 9, Hd 41, D10 And Over $56.941 7A 3C 813 L King Power Equipment Operators Quick Tower- No Cab, Under $53.57 7A 3C 8P 100 Feet In Height Based To r Boom L. King Power Equipment Operators Remote Control Operator On $56.94 7A 3C 8P Rubber Tired Earth Moving Equipment Kin Power Equipment Operators Rigger And Bellman L g q p gg $53.57 7A 3C 8P King Power Equipment 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 $53.57 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-Lift $56.00 7A 3C 8P L, Materials King Power Equipment Operators Roto-mill, Roto-grinder $56.44 7A 3C 8P r King Power Equipment Operators Saws - Concrete $56.00 7A 3C 8P L King Power Equipment Operators Scraper, Self Propelled Under $56.44 7A 3C 813 45 Yards F King Power Equipment Operators Scrapers - Concrete Et Carry $56.00 7A 3C 8P L All King Power Equipment Operators Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Yards And Over L King Power Equipment Operators Service Engineers - Equipment $56.00 7A 3C 813 King Power Equipment Operators Shotcrete/gunite Equipment $53.57 7A 3C 8P King Power Equipment Operators 1 $56.00 7A 3C 8P L F L. httos://fortress.wa.00v/Ini/waaelookur)/r)rvWaaelookuo.aSDX 7/6/2016 rci C lu ul 1/ Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $56.44 7A 3C 8P ' Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $57.51 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $56.94 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $56.94 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $56.44 7A 3C 8P -' King Power Equipment Operators Tower Bucket Elevators $56.00 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $57.51 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $58.10 7A 3C 8P through 250' in height, base to boom J King Power Equipment Operators Tower Cranes: over 250' in $58.67 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $56.94 7A 3C 8P J Truck Type 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 Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $56.00 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $56.44 7A 3C 8P Conveyor King Power Equipment Operators Welder $56.94 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $53.57 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $56.44 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $56.94 7A 3C 8P J 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 Underground Sewer Ft Water King Power E ui ment Operators- Batch Plant Operator, $56.44 7A 3C 8P A Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $53.57 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $53.57 7A 3C 8P J Underground Sewer Et Water J httns://fortress.wa.aov/lni/waaelookun/DrvWacielookun.asr)x 7/6/2016 rage 11 or 1 i r- L King Power Equipment Operators- Bump Cutter $56.44 7A 3C 8P r Underground Sewer Et Water King Power Equipment Operators- Cableways $56.94 7A 3C 8P Underground Sewer Et Water r King Power Equipment Operators- Chipper $56.44 7A 3C 8P L Underground Sewer & Water King Power Equipment Operators- Compressor $53.57 7A 3C 8P r Underground Sewer Et Water 1, 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 L Underground Sewer Ft Water Screed r 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 r Underground Sewer Et Water With Boom Attachment Up To L 42m King Power Equipment Operators- Conveyors $56.00 7A 3C 8P r- Underground Sewer Et Water L King Power Equipment Operators- Cranes Friction: 200 tons and $58.67 7A 3C 8P Underground Sewer Et Water over r King Power Equipment Operators- Cranes: 20 Tons Through 44 $56.44 7A 3C 8P L Underground Sewer Ft 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 L (Including Jib With Attachments) r King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $58.10 7A 3C 8P L 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 L 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 r Underground Sewer Et Water Tons, Under 150'Of Boom L (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $53.57 7A 3C 8P L Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $58.10 7A 3C 8P Underground Sewer Et Water through 199 tons L King Power Equipment Operators- Cranes: Through 19 Tons With $56.00 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 r Tons L King Power Equipment Operators- Crusher $56.44 7A 3C 8P Underground Sewer Et Water r King Power Equipment 01erators- Deck Engineer/deck Winches $56.44 7A 3C 8P L Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $56.94 7A 3C 8P { Underground Sewer Et Water L F L httns://fortress.wa.aov/Ini/waaelookue/nrvWaaelookur).asnx 7/6/2016 vage iZ or 1 i _J King Power Equipment Operators- Dozers D-9 Et Under $56.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $56.00 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $57.51 7A 3C 8P J Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $53.57 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type J King Power Equipment Operators- Finishing Machine, Bidwell $56.44 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $56.00 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $53.57 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $56.44 7A 3C 8P Underground Sewer a Water Prints, Cut Sheets, Etc J King Power Equipment Operators- Gradechecker/stakeman $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $56.44 7A 3C 8P -a 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 King Power Equipment Operators- Hard Tail End Dump $56.44 7A 3C 8P Underground Sewer E:Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $56.00 7A 3C 8P Underground Sewer Et Water Locator J King Power Equipment Operators- Horizontal/directional Drill $56.44 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $56.00 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $53.57 7A 3C 8P Underground Sewer Et Water Tons And Under J King Power Equipment Operators- Loader, Overhead 8 Yards. Et $57.51 7A 3C 8P 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 J King Power Equipment Operators- Loaders, Overhead Under 6 $56.44 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $56.44 7A 3C 8P J Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $56.00 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Locomotives, All $56.44 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $56.44 7A 3C 8P J 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) httos://fortress.wa.00v/Ini/waaelookun/DrvWaaelookuo.asox 7/6/2016 rage t3 or i i r L_ King Power Equipment Operators- Motor Patrol Graders $56.94 7A 3C 8P Underground Sewer Et Water L King Power Eauipment Operators- Mucking Machine, Mole, $56.94 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $53.57 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $56.00 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato r King Power Equipment Operators- Overhead, Bridge Type Crane: $56.44 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons '- King Power Equipment Operators- Overhead, Bridge Type: 100 $57.51 JA 3C 8P r- Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $56.94 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons r King Power Equipment Operators- Pavement Breaker $53.57 7A 3C 8P Underground Sewer Et Water L King Power Equipment Operators- Pile Driver (other Than Crane $56.44 7A 3C 8P Underground Sewer Et Water Mount) r^ King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $56.00 7A 3C 8P L 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 F King Power Equipment Operators- Pumps - Water $53.57 7A 3C 8P L Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $56.94 7A 3C 8P r Underground Sewer Et Water L King Power Equipment Operators- Quick Tower - No Cab, Under $53.57 7A 3C 82 Underground Sewer Et Water 100 Feet In Height Based To Boom L King Power Equipment Operators- Remote Control Operator On $56.94 7A 3C 813 Underground Sewer Et Water Rubber Tired Earth Moving r- Equipment King Power Equipment Operators- Rigger And Bellman $53.57 7A 3C 8P Underground Sewer Et Water r 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 L_ King Power Equipment Operators- Roller, Other Than Plant Mix $53.57 7A 3C 8P Underground Sewer Et Water r 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 r Underground Sewer Et Water L King Power Equipment Operators- Saws - Concrete $56.00 7A 3C 8P Underground Sewer Et Water r King $56.44 7A I 3C 813 L. r- L. httns://fnrtrpss.wa.nov/lni/wanpinnkun/nrvWanplonkun_asny 7/A/7n1 r% y rage 14 or i i Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer 8t Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $56.00 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $56.94 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $56.00 7A 3C 8P Underground Sewer Et Water J King Power Equipment Operators- Shotcrete/gunite Equipment $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $56.00 7A 3C 8P -' Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $56.94 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $56.44 7A 3C 8P a Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $57.51 7A 3C 8P _Underground Sewer Et Water Over 50 Metric Tons To 90 a Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $58.10 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons J King Power Equipment Operators- Slipform Pavers $56.94 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Spreader, Topsider Et $56.94 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $56.44 7A 3C 8P Underground Sewer £t Water _J 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 King Power Equipment Operators- Tower Crane: over 175' $58.10 7A 3C 8P Underground Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $58.67 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $56.94 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $56.00 7A 3C 8P Underground Sewer Et Water _a King Power Equipment Operators- Truck Crane Oiler/driver - 100 $56.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $56.00 7A 3C 8P Underground 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 I Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $53.57 7A 3C 8P ' Underground Sewer Et Water -a httos://fortress.wa.aov/Ini/waaelookuo/orvWaaelookun.asny 7/6/201 F rdye lD ui ii "King Power Equipment Operators- Yo Yo Pay Dozer $56.44 7A 3C 8P r- Underground Sewer Et Water L, 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 r Trimmers King Power Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers r King Power Line Clearance Tree Tree Trimmer Groundperson $30.74 5A 4A Trimmers King Refrigeration Et Air Journey Level $74.36 6Z 1G r Conditioning Mechanics L. King Residential Brick Mason Journey Level $52.82 5A 1M King Residential Carpenters Journey Level $28.20 1 r King Residential Cement Masons Journey Level $22.64 1 , King Residential Drywall Journey Level $40.64 5D 4C AWolicators r, King Residential Drywall Tapers Journey Level $54.07 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $38.40 7L 1 H r King Residential Insulation Journey Level $26.28 1 �. Applicators King Residential Laborers Journey Level $23.03 1 r- King Residential Marble Setters Journey Level $24.09 1 L' King Residential Painters Journey Level $24.46 1 r- King Residential Plumbers Et Journey Level $34.69 1 L Pi2efitters King Residential Refrigeration Et Air Journey Level $74.36 6Z 1G , Conditionine Mechanics L. King Residential Sheet Metal Journey Level (Field or Shop) $43.46 7F 111 Workers r King Residential Soft Floor Lavers Journey Level $44.11 5A 3D King Residential Sprinkler Fitters Journey Level $42.73 5C 2R !Fire Protection) r King Residential Stone Masons Journey Level $52.82 5A 1M L King Residential Terrazzo Workers Journey Level $47.46 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 r- Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable Bituminous $49.46 5A 3H L. Materials King Sheet Metal Workers Journey Level (Field or Shop) $72.83 7F 1E r King Shipbuilding Et Ship Repair Boilermaker $40.87 7M 1 H L. King Shipbuilding Et Ship Repair Carpenter $40.41 7T 2B King Shipbuilding Et Ship Repair Electrician $41.43 7T 4B r L F_ L httos://fortress.wa.aov/Ini/waaelookuD/orvWaaelookuD.asox 7/6/2016 rays iv �i i i King _Shipbuildingg Et Ship Repair Heat Et Frost Insulator $63.18 5J 15 King Shipbuilding, Et Ship Repair Laborer $41.47 7T 4B King Shipbuilding Et Ship Repair Machinist $41.46 7T 44B King Shipbuilding Et Ship Repair Operator $41.39 7T 4B J King 5 h i b u i I,din P, Et Shi Re it Painter $41.42 7T 4B King Shipbuilding Et Ship Repair, Pipefitter $41.40 7T 4B King Shipbuilding & 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 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 A King Sign Makers Et Installers Sign Installer $22.92 1 (Electricall King Sign Makers Et installers Sign Maker $21.36 1 J (Electrical) King Sign Makers ft Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Layers Journey Level $44.11 5A 3D King Solar Controls For Windows Journey Level $12.44 1 1 King Sprinkler Fitters (Fire Journey Level $70.14 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structurall King Stone Masons Journey Level $52.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $56.00 7A 3C 8P Surveyor King Surveyors Chainman $55.47 7A 3C 8P King Surveyors Construction Site Surveyor $56.94 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $37.60 5A 2B -a Outside King Telephone Line Construction - Hole Digger/Ground Person $20.79 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $36.02 5A 26 Outside y 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 Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.94 5A 2B _ Outside Operator (Light) httos://fortress.wa.00v/Ini/waaelookur)/DrvWaaelookui).aSDX 7/6/2016 rage li or li r-, King Telephone Line Construction - Telephone Lineperson $34.93 5A 2B r- Outside King Telephone Line Construction - Television Groundperson $19.73 5A 2B Outsi e m= King Telephone Line Construction - Television $26.31 5A 22B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $31.50 5A 2B r ; Outside King Telephone Line Construction - Television Technician $28.23 5A 2B Outside r- 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 - L King Tile, Marble Et Terrazzo Finisher $38.29 5A 1B Finishers r` King Traffic Control Stripers Journey Level $43.73 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $51.25 5D 3A 8L WA-Joint Council 28) E King Truck Drivers Asphalt Mix To 16 Yards (W. $50.41 5D 3A 8L L. WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $51.25 5D 3A 8L r- 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 r Council 28) L. King Truck Drivers Transit Mixer $43.23 1 King Welt Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 r- Installers L King Welt Drillers £t Irrigation Pump Oiler $12.97 1 Installers r- King Well Drillers Et Irrigation Pump Well Driller $18.00 1 L Installers r- L L F,. L F L. F L r_ L F- L httDs://fortress.wa.00v/Ini/waaelookuo/orvWaaelookuo.asr)x 7/6/2016 ., J Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten (10)hours on Saturday J shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. A D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, i and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. -� F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, _J shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten(10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday _J through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. 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 _J through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All J hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at -a double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 a Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L. r- Overtime Codes Continued L 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 r 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. r� 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 r, 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 r, times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. r" 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 r 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 r 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 r' 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 r 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. r 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. L 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 r- 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 L and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. r Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All L hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. r L r L 2 r L A Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly 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 a holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays J 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 J be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. A 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. J U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. J 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours J 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 j shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. J C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or _.� outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 r- Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 L. Overtime Codes Continued r L 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 r rate of 15% over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one L_ 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. r 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. L 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 r— 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. r- 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL L 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 fort 40 hours per week shall be aid at double the hourly g ( ) p Y Y( ) P P Y � 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 r 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 t— 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 r. hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. l_ r L F L L. 4 L_ a Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Overtime Codes Continued 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. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating J plants, industrial plants,associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: J The first two (2) hours after eight(8) regular hours Monday through Friday of overtime on a regular workday, shall 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) 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. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, A 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 four-day, ten hour work week, and Saturday shall be paid at one and one half(1%x)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 holidays shall be paid at double the hourly rate of wage. 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 J 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 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after J Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). J 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). i H. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 5 r' Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). r J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). i 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). 4 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). r� 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). r^ P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday L 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. r L_ 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). r— S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving L 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 L 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 L Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, L 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). r I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). F L. 6 r L Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Holiday Codes Continued 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 Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And 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. A 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 J holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day A (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 r Benefit Code Key-Effective 3/2/2016 thru 8/30/2016 L- Holiday Codes Continued F- L- 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. r L 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. L. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, F 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. r P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Da (7). An holiday which falls on a Sunda shall be observed as a holiday on r g� g Y Y( } Y Y Y Y the following Monday. -- Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after r 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 L considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after r Thanksgiving Day,Christmas Day,the Day after Christmas, and A Floating Holiday(9). If any of the listed holidays L- falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. r 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 r 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 r L 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: r' Over 50'To 100'42.00 per Foot for Each Foot Over 50 Feet L Over 100'To 150'43.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet r Over 220'-$5.00 per Foot for Each Foot Over 220 Feet L.. 8 r J Benefit Code Key—Effective 3/2/2016 thru 8/30/2016 Note Codes Continued 8. C. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. A M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: ti $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B:$0.75,Level C: $0.50,And Level D:$0.25. J P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. _J Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current -_J flagging card issued by the State of Washington, Oregon, Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31, 2012 — A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card J 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: $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 underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive J an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers 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. A 9 KENT Agenda Item: Bids - 9,A WASHIorCN TO: City Council DATE: February 7, 2017 SUBJECT: 8 01h Avenue South Pavement Rehabilitation Project - Award MOTION: Award,A he 80 th 'Avenue South Pavement Rehabilitation Project to TITAN Con�trV tion LLC in the amount of $1,432,704.90 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: Council authorized a several block section of 80'h Avenue north of 196 th Street to be reconstructed with concrete pavement in 2016. This project was included in the 2016 list of projects to be funded out of the B & 0 fund. The project was bid in July 2016 and the bids were very competitive. However, they were higher than the engineers estimate, so the bid award was delayed to allow the fund to accumulate additional revenue to pay for the entire endeavor rather than a shorter length of roadway, EXHIBITS: Memo dated July 26, 2016 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: The project will be paid out of the B & 0 funds planned for this purpose. REQUES FO NAY0R55IGNATUPE �; crvemycoloienaa�e- mw. reem�neun oE� r�F a �o toMEone pr r :5saa (H ENOQa xnu � ry�ay,�u�/a/.a. . T TIXN Earth k LLC v.n 1�'e�1� arrROVAL Isk ee:rv/n.. ovg IzeE n � . un[N pxo�io Arlen EKO�ana foocument: ae �tio gym. 4 am nn oacew�w=a �o nara. a/gy� l� -. L