Loading...
HomeMy WebLinkAboutPW17-454 - Original - SCI Infrastructure, LLC - Hawley Road Levee: Connection to SR167 - 09/27/2017 R Ajc-,� c o r d s - KENT ocu meat Md A.s N tNGT O tP 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: SCI Infrastructure, LLC Vendor Number: .ID Edwards Number Contract Number: ?yj ri -*, This is assigned by City Cleric's Office. Project Name: Hawley Road Levee - Connection to SR 167 Description: ❑ Interlocal Agreement Change Order ❑ Amendment R Contract ❑ Other: Contract Effective Date: Cate of the Mayor's signature Termination bate: 20workingdays Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Richard Schleicher Department: Engineering Contract Amount: $88,657.80 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of the construction of approximately 200 yards of levee fill, 90 feet of ertic l curb, and small amounts of pavement grid base, -The, prdjects also inc u�des ail of native material, installation of erosion control fabric and seeding. As of: 08/27/14 uuuuluuuu uuuu;iuumiuum uuuu uuuml mi,iuuum umllllllllllllllllll umiii m �1� u�i�u���T uuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuuwli II II ��*�''��m �RIIII III r mllllllllllllllllllllllllllll�10°0� pppp1f°°°°� �eNr ���r}A� PI�Ru�sl#MS FR�f Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll�lllll���lllllllllllllllllllllliiiiiliiiiiiiiiiiiiiiiiiiii IIIIIIIIIIIIFII{Ilalllllll�llylly� ��a�tl LeUe€ 111°� ����� i uuu i� uui uw i ° 11Vuumuiq ������n������ �� ��� � �� �� IIII IIIIIIIIIIIIIIII �uuuuuuuuuuuuuuuluuuuuulll IIIIIIIIII II IIII� IIII IIII IIIIIIIIIIII IIII Ill�llllllll�lllll��llllli ��� ��� � u uuuuuuuuumPniD,JeGY �NWYRAbC[ �1 ¢ 3013i �i IIIIIII�I��� III '' ffttttpfff000uuuuuuuwiiuuuuuuuuuuw i uu IIII umlili �i i ��'��e r�r a iiHM4"�eg� �Oy' tia,�+seryx�e,s2kraxiii�i IIIIIIIIII p � R �iTV '�i % 44PIIIIIPII III IIII II I � YQ�K�'� Hr�a CIIII IIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIII x w w s � � � �� �����������u ��������������� � � ����� "'°�M k� $ila�ll�l�l� r�' ul��i �llllll����luuuuuuuu �Illlllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllllll� uu���������ipipi�l'iiiiiiil�iiliiiiiiilii'i��'ii� ' uuuuu , � h�iuuo ����luuuuuuui uuuuiuuuuumlNT I uuuuuuuuuum rm�rirP u � ������uuglluiiiiiii III �Illlllllliiiii ������uiiiiiuiiuiiiiiiiiiiiiiiiiiiiiiiiiilllllliiiiiiiiiiiiiiiiiiglllllliiiii9!iiii " iiiiii�liiiiiiiiiiiiiiiiillllllliiiii!;Illll��;i;iiiiiiiiiiiiiiiiiiiiii IIIIIIIIIIIIIII PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Dwector ��iomrrrr� 400 West Gowe /�� Kent„ WA 88032 Fax: 253 856.8 iG „ t ,a PHONE: 253-856-5500 CITY OF KENT KING COUNTY, OW ASHINGTON Hawley Road Levee Connection to SR 167 Project der: 1 as3 13 ADDENDUM No. I. August 23, 2017 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages Ca and 7 of the Bidder's Document. Bidders must use the replacement pages. SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1100 S-U .S 89 Cement Conc. 'Traffic Curb SIT LN FT Per LF 1355 1-t14.4(1) 1 Minor Changes � } WSDOT CALC 8,000.00* $8f000.00 Per CALC *Common price to all bidders 0 en ra c 1 MAYOR SUZETTE COOKE d r 1 II — KENT SPECIAL PROVISIONS Page 1-21 — Section 1-08.4 — Notice to Proceed, Prosecution and Hours of Work REVISE the second paragraph as follows: Construction activities that will take place on state owned right-of-way must be accomplished from 10PM to SAM Monday through Friday, with no holiday work allowed. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. Page 2-5 - Section 2-13.3 - Construction Requirements ADD the following to the end of this section: The existing SR-167 retaining wall is known to have 3 inch PVC hydro-static pressure relief holes as indicated on WSDOT standard plan D-3.10-01. Where levee fill is less than 47 feet in elevation, the Contractor shall daylight the weep holes outside the levee prism. The city will utilize the minor changes account as a means to pay for this work. END OF ADDENDUM No. 1 9/�3/i-7 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Proposal Pages: 6 and 7 2 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1010 2-02.5 35 Remove Existing Asphalt $ $ KSP SQ YDS Concrete Pavement Per SY 1030 2-02.5 89 Remove Cement Concrete $ $ KSP LN FT Extruded Curb Per LF 1060 2-03.5 6 Roadway Excavation Incl. $ $ WSDOT CU YDS Haul Per CY 1070 2-12.5 600 Geotextile Fabric, Woven $ $ KSP SQ YDS Per SY 1075 4-02.5 80 Gravel Base $ $ WSDOT TONS Per TON ($2.50 Min) 1080 4-04.5 10 Crushed Surfacing Top $ $ WSDOT TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 7 Commercial HMA, PG 64-22 $ $ KSP TONS Per TON 11.100 8-04.5 89 Cement Conc. Traffic Curb $ $ WSDOT LN FT Per LF Hawley Rd Levee Connection to SR 167/Schleicher 6 August 23, 2017 Project Number: 16-3013 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1255 8-12.5 1 Remove Fence $ $ KSP LUMP SUM Per LS 1265 8-12.5 1 Double 20 Ft. Chain Link Gate $ $ WSDOT EACH Per EA 1270 8-12.5 1 Temporary Fencing $ $ KSP LUMP SUM Per LS 1280 8-12.5 47 Chain Link Fence Type 3 $ $ WSDOT LN FT Per LF 1355 1-04.4(1) 1 Minor Changes $5,000-68 WSDOT CALC $8,000.00* $8,000.00 Per CALC *Common price to all bidders Sub Total $ 10% WA State Sales Tax $ Schedule I Total $ Hawley Rd Levee Connection to SR 167/Schleicher 7 August 23, 2017 Project Number: 16-3013 TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Hawley Road Levee - Connection to SR 167 Project Numben, 16-301, 3 BIDS ACCEPTED UNTIL BID OPENING August 29, 2017 August 29,, 2017 12-045 P.M. 12800 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT0 37912 W A 5 H I N 0 T 0 N BIDDER'S NAME c-Cl INFRASTRUCTURE, LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Hawley Road Levee - Connection to SR 167 Project Number: 16-3013 BIDS ACCEPTED UNTIL BID OPENING August 29, 2017 August 29, 2017 12:45 P.M. 1:00 P.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 0 KEN TT W A S H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through August 29, 2017, up to '12:45 p.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington, All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1:00 p.m. for the City of Kent project named as follows: Hawley Road Levee - Connection to SR 167 Project Number: 16-3013 The project consists of construction of approximately 200 yards of levee: fill, 90 feet of vertical curb, and small amounts of pavement and base. The project also includes haul of native material, installation of erosion control fabric and seeding. The project connects the existing Hawley Road Levee to the SR 167 roadway embankment/retaining wall. The work is located along Hawley Road in Kent, at the end of the small parking lot just south of the 600 Washington Avenue South site address. The Engineer's estimated range for this project is approximately $90,000 - 120,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Richard Schleicher at 253-856- 5525. 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.govJdoing.-. business/bids-procuirement. 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 a[gy (60) days after the day of bid opening. Dated this 9th day of August, 2017, BY: Kimberley A. Romoto, City CI Published in Journal of Commerce on August 15 and 22, 2017 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 0 �,'-19 --)l 7 This statement relates to a proposed contract with the City of Kent named Hawley Road Levee - Connection to SR 167 Project Number: 16-3013 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. J-10, 1NFRAS1'RUC1'URE, LLC NAME OF BIDDER BY: a, , �/J SIGNATURE/TITLE W A ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only), Hawley Rd Levee Connection to SR 167/Sclileicher 1 August 9, 2017 Project Number, 16-3013 ru"PECLARATION 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 supplilier 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. 1 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: /a For: C1 INFRASTRUCTURE, LLC Title: C, t)e,e,o L,,() Date: HaMey Rd Levee Connectuon to SR 167/Schleicher 2 August 9, 2017 Project Number: 16-3013 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. Hawley Rd Levee Connection to SR 167/Schleicher 3 August 9, 2017 Project Number: 16-3013 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 SCI INFRASTRUCTURE, LLC Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as Hawley Road Levee — Connection to SR 167/Project Number: 16-3013 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: Hawley Rd Levee Connection to SR 167/Schleicher 4 August 9, 2017 Project Number: 16-3013 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that GC1 INFRASTRUCTURE, 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 Hawley Road Levee — Connection to SR 167/Project Number: 16-3013 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. Hawley Rd Levee Connection to SR 167/Schleicher 5 August 9, 2017 Project Number: 16-3013 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO,. 2UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ e466 $ ,e -- W'�SDGT LUMP SUM Per�.S 1005 2-01.5 1 Clearing and Grubbing $ ?-1 '' t Z ICE WWSDOT LUMP SUM Per LS 1010 2-02.5 35 Remove Existing Asphalt $ 23— $ - KSP SQ YDS Concrete Pavement Per SY 1030 2-02.5 89 Remove Cement. Concrete s 7— s KSP LN PT Extruded Curb Per LF 1060 2-03.5 6 Roadway Excavation Incl. $ Pb — $ �- WV'SDOT CU YDS Haul Per CY 1070 2-12.5 600 Geotextile Fabric, Woven $ $ , KSP SQ YDS Per SY " 1075 4-02.5 80 Gravel Ease $ 'd $ -10 WSDOT TOWS Per TON ' 2.50 Min 1080 4-04.5 1.0 Crushed Surfacing Top $ to -r' $ WVSDOT TONS Course, 5/8 Inch Minus Per TON 6.00 Min) 1095 -04.5 7 Commercial HMA, PG 64-22 $ $ P'* KSP TONS Per TON 1.1:00 - 4..5 89 Cement Cork. Traffic Curb — $ WSDOT LN ET Per LF Hawley Rd Levu Connection to SR 167/Schieicher 6 August 23, 2017 Project Number, 16-3013 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1255 8-12.5 1 Remove Fence $ 1500- $ KSP LUMP SUM Per is 1265 8-12.5 1 Double 20 Ft. Chain Link Gate $ 1, 6 -6 $ 5*0 WSDOT EACH Per EA 1270 8-12.5 1 Temporary Fencing $ :500- $ 5,40 - KSP LUMP SUM Per LS 1280 8-12.5 47 Chain Link Fence Type 3 $ 64 $ 2,0 WSDOT LN FT Per LF 1355 1-04.4(1) 1 Minor Changes 0,G WSDOT CALC $8,000.00*- $8,000.00 Per CALC *Common p0ce to all bidders Sub Total $ 1-7 10% WA State Sales Tax $ Schedule I Total $ Hawley Rd Levee Connection to SR 167/Schleicher 7 August 23, 2017 Project Number: 16-3013 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4155 2-13.5 350 Levee Embankment Fill $ 2.D— $ 'r7, DOD KSP TONS Per TON 4160 8-15.5 3.5 Hand Placed Riprap $ '2,5D- $ -7 WSDOT CU YDS Per CY 4165 8-15.5 75 Channel Excavation Incl. Haul $ 40 - $ WSDOT CU YDS Per CY 1 Sub Total $ -2- 10% WA State Sales Tax Schedule IV Total $ Hawley Rd Levee Connection to SR 167/Schleicher August 9, 2017 Project Nurnber: 16-3013 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 150 Traffic Control Labor $ 95-- $ K P HOURS Per HR 5o15 1-10.5 20 Traffic Control Supervisor $ '' $ w- KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 6, '" $ KSP LUMP SUM Devices Per LS 5100 8-22.5 320 Paint. Line $ ' ".- $ ' (W W'SDOT LIN FT Per LF Sub Total $_ - 10% WA State Sales Tax $ 1 Schedule V Total $ x ' " Hawley Rd Levee Connection to SR 1.67/Schleicher 9 August 9, 2017 Project Number; 16-3013 SCHEDULE VII - TEMPORARY ROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX.. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 800 Seeding and Fertilizing By $ $ - WSDOT SQ YDS Hand Per SY 7005 8-01.5 20 Street Cleaning $ ?;3-- $ WSDOT HOURS Per HR 7020 8-01.5 40 Stabilized Construction $ $ " WSDOT SQ YDS Entrance Per SY 7025 8-01.E 1 Erosion/Water Pollution $2,000.00* $2,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Sub Total $ 10% WA State Sales Tax $ Schedule VII Total $ 7, - t Hawley Rd levee Connection to SR 167/Schleicher 10 August 9, 2017 Project Number: 16-3013 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 8005 8-02.5 100 Topsoil Type B $ - $ WSDOT CU IDS Per CY Sub Total $ 10% WA State Sales Tax $ Schedule VIII Total Hawley Rd Levee Connection to SR 167/Schleicher 11 August 9, 2017 Project Number; 16-3013 BID SUMMARY Schedule I Schedule IV Schedule V r Schedule VII Schedule VIII TOTAL BID ,AMOUNT Hawley fed Levee Connection to SR 167/Schleicher 12 August 9, 2017 Project Number: 16-3013 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: Hawley Road Levee — Connection to SR 167 Project Number: 16-3013 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Hawley Rd Levee Connection to SR 167/Schleicher 13 August 9, 2017 Project Number: 16-3013 T SBCO UNRACTOR LIST(Contracts over 1 million dollars) Name of Bidder: 1rMWF1,AS'1"RL)CTLJRE, Ll.,C`11- Project Name: HawleV Road Levee — Connection to SR 167 Project Number: .16-3013 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: Signature of Bidder Date Hawley Rd Levee Connection to SR 167/Schlexher 14 August 9, 2017 Project Number: 16-3013 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 INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BtDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. Hawley Rd Levee Connection to SR 167/Schleicher 15 August 9, 2017 Project Number: 16-3013 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 MODIFICATIO7.p The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE., FAX: STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under Hawiey Rd Levee Connection to SR 167/Schleicher 16 August 9, 2017 Project Number: 16-3013 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). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 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. Hawley Rd Levee Connection to SR 167/Schleicher 17 August 9, 2017 Project Number: 16-3013 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 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? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 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.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. Hawley Rd Levee Connection to SR 167/Schleicher 18 August 9, 2017 Project Number: 16-3013 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Hawley Rd Levee Connection to SR 167/Schleicher 19 August 9, 2017 Project Number: 16-3013 7. SIGNATURE 7.1 Dated at this day of , 2017. Name of Organization: By: Title: 7.2 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of 12017. Notary Public: My Commission Expires: Hawley Rd Levee Connection to SR 167/Schleicher 20 August 9, 2017 Project Number: 16-3013 Statement of Qualifications City of Kent August 29, 2017 1.3 Copy of Master License Service: See Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602094857 1.4 SCI Infrastructure, LI.C, including any subsidiary companies or affiliated companies under majority ownership or under control by the owner's 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). Manager 1.5 SCI Infrastructure, LLC, states that within the three-year period immediately preceding the bid solicitation date, our company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. Manager 2. ORGANIZATION 2.1 Our organization has been in business for 65 years. 12 Our organization has been in business under its present business name for 16 years. 2.2.1 Our organization has forinerly operated under the names: Scoccolo Construction, Inc!. Scoccolo Construction Company 2.3 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 23)] Date of incorporation: 1965 (formed SCI April 1, 2001.) 23.2 State of Incorporation: Washington SCI Infrastructure, LLC Page 3 of 7 Statement of Qualifications City of Kent August 29, 2017 2.3.3 N/A 2.3.4 N/A 2.3.5 N/A 2.3.6 N/A 2.4 Our organization was incorporated in 1965 and now operates as a limited liability company in the state of Washington. 2.4.1 April 1, 2001 2.4.2 Limited Liability Company 2.4.3 General Partners: Scoccolo Construction, Inc. & Mountain Pacific Contractors, Inc. 2.5 N/A 2.6 N/A 3. LICENSING 3.1 Jurisdictions and trade categories our organization is legally qualified to do business with: State of Washington, Contractor's Registration No. SCIINL*993JA Department of Labor& Industries Account No. 009, 814-00 3.2 Jurisdictions in which our organization or trade name is filed: State of Washington State of Oregon State of Idaho State of Montana 4. EXPERIENCE 4.1 Categories of work that our organization typically performs with it's own forces: Excavation, Sitework, Underground Utilities, Trucking, Concrete (flatwork, retaining walls, vaults, etc.) 4.2 Claims and Suits 4.2.1 Our organization has never failed to complete any work awarded to it. 4.2.2 No judgments, claims, arbitration proceedings or suits are pending or outstanding against our organization or its officers. 4.2.3 Our organization has not filed any law suits or requested arbitration with regard to construction contracts within the last five years. SCI Infrastructure, LLC Page 4of7 Statement of Qualifications City of Kent August 29, 2017 4.3 Within the last five years, no officer or principal or our organization has ever been an officer or principal of another organization when it failed to complete a construction contract. 4.4 See the attached list of the major projects our organization has in progress. 4.4.1 The total worth of work in progress is: $7 Million The total worth of work under contract is: $28 Million 4.5 See the attached list of major projects our organization has completed in the past five years, with the name of the project, owner,architect/engineer, contract amount, date of completion, and percentage of cost of work performed with our own forces. 4.5.1 The average annual amount of construction work performed during the past five years is $20 Million. 4.6 Construction experience and present commitments of key personnel in our organization: Mark Scoccolo: Company Manager — Has been in the heavy, civil, construction business for over 24 years. Starting in the field and working his way through the various roles as superintendent, estimator, and project manager, Mark currently manages the day-to-day operations of personnel, management, and finance. Patrick Scoccolo: Equipment/Claims Manager — Started with SCI in 1987 as a foreman, moved up to field supervisor, general superintendent, as is now in the office as a project manager. He has experience coordinating manpower and equipment to properly staff each project. Tyson Lashbrook: Project Manager — Started with SCI in 2000 as a foreman, moved up to field supervisor, and is now in the office as a project manager. He has the field and management experience to be a well-rounded manager of time, money, and resources. Jennifer Scoccolo: Contract Manager — Worked for Sellen Construction, a local general contractor for over seven years before coming to work for SCI. Jennifer has a strong background in concrete, both cast-in-place and precast. Jennifer also has extensive experience with AutoCad and earthwork volume calculation software (Sitework 98 / Graphic Grade). Currently handles payment for contract and extra work. Our organization has over 6 Field Supervisors, most of them have worked with SCI for numerous years. These are the people who direct field operations on the SCI Infrastructure, LLC Page 5 of 7 Statement of Qualifications City of Kent August 29, 2017 projects and maintain communication with the office through the project manager or project engineer assigned to the project. 4.7 See attached list of major equipment owned by SCI Infrastructure and available for use on this project. & REFERENCES 5.1 Trade References NC Machinery, PO Box C-34936, Seattle, WA (425)251-5800 Mack Trucks, Inc., 25619 Pacific Hwy S, Des Moines, WA (253) 529-0258 5.2 Bank References Bank of the West, 1191 2"d Ave, Seattle, WA 98101 Contact: Rachel Thacker 206-303-7563 5.3 Surety Bonding Company: NAS Surety Group 1420 5`h Ave, Suite 2200, Seattle, WA 98101 Bonding Agent: Hentschell &Assoc. 621 Pacific Ave, Suite 400, Tacoma, WA 98402 6. Financing 6.1 (6.1.1) After bid opening, financial information may be required by the City. 6.1.2 Bernston Porter& Company, PLLC 155 108"Ave NE, Suite 510 Bellevue, WA 98004 800-876-6931 6.1.3 After bid opening, financial information may be required by the City. If requested,the relationship and financial responsibility of the organization is identical to that named on page 1. 6.1.4 NIA 6.2 The organization whose financial statement may be requested after bid opening, will act as guarantor of the contract for construction. SCI Infrastructure,LLC Page 6 of 7 Statement of Qualifications City of Kent August 29, 2017 7. Signature 7.1 Dated at this 29th day of August 2017. Name of Organization: SCI Infrastructure, LI.0 By: Title: Manager 7.2 Mark Scoccolo, 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 29th day of August 2017. Notary Public: My Comn i,�s 5jd/h Expires 05/24/21 JENNIFER LEA SCOCCOLO Notary Public State of Washington MY Commission Expires May 24 202 SCI Infrastructure, LLC Page 7 of 7 City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: SCI INFRASTRUCTURE,LLC NAME: Jennifer Scoccolo ADDRESS: 2825 S 1541h Street Seattle, WA 98188 PRINCIPAL OFFICE: SAME Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor& Industries Certificate of registration: Department of Labor and Industries '" PO Box 44450 .` i C.f tWSTRUCTURE LLC y i x.8 Olympia,WA 98504-4450y "i'r ?t 1{t *993JA 57 ,04 �•'•..• Wj�'3""". . i�Added by Law as: r *Contractor S C I INFRASTRUCTURE �K s pt gate `1/2001 2825 SOUTH 154TH STRE> `"�" F Dat 4/3/2018 RECEIVED SEATAC WA 981882034 APR 0 8 I.- s ". Statement of Qualifications City of Kent August 29, 2017 1.2 Current State UBI Number: 602 094 857 P . ` BUSINESS LICENSE STt v OF YIASME*tul'pN Urtif d Busimess Id At;0=94857 Lttnilad Liability Company DwIness 10 i1:001 Loeatow,Owl 5GI INFRASTRUCTURE,L.L.C. 2825 S 154TH ST SEATAC,OVA 88188.20M UNEMPLOYMENT INSURANCE•ACTIVE INDUSTRIAL WSURANCE-ACTIVE TAX REGISTRATION-ACTIVE r LICeNSING RESTRICTIONS: 4 Not Ilcensod to him mmots wttttoul a Maki Work Permit. f} 9 (( �'+3 CF9clAm+'H 1ii[s thv fGgfaU2ttOfyi,tr.CsyislrtsctiLl,aria IkrnsEs austavlrnf tpr Ifb4 au4inYst J RI oprn�l Heave.gt etxt5xtrig t+alddswliestt.�Fcerssvr rcrt�+t'+e irdTm»2lon wsiha apPlicats,i+ � �j.f, } wu compittr,bue.and asx�rhr td thr hrsl si!his ar her'knnalotlgq ana rTSt tusinrss wit tw ij oeKJucs+d«s romolwnca urth oCx�ticin;rN'ay�rngtvstswr.couary.andcaY rc4urarsars. dxams.c�yerors msd�mnx� SCI Infrastructure, LLC Page 2 of 7 117 LQ c? Lq o c? m z 0 Lo C� m ci C� 2 o 6 w z 2i 0 LLI ?2 m o o o N C14 N N N 04 0 0 cd uj > z z ci U) Lij uj < LU LL u- Z u- z w LLI C-) -j o q c7 CE CL a) 0 0 0 LO c) ci c) c7 UJ 2 m m m cw v- as m m 0- 0 o ns E M 0 E > Wa) 6 0) 3: 5 " > Do m Cl) C) 0 w -co M (D 0 E(B > 0 u c o. Cg c) o o CO 0 - 'Fu Ld w �j 45 2 > u (D M E >> E 2 -j6 co 0 — Q 3: > m o .2 LLJ x ca o E LLJ w �: 0� E ac w 'Fu E 0 = = 73 2, 5 (D Lj 0 0 c cd �E 2 c L) w p > en 3 c co _c _c o g� at, c�'o E -'.2 2 C 0 =1 c: cu LU w D co (n U) D uj U) uj LU c? co 0 o a) LO c o a z f3 u IN! r RV cN D LO o ,Is, 2 c4 2L < LU IL W (0 (0 0 U- M z U U) 0 0 co w w U) W 'D a) < co E = i: a) a, a) a) N 0 0 vat 0 E _c ELLJ Lo E E .9 'E L o E o oa �? (-� m LLI > o E > LLJ cy) Lij W o 11 c) - —, n 0 C) co w c', c? U) um c. LU r� Q) W > (j , o a) o -5 U) z o) 0 " , - c, u E U) - o L -m x ,F2 cD LU o .(D — , W :9 C Q m �5 �; -6 - C2 W>l u cu m w I 72 C) w z Zi "c- c) m o c 'E _c ,r I z a © 0 M u LLI 0 o o 0 o = E .2 F C) . co < cu cl� m E E E E -c co 6 a o) z �7) L'no Lo ,u 3 o 0 co Zi m o) 'a 'D -o (D r- W CL — w (v w) Q) w w Q) Z I- CO :�t �2 0 m z a: 0- 1- u- U- U) Cl- U) 0 m cc o o U 0 c.) c) 0 UJ W a) a) (D (n (D a) U) rn W .2 >,:B cL < w :3 ,2 3: , 2 3: z CC w 0 Q) W w :3 -1 - o < E m W0 >oC) 0 0 co r- z z < CL :D D m cu a) cr, a) 0 a) (D a) U) U) m S Ca in X v C3 u7 U) G7 n Cl) 0 va U) of of Lu E 'In co w (D 8 CV clj z E m 0 04 u J� '? co ci Lo c co co IL r- c�l o o L) co — cj QL magi Ln o>v) ca 7 UZ E co c 0 C) ca . no 0 0 0 clj J 0 CL 01 co cD R's 0. c9 0 0 0 Lo E co - Ln co c LLJ 'o J2 65 L', 2 Dares N o '5 03 -o m r- = U) n co c) > Z Uj 6 Ln CO uj o Lo c U) 'o (N rz " " n U) Elur -0 6 �2 mom vc E co 0 < 04 Z 0 < 0 u cD cr .2 mn 0 U) Ir w -60res -�5 lo T,< Z 2 o) > << U) 12 c 2 o 2 (D s 6 (D jz,: ;! d) (D a) a c r_ (n m 0 W (D c �o -0 r- m V; LE -V5 E C) C L) M o -r- I I Z5 6 a, C, a) u c u) o LLJ C) w E F *� = 0 0 m 2) m 0 o �2 co a) 6, co c� -Q o =I a3 C11 E E < 2 < > a) 0 aj 0 N a) (D o) a) C) W > c. A� q)n ® (1) co -a 70 u -o co T -E , 1? d) w V) a,c) Z,co > z o Ir -6 w 0 cs a) 'T cf) r- C) 04 m m m a-m �? =(D m L2 m>CJ LL 0 m 0 ', m < < c,, U- _j C _j _j c, m _j _j 6 Ca 0 m h C] C7 0 W h CS tY (f3 tf) V7 AO? CQ I� 47 I ,< © 0 0 R d Z (() _7 C] CS C] (� 4L o c 0 r L1.1'. ,i M rya cm a 0 6 W a 0' U- Q ul IL > 0 L W c2i c v J 3 co ui in ea l.Ll p�— ClWQ 0 a a C� 1� p F— "I v C, a t? Z uz C3 a + 0 (wT N G9 N FS U) LLU a LtW CL ° D z U Q Q d Q 0 0 0 „�„� co U) U7 CS p U m N 7 7 LLI > lA 0) ^� M U CAA X 0 caa e? X W h L3: U W CC im 0 C1». C CL C C C '0 E E E U E ( 0 N ,� a) W of zh 3k. co to t LL1 h a3 h m h m W U) rn U) 'm U) cn Z; z oa mi o "m W C A 0 'c C7 'e a u Cti m:. a u a r a ..a CD ® u7 U.S ua UA its U} w C0 m w w N F cv z N G is U s C\l m o rn C) .� © O to U.1 0 — n 4 c u7 DncQ ca s o w u1 Uro — c7u - 0nrf ` - UcS - Q� � © ©M cWo W c' . c w o c U7 m a �c US ar tv oa W p f7? Q tla �' (u o EL co, U '3 � ` p < < Na r- < lu o co w c,Ln 0 c co N ' N Q �y tia 'Y Q O7 Y �37' w Cl) = (1 v ? 0 vCn ;co 2) C) o (D � C� �, o w E a)a i 0 Ca ca a -j 'om -j � � W c) O o e a o 0 0 o 4 O t in O O O O) C. z O u•� � z m � rn m m OD v m rn o p ❑ N i O O O O O p O O ¢ IL N N N N N (4 N > 0 w j ¢ U Q Q w >: O U ❑ O LL z R 0 o) 0 o a t W M O p R c _ c a ai LL C C O OLL R0> v (� U 0 m a (j o wN W >rn @y a ) y a a toC60 o c 0 op p Y c U ° p w is d c w o D o.a = R •,� a o o_ c y 3 ? fl. t a O d - C •C C N y ca n o (n o y c (D °� ii c p ca O Y U T R O O E E c 2 p O El c `o = _ > rn 9 a) rn ° ° c m p n o m a o > p Q y a) R U D U) LUa. co o. � m � — o f E x o c is a _ W W o D 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Cl 0 Cl ()J o c z W m y o co LO a LO N rn q fh co O C. )O It N ti O O o W oC) W O ((i ui co O LO h o m N N v N O N to v) oo co M O) N CO m m V C0 �j U a ¢ ri w v) Q9 u9 to (s c»(s) U9, w c»(» wa 0 O LL O LL O LL o Q c o H lil 70 a m co (Dc n ca W W w = D m a oaC a ~ ° m o £ E ❑' d E R LL F (L s (°7n aE) L) o y Z U w Q co Q m `m c Cl) V O ro a) as ¢ (" is a) w a > � � _ ,gym -2 cn E L E U o_ o '° 0 n d p 'c } no. F > R l4 U R a) ¢ c ¢ � U. O p N O U T C D C N N C N R O Y U) z (n m ¢ co a a y N C _ _ O W cV G 7 0 C W w W OD O) p op p Cn ao w p W F z (D CID > O a) a) GiOto = R a) CCU ¢ ¢ N h a¢ p) pQQrn U x rn z C 4 � C � a � `t 3 c W a � m N o _ o _ w c N co F- w a p '� U p U d V- 4) C%l a m y p r W CD r () C a) CL z p m N CO 4) > 3 (D a) O L A 3 2co m y W LLNW Q' YrfnN F- U a f f Y i w O W o c0 U > In x C7 O N r co m 7 y R N c) l0 n co W) V K O } I, N M `p w co CO N t(p p w O) r p U U to M v Cl) > � ce) P- [nOO � ('/ C } � ch c7 co U WW O R N y1 iC) a O N O 9 O 'O N Cl) V U O V w O C U N d '6 O a 7 m a Q) Cl) co j N 'v > >+N a co U N co y Q p ti c - O m C O O p MCD m 0 CD 7 m 0 R O N O N p I` C Z y a o_ Q0 vpi marnN LLlapc�o ` oQv rn W a. 3prnL� Q; oN E co oQ � Qo y v n w y (D CO Pv Q Zm0 CL caI= 0 (n y > c � m coo CEI acio v o - CDC c v n co 3 j - L a Q to > N o (a A > 3 Q Q U > r°`n R O L a p c Q Q of E U a p rna o o 3 L Q rnU R° a) p r y c Q �' p O omro � R Em � � toW UyUfO '6 c = �N Ho � v 188Uj C df0m � = uUi ° � > o= > > g rYn R p ° CD � > o m m m � < I (n !� m o fl � ¢ w � > Li E rnZc 4) �o T c c } w U c `m (+) a oo rnU 12v E > p0 3 o m R (� a� °CZap cOo c) i ° v a) p Rr R C 2rn ., N c � 30 > c) .ao x (� a) = rn R Oo U YV � LLoO w � mC7 fnNfn '0 0O m -� � `2 U � J F- NOJ 6to F -� Q2 a.- C) 0 LL co m Z �2 CD (N C%j N N CA N cq LW 0 LIJ 0- LLI Ld < LLI U L) LL LL 0 CT E ui > z 0 x 2 a) E U� w 0 w C) tL E2 > U) x m 0 Lij 0 CL IV E IL E w a > a) 0) w T) 0 3� 6s c 0 C 0; M r- E2 M.S fn 0 - 6 E W 6 2 — C C) CA cz M S -a ca 0 7 3 co> 0 CL > m 2L X 0 CU W X w ED t� 0 0 Cw7 4 C7 C) 0 C] q CD CD 0 Lo 0S76 6 LO CD r- C) CD CD C:) uj C� lr3 C� 0 Ul) C) <0 ko C) to LL 0 V- LO 0 LO = n Cl) a. w to a. LU m a) u) LU w 6 p L� a) 06 -2 0 0 IL 0 co 0 V? U) a) 0 , c CL t!f 0 CA IL U- 0 C. a)() 0 o c C14 �5; z 0 U) i--�" cm w 2 it < (D C 0 U) u 0 0 E ® .0 CL CJ c - M (.0 =1 a) U- Cf) LL 0 E Y) cv tag CL CL CL_j a) (U '6 c LU ui cm 0 0 w LLI c 0 U) E. En z C. 2- EL 2- 0 0 0 m co 0 �6 r,� Lug C� cu 83 00 C, E I E CD E 2D E CD O LL a0 C� CL a LL C.M U) CD U) cn (o cn C14 LU LU D iuj 3 LU w < (n LU M: cv m E z 0- C) !� co 0 -0 0 L, , to co co 00 to CIJ ID m >, a) co co 0 cn U 0 a) 0) co CD z ...90 0 a 0 It 0 't L9 E- w 6 LU w co E, 0) cl, U) '5 C) C? CO U) 6 A C CO co co Cl) E - c E - c: Lo co CO -C) co "r c 0) 0 " 0 C� co - 0 CD Cl) W m Li U) < . N L9 < to m LLI q cj C: 0 CL cn M I o a- o m C) crs >, 'T N . z af 00 V) 0) m E -r- 6 m ol 10 m q. w N -0 a) cli co Lo (n 3: co U) u co 0 Q m Q 0) 8 C-) L) m z < Q,0 C, Lr) > m -E '6 2 2 < E 0) 0 C) cj 2 a — — U'l — '(7) �: _0 < 0 m N -4 Cc: 2 C: r_ cn -r C: >'S C) '2 ID 3: ,e c? a) j2 0 M Lq 0 E 0 M U) co �j 6 1 ca CL ?� L) co 0 :5 m LIJ M 0 C:) 76 Lp Ea C) -1 CL a) x C6 E E E U) CO ;- 5 a (� cu Cl m CL E a' > -J Lo co w U') m C: CD 0 , < < o m CL 78 0 o - (.0 U) 0 C: mx a) Co X CL D co U) 0 CL M a; C, 6 0 5 > o a) x c '§ c2 >< m uj 7 a_ LL -1 0 co M 11' D LL 0 U. 0 - U) T- U) < ,- - R 't 12 c) 0) C', M LL M V) (D Q) LL 0 U) OM t4i CL uj 0 C) LL c C) 0 m C) to �o to 0 C) o a o c < C1, N C14 cq C4 N (N N N N 0 < D ui w U) 0 < ILLI < C) < U) 0 b 3t 0 w 2 > U C) Cl) cc 0 Ell 2 D cr- cu w 3: IL > a) 0) 0) m 'X of 0 E oj cc > cl) a) m 2 0 a Q9 0 w U) 1.9.1 c- U) c- Z) x 0 q q cq q q q q F- 0 m P, LO L-) m 0 LO 0 C) N m eq m C) N ui z n IQ �2- (C� Ili Ci Cl) CO - Z) 6 r4 — co �T co 0 0 2 — co P- co Cl) eq LLF a- < C4 D� w U) Ls> U) U) cn V> LO n 0 r_D J= co o0 _0 > 0 LU cp 0) w 0 0) m C/) (D E > >a) cu LL CZ m w E > 0 ry LL -C > 0 (D E Lu 0 E W W z 0 2 .2 �-u Z �5tfi z 0 co 0. C) a) -0 -0 0 CD f-- .6 a, r C; . m w E <D > IUD a) M 'D n < T m (1r) L C) U- 0 9) 0 C: 16 m = 'CL M 2 :3 C: :�i 0 (n 0- (D 0 0 0 LU r- > 0 r- = < m a) CY) m (D -J ui�2 w 0 3: CD �2 �2 as �ij 0 m o (V 42 cc N 1� E2 > .0 CD a) 0 a) cq IX U) U) 0 E E 0 C) 0 cn C: Ld 0 0) 1 5 co w w a U) o F- z m w cr) > < c 0 0 co < 0. r_ < �j z w 0 co >c6 E LL LL 0 (D CL M (00 L) 0) (D 0 0 cq co 0 cl) c U) N LL io M d d 7 LU LU LU CD E m 0 as cai as 0 0 0 0 m CN C? (0 (N 0 t 0 'IT I�t L) U) (0 It — 0 N c U) 0 0 z cq N = — 'T to co ly co CD 0) — Lo U') 0 w m -0 2 C:) C6 a) LO 0) co 0) L) U') U) LO =1 �r 0) . r- CD C6 Cj 1 0 r- OD (D m W 0 z Zo > C) ML, "i 5 Cp co 0 (D 0 LO LLJ m V) M 21 0 (6 F" r- m < C.4 6 , — — m 2 o (N c r- z m a) C', N — C� C 00 't 16 Ln 0) a) m > 0 0 CS > CO (D '— 'T 0 U) m . 0 *,5 3: c) M L) m w -4 MD (D U = 12 co C, U') m m 0 0) m E a) m o CL - co (o co CN s omo 0 z 0 a) CIJ > N _j < a) < < .(D C) < C) 0 C, o 70 0 a) LO CL LU M 41 0 3: "' c 0 G o L) 0 L) F= 2 (D m < E E 0- co o = (n o Of > cn CL :� U) m CO LLJ CO -3 m S2 Lo > V) U) z co z - Lc) E u CL 0 -2 - < � :� �t >,CD Ca ter 0 0 C� 44 ID to -3 �co 00 0 'D �- C'I C� It �o 0) 0 0 Lo 10 :3 ID m U3 0 m C C:l > 0 m a) 75 .2 co U) �2 u3 o- LU 3 U) c) �2 m z =) =,CY 0 U) m < cl) > 3 c) CO co N "2 0- Q' w 0 C) 0 z (D to n co 3: 0 p �2 Cl 0 n 0 C) 0 0 < a- CA (14 N N N N N C14 N I'l aQ 0 0 2 CD w ui 0 U- CD >nf D 2 E w C. 0 C) 2 0 C� E > :D cz M. C: CD E 9) m 0 0 > ca 3: E (n �n O 0 m c 2 D 0 0 m El CL 0 0 c (D > a) E C 0 0 a) -a 0 cl) -0 E c w w :D F. D s 0 w cl) w CD (D 0 CP rD LO C) C) q q q C] ll� O 9 C? C) r- (D C) LO co m So cq U'l co I uj CAD i cl Iq Oi cl Cli CIZ U) - 0 to m (M CD 0 Z; CD r, m = :F it co I- LLT < cli cli 0 a. ry CL cu CL E -D 0 a- LU m U)< 0 lu> U) 0 2) act < LL Cj E :S > C) U) L) z 0 LUE C) N0 c 0 U) 0 m -cr C; 0 1 - 'Z- L) cy) r E5 -0 a) m —1 �0- a) ly 0 0 (L 0 U) r� 0 o = mcoQ > tn wco < (1) 0) CN (D > 0 0 L) v o to D -i C) LL 0) 0 0 t3) a) 0) L, w V; L cc LLI w (D L) L,J z CD m c tA 2 7 z a) < w < w ED 0 co = " 0 16 Lo Ca CO >1 (3 E (D 0 0 N 0 0- LU 0) LU CN CD LO m z 0 C 0 o co It m CD CD w 04 LO co C') a ch -. - (D 1- 0 0 Cl) 00 1 U) 0 �o E Cl) CD Ln 0 (D I- w L6 c:> I LO C� r-- co (D Ce) 00 co ca 00 �o cn co t= 0) co L) U') U) 10 -N rz C: co co < co 00 z tn :�� >,�; A C5 LO 6 < > o U) LO m 0 w co C: < 'o 0 Lo 0 CO Ln E 0) E .— a) i� 0) N C) C,4 Q) :--- r= L: 0 z 0 > 0 m 041 co > 0 a D 3: - < - r- , - 0 m < a) M < = E 0) < o (l) LI) 3: cr _0 co m I- co -14 M m m co 0 r C: > -FZ Q) 00 (D 0 LO W L) (6 < C, cn x 2 C� o U) R tJ CL 0 E m >01 cQ ) cu C > E C', m (D < CL 0 '0 x CL 0 a) o 0 m 0 5 U') in �: CL �- 0 (N U) C/) LL 0- (14 (D < a- < F0- C) cD, LL co LL < LLJ 0 0 0 z0 0 0 Cl CD 0 0 0 LO z co 00 0) OD rl- 0 < CL cq C14 C4 (q C\l C14 N N �F 6 0� d 0 0 LU < LU C) < 0 < 0 < z 01 L) cc LU m CL (3) o CC aCL 0 CD 0 Gl 0 > LL (D 0 co C: 0 �o 0 C, 0 a) L) a x c CL CL o as 0 Cl.' > 0 0 Cr 0 0 0 EP -Ft (D (D a) > 0 ca = CD 2 co C: J= 0 E 61 -6-0 D V mco Of 0 m 0 0 U- 1) uj 76 —CU> Q) 0 cu 77 c 'E 0 2 CL E 0 77 5; a) tf > m (D > m (D co x '0 M m Q) Lu M CL uj 0 W a uj -i U0- -IDj 0- Of CD C) C) CD 0 C) CD V- O C7 C7 O (q n O Q) m 0 Ln 0 V- z m CD m CD t4 m r- C) 0i (Q cq W rl� Iq LU D m C, 0) N U) coC 0 co co OD 00 m 61-0) N 00 Lj 0� 2i Cli (q r CO- LO w 09 w (n U) VDI V� F- 0 f 0 EL (D E E as N Q)W L)> 0 w a) cn cc 0 (D w o 0 (D 0 0 > N (V a; Q) mcn F C: n m 0 L) U- C: m CL KD 0 0 KD 0 CL z 0 0� w CD a) JC5 Lo C CL cr 7 0 m M 0) Q U) = < c� C.0 Ce E m CD (D (o CD > �2 73 0 -1 6 CL cli C: CC. OL E QJ a 0 z 0) cn 0 0 0 0) W 0 — LLJ W co — w U) 16 (N w LLI w N z It <cn 2- < (D LLB 0 co < 0 it LL 0 a� o cc LL CD U) Lo ct) Lo 0 < Ye LL LU V) LU z < CC7 (3 0 0 co N N -S Co C) Ln cc 16 C) U D (D C14 C? 0 U? U) 0 4 ca LO cli 0 z Z:: C3 co LO cc co w L) Ln cq (D OD E LO 0 a) U) U LO 0) C) Lo in = t� 3: M C? 16 00 C6 m o) oc 2 0 co - "r . �; w U') A co 0 OP 0 �D L? — I? c CO cl) m Cl) CO CO m 0 It CO m LO 'T I? U) 00 U) z C, m ,c) C� CN C'j A " N U) 0 0 ash 04 co m co w C71 N M N u a) m Ln M co Lo Cl) M (n co N co a) > N 0 < r- F= 0 < U) 0 z < cfCL) m 2 < CD V) a) 00 (D a) a (D �q 'D Cl) D co E 91 V) 0 - -,5 (D (D 0.— ?: T r- -o c� E I a_0 .- E > b �u co o a) 0 CD (D m Ej- CU < 0 0 -2 ; d cu E 0 -2 T 'D ':' a -x 0 ?� LL Nt. Z M 0 ?� 0 (N X M o C, cf C) cn C:, Cl) m CL 0 F= CJ 0 E o E c LL 04 a cc (D a) 0 m E > :�, (, m 2 m -0 �2 o s T 0 L3 m ru (D N 21 0 o CL) 0 y o- U) -j F, cu 0 w r_ - IL �- F-- C) 0- 1 C) EL (o (3 N "') < �, LLI 0n -Z 0 11 z i C14 C14 (D C� C) CL cli 0 N C�cq 7 0 w aj C� b b co Z) LLI LLI w < a o z LL U; T) co U) cona . w > 0 5 D. 7D E cu E 0 w 2 cm U) c 11 (n 0 C6 0 ro m 0 0 C > Q) 0 �: > 0 co LU Q- .2 = m 0 0- a- 0 X CU x E := m LU :D UJ cn cu :3 S_- 0 0 75 > CL 2 E 0 'D ' w a) a) u m 1= c Z� b W-0 > (D x 2 C 0 c) w T -0 �m C) cr) cn C: U) U) cli 0 E zu U) 0 M Q3 0 0 0 E E u) E m a) LU Q) CL m w (v -0 m C2 o 0 0 o C) Lo o CD q q q � Cli o Co Lo 0 co Lo Lo C) z N N to Iq co 0) cm O� rl-i 0 m 0 co co 0 0 fl- co Lo m of 2 Lq Ci Lj F- IL < N C-4 LLD ca (a to U") w to U), 0 M W cy U� Cl) LU EL w q) IL r� m c) 0) (3) cu 0 I�r c 'M co .0 > '4 CD 0 LL % F- o 2 E z 0 m 7:7 co CL :3 cc z -D > < c) 0 < 0 < 0 Ua CL (D 'C� 0 E 't m a 3: (1) r-- 0 76 3� Q CL 0 N-0 E E L) > d) (D 0 u >- (D W 0 C4 mra 0 LL < LL co w V) 00 (o w CD CY) W 0 16 E- c w L (D a) -5 Lo U) > < < C) 0 < < U m 0 > It < o n E o 0 > 0- W N0 < C*4 0 co U) m ro E m co X cD (D ci D U) LL cq W �r Co LU u U) w 0 cj Q) 6 E Lo < z 0 W) 0 0 C: LU 0) Y) 0 0 cc U) It cu 0 CD C> C) CL CU C) cli 0 .�= to 0 N Lo I- M CD 6 CD 1- E 0 L) Nr El 0 Ectiw z n 00 C) Q� o 0 C), 0") -j CU N M w w co co 0 E 0 'T 0 5 'L Z co 0) Lo CO M co 0 z > 0 0 Lo 0) 2, — to L-) 0 < cq < CJ b 0) 67) 0) U) LLJ X� c 00 0 .0 C, cj (0 - L) -0 < =3 Lo z 0) < m (D < 0 z < > < < D 0 z E 0 3: CL r- (D -je (n 0 > 0 U) < >1 - 'o 'E q) =) < a) C" cu s-- -6-2 > ll� -i 6 C', > < r c L) co .2 0 �5 M X .0 0 m D ca c o 0 :3 >- :3 CL > m 'o m .2 o U) a U) 0 0 LLJ Lc � 0 c 6 () o w N C) Z Lo 0 = -�L 11 cz 8 0 = . - m E m -E 0) > Lo co E x ua 0 4z M W CD 0 CD 0 m 0 1-- 0 1 16 ca m LL 0 CD �2 -5 �N­ n N Wm LML b cc . CJ U) m UM) a: w L) 0 U- 0 0 0 Cl 0 90 z 0 C) 0 < C'4ry (N JU b'd a: 0 Lu CL C) LLI IL ui LL < r < ca cn cn fY 0) CD 0 0 LU ci CL 0 E M 0 6 M cm C) , U > > 43 CL Z5 a) cu m '0 w 0- Q iF= ro 16 0 c 0 x rr E as LLI 0 8 - > 0 0 _Z5 0) cc 2 0 CD 0N 71 0 "o 0 CO Ch 0 r- LLJ 0 c;0, 0 m o (D 3 0 0) 7E E E 0 w �= E- - (D (f) ww 0 0) LL a- 0 a) ui C\l CD 0 q 0 qCD 11 C� LQ cq � 0) 0) LO r- LO LU C5 6 r— 0) L6 0 m Cl) CD n 2i co m CIA to Cl) m LLF L) < LU yr W a Y) 0) U3 U) w 0 m D 15 UJ ro rop w LU 0) co a_ c ci r-- U) 0) cO 0 co M CO r_ 0) 00 LO u < Z U- 5; 0 < z 0 U iam c0) ID < w > t0 ay cli m ro 6 0 C? 2 W W E Cl) L) W 0) LU 6 0 2 2' Z3 2 (D (D cu 0) Vim' U) "r OD 0 0 0 M (D CO (D M (D ro U) �r CO Z ui cf) E n- N IL w w < E wc T 04 r- cn as g (-) N z 0 ZM w < CO C.� c s a) Lu E of Loa (D N L) m LO 0 cc CO Z) Lim N < NC:, CD I I 0 w to Ck) w 0 (D N z C) 0 m —i cu w a I of Q m -i CD LO LO C) - R - m , (,) 0,-1 U') -. 7, " 'C2, 00 C? 0 cu CL 0 0 z LO CD �r 0 0 5-- - P�l co w co a) w ce) LO tn ,3: E 0 CO �d 4 cc cco, 00 CO _x 0 16 CD 0- 7 1 0) m 9 - w cu lt 0 :3 Ls CO CO Z o a) 0) 0 w < Z 0 U) r (.0 0 r- CO C:> -6 r � c I'- CO CO 2 C Z z C14 :3 (2 00 to C, . N Ln 1 0 i—Y -ffio E :� < > 50 0 10 a) < N cu N 0) 0 0 CO co — (D " . M U) W C > It C6 co IL 0 < F= a > cc 0 E :3 < C� oa I C14 0 C, M 10, < > < =3 < - r_ < 0 z CD W �i R L) (D < in; = ID r_ 75 W -5 6 < 0) E < -6 0 C- R: 'E U) m rl E -0 -J C 0 w :3 z P 0 LO 'T i� , c --I a 0 W a) CN F= o o 0 �e a) cu x LL Cc) o> C', Y 0 0 CL (d(D s C�C: n- - 0 -0 LL (n U) 0 C.) 3: cz a) C:l CD CL x 00 .0 0 -o -r.- cq 'a CD E 0 E r < 2 d) cu 0 0 0 m CO u R C) rD D 0 0) 0 :� E -��0 F= ca a) m :3 = �J) m w c , a) L ) 0 C75 w - 3: ;F,c :D C) � 0 C) b 13 ("Or J) <' E A F- :I_- U) F- 0- < 1-0 L (o F9 0 W, (,) LL < 1 0 U) �- w LL co m co 0) m 0 0 C7 C. < tb EN N NCN 1.� ZE w x ::o 0 C6 LU C) z 0 z < z U- to Im 'o -F Ca to m cu > M (D �Q 2 Q) Q 2 o C7) E 'o-) 0) 0 CL 0 co � = 0 3� m 2 -S2 a) 'Z CU 'a .9 'a LL M 0 0 ci .0 a) 0 -0 m cc > [T- w -�; 2 0 > a) P IL 2 E as 0) CD 9- E 0 a- cm 0 r- 0 co co > 0 E 2 -3 c) '0 M m m > cu m E (D -a CD > ci d) E2 0 E L) KD 0 .2 �3 M, 0 U) 0 CK (5 0 Fo s C-) a) ca 06 .2 -D �5 2 — 0 F 0 c0 asE m co > E .2 a) 0 0 c x ro 0 CD 0 (5 0 o o co 5U LU co F- 3W 00 0 LO 0 0 1p o co 0 o rl co Cl) v cn r� co (D l3i cq (q Vi (Q C� :3 co LO Kt 0) QD r- m 0 0 C) m 0 m rl ILLj 2 co cli m 0) (q cq cl� Q < C4 m LO r in LL w crr s, Q'i 01), U) V> L) CL LU z 00 a rn tn 0- co co F- a) a) W (n C: (D w w CU as O r- co CL (7) m -0 LL 2 LO 0 = &; CL 0 W LL 73 22 1� .0 v 0 m LL 5 0 -5 =i Z =3 -'Z Ln 19 CO m C) CL < vrn z 0 (1) �; 0 = " E m w E 3z m 0 c 0�-) 11 z < 0 0 U) 0 C) M 16 c U) ci c U) E co as I co a) c) o E N E — w 'o cf) a- (6 CD E LL Q S > I 'n co C (D = 2 w 0 X > 2 2>0 CD 0 c ip 2 0 u , a) W co 0 �L C? 'Eh E G LO 0) -0 N CC E as M > C�� > (D =M M c) a) 0 N f-)CO CD w cl� 0 W m W z a- U) -6 1 U- Cl) c�2 E2 E2 CD a) w 0 Z LU w > z LJ N (l 0 C. 1 U') w L,IJ N < m co m a) I N C4 Q) < (D a) < 0 40 c c 0 > -0 N 00 z < -7 LLJ _0 Ci < 06 < cu 0 w c co a- Ci 0 N S2 (D C) C� E 0 LO Z _0 I 0- P, CO C,4 W -,t tSl N co co U m U ra m w co ai w 0 LO 0 co 0 Cc: D: 0 0 t cn C, C) Ln cm: -157) LU F= Co Qo M CL 0 Z CL 0 W 0 L? E r, C,4 i2 C0 w IT cc y N M Co c, 0 Q0 r-- LO m 0 M IOU CD co W op P- o) co M Lo _0 v 0 LO r C? co N c o m -6 - Z 0) co z m m ro af LO 0 C, cli Z) 0 It cu cu co - co Z- ID 0 < L6 0 -, 6 w m (D < to W CA 0 N co m 2 > cu ,c o 2 0 z 'Ir co - Q� (n 5, 2 CL 'r- 0) ci 42 c o g E E2 0) <0 Z, 2 0 C: 4 73 co S a) rz 0 v as c LL 'a m U) CZ CU >0 m (n a) r_ C� w 15 3: 0 r_ c 1�, a) 0 5 L) 2 CL < 0os ',�j CO 0 �o W 0 -6 c:- o E cz,10 m C:) 0 C:, E v o Lz 0 o ca ('U Lv C, w 0 1. 2i �: z>: �t Y IT, 0=0, 00 �, >- G� o- o 0"- Z to -1 :5 (3 0 T- 0 N < U) LU C) Of 0 _Q LY LL Cj 0 0 0 �O z m 0� 0 0 0 (3) 00 fl p _j c) O 0 4 0 C) CD O 0 < EL C-4 CN N iV N N C11 C11 N VJ ❑ U m Lli Iv E 0 c cn (4 0 M -< o ID M o p LP 47 LL cc cn 0 C: > C—: 2E > 0 Ch ca 0 0 iR C N ca .2 0 '�6 10 CO M :2 Li E (D 0 0 0 0 D r_ > V) 0 2 2 �; M m 73 co W w D M ww w 0) LO V �O 0 Ul) C) co r-� 1' C� C7 Cli ca 00 m C6 U� LO 0 L) 00 C) C) z w Ci 17 (D 'IT 'o �2 N N h CY) N C) to C) cc r--� IL < c ci - w W w an ua co V) w 0 W a) L) c: (1 rz (D > m w ) T co 0) U) q�-J (3) $ cc C) CU 0 0) m w > El 11 (U c� a>1 a) .5 io c w (L as 0 L a Q� L U) z 0 LU w cCZ Z N c is n a> S C14 N > cl) a) aU) E cn < ay 0 to > c3 0 IL 2 0 a) 0 r) a c 0 cr cl = L CL 6 E 12 :3 M (D 3: U'i y >- 0 >- Q CD C: m UJ C) w LLJ m z 2e U) Lli C: LU m Cl)Li E c cr) to m 4 1� Q. (D CL 0 -q '6 .2 L r za F= LL E 0 3co ww ) LL < 0 0 c 0 6 C:) a- U) U) LU 0 If) Y LU o6 an Y. Z) 0 C) LU ISy cn 0 O rQ as uj CD = LO E a) to cu p Co CD FZ 0 I-- o Ln y (D 71- :11 0 — CP c c r- r_ 0 C� to a) c ca Cz N 0 - 0 Lo LO 0 CL 0 cc V u Co C4 co m 6 t 0 m > to -0 a (D z 'IT r- E E 0 0 L? LO cy to co 0 '? E co rz 16 cn 0 > CD 0 m (D C\, > co m 0 >0 C? 'r m Lo Q OD w fn > z-C. C) 0 4 1 z < a m cc (D (0 cq z Lo 0 CO .0 N - -0 =3 0 Of t Cn �o co a) cn LU M m ca C� cc E 2 - 2 2 C: E 0) 0 z -E- �c 3.1 0 CO m a) > a) 0 > >1 CL D E < E 0 0 0 0) m 0 r OD C-) 0 1 En 0 uu')) -0 7� 0 LO 0 Cl) C6 (D o 0 a cE LL 2 LUU) '(DD CL cu -0 0 73 E C\l z 0 LL C\L LL 0 0 0 r — rz 6 c V) q -0 C: C:) , 0 m o4 (m t F- cm C) 0 ca as 0 C:> CO = M co m m m 00 0 W = ::� 0 LO a C 0 co 0 N co (n LL Cj < cu y a- E N ❑ 0 0 0 z 3: 0 C14 Qj W 0 Qv C: 7) Q) E T V W L) c (D w -2 0) m N.2 a) LL -C r_ a) L) IS, 0 E y 0 a C C: cr U) (n Cc E a) = C: =3 0 2 0 o cnN 'o -0 -10-- > 0 E E 'E -05 8 - a) x 3: E 0 E Cc U) 0 0 F- > w —: :E 0 0 ❑ 0 uj E -0 0 0 CL w p Qa ~ cti 0 m C CD 0 -0 D 0 > 0 0 a U- C3 u 0 E ,D F- w 8 il; J_ .9- a) 72 '15 UJ Lil 00 CY) 0 0_3 W a. U) �v EY -0 0 0) 0 C) L)<c-C C',OD w .2? z 0 0 < e en CL 0 w co co m mc>, �j co m 0 �:- E < (n 2 N m 'E w M Im 0 L� ID 0 C:) 0 o (L CO m (D E 0C E nt a) w F. Rl-C C) a) IL N 0 < co U) L: 'D 0 coo na C) s rn 0 w I a) 'a:S co F= c: E w w c D- 0 :;: o a) , C > z L: w N CL 5 C7 uj z Ir co C9 0 W < L6 = - >, E is ..'t ai m M LO T c 0 0 0 a t6 as CZ cq C,4 CO 'T 0. (MU r -0 :3 0 CO LD cn to (D 0 0 0) :3 w x 1.7 cn m D >0 l', 2 E 0 z 2 o. �: ILI) _" W 0 C) =) > �? E U) 0 m cu 01 0 Z E rl- c" w 0 0 A titC? ou 0> 0 UJ 2 (n z CCOO .2 .02 C>11 �i El CD z co cl .2 w E -0 < a) C-- 0 3: CO, 0 o w < a) en 0 oE' Umo Pm m z 2 > 0 U) [2 7�5 a) -2 (D 0 cc C13 a W x 0 CL m cm E oco) ps m 'C� E- ❑ M cu 0 w 160- REVISED: 06/19/2015 EQUIPMENT ITT EARTHMOVERS Caterpillar 623B Scrapers 3 Caterpillar 631 D Scrapers 66 1 9 I DOZERS Caterpillar D-9 Dozers 1 Caterpillar D-8 Dozers 1 Caterpillar D-5 Dozers 1 John Deere 700 Dozers 1 John Deere 650 Dozers 1 John Deere 450 Dozers 1 EXCAVATORS Caterpillar 349E Excavator 1 Linkbelt LX460 Excavator 1 Caterpillar EX330 Excavator 1 Volvo 21OLC Excavator 1 Komatsu 240LC10 Excavator 1 Caterpillar 320ELLR Excavator 2 Caterpillar 314DLCR Excavator 1 Komatsu PC128 Excavator 1 Komatsu PC138 Excavator 2 John Deere JD 50' Excavator 1' Yanmar V-1045 Excavator 3 Kubota U35 Excavator 1 1'' Q F 2 REVISED; 06/191201 EQUIPMENT LIST TRACTOR/LOADER/BACKHOES John Deere 310 Backhoe 2 2 WHEEL LOADERS Caterpillar 930G,H Loader 2. Caterpillar 962E Loader 1 Caterpillar 928E Loader 1 4066 Caterpillar 950E Loader 1 COMPACTORS Caterpillar 815 Pad Foot 1 Boma,g 172 Compactor 2 m Caterpiilar CS563 Compactor 1 Dynapac CA 150D Single 1 Drum Wacker 1.5T Compactor 1 MOTOR GRADERS Caterpillar 140H Grader 1 Caterpillar 140E Grader 1 2 TRICKS Mack End Dump w/Trailer 4 ' Mack End Dump 2 ARTICULATED TRUCKS John Deere 400D 4 SWEEPER TRUCKS A 1p Tymco 600 1 src erio.aaa'c ,a. SPECIALTY EQUIPMENT 3-4000 Gallon Water Trucks Asphalt Grinder Light Plants, Generator Sets„Air Compressors Sweeper Broom 2GE2 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (August 29, 2017), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. �, Q1 INFRASTRUCTURE, LLC Bidder's Business Name Signkdr�e_ of Authorized Official* L I Printed Name C OtJ-U-Psc-7 t!rE-_,L- Title o' 2- 2 VJAI Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Hawley Rd Levee Connection to SR 167/Sch1leicher 21 August 9, 2017 Project Number: 16-3013 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 twenty (20) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 0 g - SCI INFRAs"rRUCTURE, Li.LC ,NAME ADDER Signature of Authorized Representative (Print Name and Title) Address WA -26W6 Hawley Rd Levee Connection to SR 167/Schleicher 22 August 9, 2017 Project Number: 16-3013 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: qV That we, SCI Infrastructure, LILC as Principal, and North American Specialty Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal SUM of Five Percent(5%)of Total 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 Hawley Road Levee — Connection to SR 167/Project Number: 16-3013 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 29th DAY OF August 2017. SCI Infa�r tore, LLB PRINCIPAL N=omeftan Spec ce Company StXETY Joanne Reinkensmeyer,Attorney-in-Fact 20 Received return of deposit in the sum of $ Hawley Rd Levee Connection to SR 167/Schleicher 23 August 9, 2017 Project Number: 16-3013 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS.,JULIE,A.CRAKER, KAREN J.SMITI I and JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorneys)-in-Fact,to make,execute,seat and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the:nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS .............. ...... This Power ofAttomey is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and hold on the 9"'of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal Of the Company may be affixed to any such Power ofAttomey or to any certificate relating thereto by facsimile,and any Such Power of Attorney or certificate bearing SLICII facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." rj P,U T Y By =9 a— SEAL Steven P.Anderson,Senior Vice President ofWashington International Insurance Company 1073 yi= &Senior Vice President or North American Specialty insurance Company !M &AMFS�"jp.Alt ON By Michael A.Ito,S—enro-r-VTccT-r-RsM—eut ofWashinglon munt, &Senior vice President of North American Specialty Insurance Conipany. IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this I st day of May .12015 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook SS: On this I st day of May 20 15 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and MichaelAj _L(LI Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duly swam,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies, M. Kenny,Notary Pnhtic 1, Jeffrey Goldberg, the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set try hand and affixed the seats of the Companies thiS Tay of:,�5�— 20 -- rp Jeffrey Cooldbcrg.Vice Preskinit&Assistant Secretary of W,Aiingion international Insurance Cumpany&North Aincrican specialty insurance Company 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 th!e 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. Hawley Road Levee — Connection to SR 167 Project Number: 16-3013 NAME OF PROJECT 'i INFFIAS"rRUCII)RE, NAME OF BIDDER'S FIRM 1-'A GNATURE OF AUTHORIZED REPRESENTATIVE OF 13IDDER Hawley Rd Levee Connection to SR 167/Schleicher 24 August 9, 2017 Project Number: 16-3013 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, 2r 3, etc.] NAME OF CONTRACTOR: jInsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:tInsert Name of Original Contract & Project #, if applicable) ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signedl 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 $ Hawley Rd Levee Connection to SR 167/Schleicher 25 August 9, 2017 Project Number: 16-3013 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: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Hawley Rd Levee Connection to SR 167/Schleicher 26 August 9, 2017 Project Number: 16-3013 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder"s Name ....................12, Orderof Contents...............................................................................I..V Invitationto Bid..................i.................................................................2' Contractor Compliance Statement.........................................................................2' Date............................................................................................M---, Have/have not participated acknowledgment..............................ED-' Signatureand address ................................................................19-11' Declaration - City of Kent Equal Employment Opportunity Policy ........G?" Dateand signature .....................................................................113,/ AdministrativePolicy ...........................................................................111"', Proposal.......................................................................I...!..................... ' First line of proposal - filled in ...................................................02"', Unit prices are correct ..................;..............................................I� Subcontractor List (contracts over $100K) .......................................... Subcontractors listed properly............................:........................D--,- Signature .....................................................................................19" Subcontractor List (contracts over $1 million).....................................Dal Subcontractorslisted properly.....................................................................113,-- Dateand signature .....................................................................03-- Contractor's Qualification Statement ...................................................1� Complete and notarized .......................................................;....... Certification of Compliance with Wage Payment Statutes....................2' ProposalSignature Page......................................................................113--- All Addenda acknowledged .........................................................D-' Date, signature and address .................................................................. BidBond Form ...................................................................................... Signature, sealed and dated ......................................... .................................U?-- Powerof Attorney.................................................i......................M--' (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form .................................................................21 Signature ...................................................................................1.M"', ChangeOrder Form..............................................................................2"' 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. 13) 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 DENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Hawley Rd Levee Connection to SR 167/Schleicher 27 August 9, 2017 Project Number: 16-3013 PAYMENT AND PERFORMANCE BOND (KENT TO CITY OF KENT W AA NIIIO 70N Bond No.2262604 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, SCI Infrastructure, LLC as Principal, and North American Specialty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $88,657.80 , 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 Hawley Road Levee — Connection to SR 167/Project Number: 16-3013 (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. Hawley Rd Levee Connection to SR 167/5chielcher 28 August 9, 2017 Project Number: 16-3013 TWO WITNESSES: SCI Infrastructure, LLC PR I NCI PAL (enter principal's name above) " BY TITLE: DATE: .. .. DATE - CORPORATE SEAL, PRINT NAME DATE September 7, 2017 North American Specialty Insurance Company SURETY CORPORATE SEAL: BY: Jp2npe NeMensmeyer DATE: September7,2017 T I TLE; Attorney-in-Fact ADDRESS: 1436 S. Union Ave. Tacoma WA 98405 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond, that c c.1I Who signed the said bond on behalf of the Principal n t2 c' oc, r_^0 -r: of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body" ,I . .e4 SECRETARY OR ASSISTANT SECRETARY Hawley Rd Levee Connection to SIB 167/Schleicher 29 August 9, 2017 Project Number: 16-3013 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: THOMAS 11.HFNTSCHE'LL,BRADLFY A.ROBE'R,rs,-JULIE,A.CRAKER, ............... KAREN J.SMITH and JOANNI.,',R1.-,INKI-1'NSMEYER JOINTLY 0 SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf oreach of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bell(]or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS ............- ---- .............. . . ...... This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called anti held on the 91h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying tile attorney named in the given Power of Attorney to execute oil behalf of the Company bonds,undertakings and all contracts of surety,and that each Or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the sea]of the Company-, and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate hearing such facsimile signatures or facsimile seat shall be binding upon the Company when so affixed and in the filtUre with regard to any bond,undertaking or contract of surety to which it is attached," %H111mu"4, QNAt IrS By Steven P.Anderson,Senior Vice President ofWashinglon international Insurance Company L &Senior Via President orNorth American Specialty Insurance Company !M I it &Senior Vice President orN'00b Ajuvricu"Spvcirdly Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this I st ay of May 2015 --L—d North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook On this 1st day of_..,._ May 2015 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and Mic'11'a'cl A,lisp- Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company,personally known to me,who being by me duty sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. M Kenny,Nmritry Ptiblic 1, Jeffrey Goldberg _the duly elected Ass.ist..ant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full lorce and effect. IN WITNESS WHEREOF,I have set my hand rind affixed tile seats oftlieConipanies tliisITNay ofW-3?//kZ'-20 /7-- Jeffrey CwIdberg,Vice 11residem&A. isijnt secretary of Wie,htngion International Gmurjncc Company&North American Speciahy 1r,"tance Company CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and SCI Infrastructure, LLC, organized under the laws of the State of Washington, located and doing business at 2825 S. 1541" St., Seattle, WA 98188 ("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: Hawley Road Levee — Connection to SR 167/Project Number: 16- 3013 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 twenty (20) 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. Hawley Rd Levee Connection to SR 167/Schleicher 30 September 19, 2017 Project Number: 16-3013 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. Hawley Rd Levee Connection to SR 167/Schleicher 31 August 9, 2017 Project Number: 16-3013 CITY OF KENT BY: SUZE CO KE, MAYOR LATE: �X7 ,1'7 ZI ATTE :r KIMBERLEY A. tMOTO, CITY CL K APPROVED AS TO FORM: N& %Z�� ENT LA'S! DEPARTMENT CONTRACTOR PRINT NAME: L- TITLE. DATE: Hawley Rd Levee Connection to SR 167CSchlelcher 32 August 0, 2017 Project Number: 1 G-3013 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 insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Hawley Rd Levee Connection to SR 167/Schleicher 33 August 9, 2017 Project Number: 16-3013 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Hawley Rd Levee Connection to SR 167/Schleicher 34 August 9, 2017 Project Number: 16-3013 EXH I B I T A (Continued) F. Acceptabillity of 9nsurers 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 insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Hawley Rd Levee Connection to SR 167/Schleicher 35 August 9, 2017 Project Number: 16-3013 / T ® DATE(MM1DDlYYW) A� 09/15/2017 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(tes) 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; Parker,Smith 8,Feek,Inc. PHONN.Ezt,425-709-3600 _FAX A c No,425-709-7460 AAIC 2233 112th Avenue NE E-MAIL Bellevue,WA 98004 ADDRESS1 INSURERS AFFORDING COVERAGE NAIC 0 INSURER A: Transportation Ins.Co. INSURED SCI Infrastructure,LLC INSURER B: Valley Fore Insurance Company 2821 South 154th Street INSURER C: Continental Insurance Co. SeaTac,WA 98188 INSURER D: 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADOL S R POLICY NUMBER POLICYYYW POLICY XP LIMITS LTR A GENERAL LIABILITY 4016281533 4/1/2017 4/1/2018 EACH OCCURRENCE $ 1,000,000 X DAMAGETO RENTED COMMERCIAL GENERAL LIABILITY X X PREMISES Ea occurrence occurrencel $ 500,000 CLAIMS-MADE FRI OCCUR MED EXP(Any one person) $ 15,000 PERSONAL&ADV INJURY S 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO- X LOC $ B AUTOMOBILE LIABILITY 4016281516 4/1/2017 4/1/2018 E°eecdantsINGLE LIMIT 1,000,000 X ANY AUTO X X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS PROPERTY DAMAGE HIRED AUTOS AUUTOSTOS $ N ED p rsccidentl $ C UMBRELLA LIAR MX OCCUR 5091288088 411/2017 4/1/2018 EACH OCCURRENCE $ 2.000,000 X EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ 2,000,000 DED I X I RETENTION$ 10,000 $ A WORKERS COMPENSATION 4016281533 WC STATU- X OTH- AND EMPLOYERS'LIABILITY YIN 4/1/2017 411/2018 ANY PROPRIETORIPARTNERIEXECUTIVE❑ N l A ��Washington Stop Gap E.L.EACH ACCIDENT $ 1,QI)0,QOI) OFFICERIMEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEJ$ 1,000,000 Lf yes,descION OF OPERATIONS below scribe under D ESC RIPT E.L.DISEASE-POLICY LIMIT I S 1'000'000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,It more space Is required) SCI Job No 1710-Hawley Road Levee-Connection to SR 167-Project No.16-3013.City of Kent is additional insured and coverage is primary and non- contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms.Waiver of subrogation applies on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Per project aggregate applies on general liability per the attached endorsement/form.There is no cross suits exclusion. THIS CERTIFICATE REPLACES THE PREVIOUSLY ISSUED CERTIFICATE. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 `�f ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD 1 of 11 (ATE00) 527X CNA CN Ed 10112 ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations Any person or organization, but only if you are required by written contract or written agreement to make that person or organization an additional insured under this policy. i 1. In conformance with paragraph A.i.c. of Who Is An Insured of Section 11 — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the"accldent" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. a i r e g s s i� CNA71527XX(10/12) Policy No: 4016281516 Page 1 of 1 Endorsement No: Effective Date: Insured Name: Copyright CNA AD Rights Reserved. POLICY NUMBER: 4016281516 COMMERCIAL AUTO CA04441013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s)Of Person(s)Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the "loss" under a contract with that person or organization. CA 04 44 10 13 ©Insurance Services Office, Inc., 2011 Page 1 of 1 3 of 11 (ATE00) CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks damages from marital community property, jointly held property or property transferred from such natural person Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal representative, or spouse outside the scope of such person's capacity or status as such, provided however that the spouse of a natural person Named Insured and the spouses of members or partners of joint venture or partnership Named Insureds are Insureds with respect to such spouses'acts, errors or omissions in the conduct of the Named Insured's business. 10. EXPECTED OR INTENDED INJURY—EXCEPTION FOR REASONABLE FORCE Under COVERAGES, Coverage A — Bodily Injury and Property Damage Liability, the paragraph entitled Exclusions is amended to delete the exclusion entitled Expected or Intended Injury and replace it with the following: This insurance does not apply to: 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. 11. GENERAL AGGREGATE LIMITS OF INSURANCE-PER PROJECT A. For each construction project away from premises the Named Insured owns or rents, a separate Construction Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations, is the most the Insurer will pay for the sum of; 1. All damages under Coverage A,except damages because of bodily injury or property damage included in the products-completed operations hazard;and 2. All medical expenses under Coverage C, that arise from occurrences or accidents which can be attributed solely to ongoing operations at that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations, nor the Construction Project General Aggregate Limit of any other construction project. B. All: 1. Damages under Coverage B,regardless of the number of locations or construction projects involved; 2. Damages under Coverage A, caused by occurrences which cannot be attributed solely to ongoing operations at a single construction project, except damages because of bodily injury or property damage included in the products-completed operations hazard;and 3. Medical expenses under Coverage C caused by accidents which cannot be attributed solely to ongoing operations at a single construction project, will reduce the General Aggregate Limit shown in the Declarations. C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be attributed solely to ongoing operations at a particular construction project. D. When coverage for liability arising out of the products-completed operations hazard is provided,any payments for damages because of bodily injury or property damage included in the products-completed operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations, regardless of the number of projects involved. CNA74705XX(1-15) Policy No: 4016281533 Page 8 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 04/01/2017 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance Services Office,Inc.with its permission CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART It is understood and agreed as follows: 1. The WHO IS AN INSURED section is amended to add as an Insured any person or organization whom the Named Insured is required by written contract to add as an additional insured on this coverage part, including any such person or organization, if any, specifically set forth on the Schedule attachment to this endorsement. However, such person or organization is an Insured only with respect to such person or organization's liability for: A. unless paragraph B.below applies, 1. bodily injury,property damage,or personal and advertising injury caused in whole or in part by the acts or omissions by or on behalf of the Named Insured and in the performance of such Named Insured's ongoing operations as specified in such written contract;or 2. bodily injury or property damage caused in whole or in part by your work and included in the products- completed operations hazard,and only if a. the written contract requires the Named Insured to provide the additional insured such coverage;and b. this coverage part provides such coverage. S. bodily Injury,property damage,or personal and advertising injury arising out of your work described in such written contract,but only it I. this coverage part provides coverage for bodily injury or property damage included within the products completed operations hazard; and 2. the written contract specifically requires the Named Insured to provide additional insured coverage under the 11-85 or 10-01 edition of CG2010 or the 10-01 edition of CG2037. It. Subject always to the terms and conditions of this policy, including the limits of insurance,the Insurer will not provide such additional insured with: N 0 A. coverage broader than required by the written contract;or B. a higher limit of insurance than required by the written contract. s Ill. The insurance granted by this endorsement to the additional insured does not apply to bodily injury, property 8 damage,or personal and advertising injury arising out of: A. the rendering of, or the failure to render, any professional architectural, engineering, or surveying services, including: 1. the preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders,change orders or drawings and specifications: and 2. supervisory,inspection,architectural or engineering activities:or B. any premises or work for which the additional insured is specifically listed as an additional insured on another =_ endorsement attached to this coverage part. IV. Notwithstanding anything to the contrary in the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS, the Condition entitled Other Insurance, this insurance is excess of all other insurance available to the additional insured whether on a primary,excess,contingent or any other basis. However,if this insurance is required by written CNA75079XX(1-15) Policy No: 4016281533 Page 1 of 2 Endorsement No: 11 TRANSPORTATION INSURANCE COMPANY Effective Date: 04/01/2017 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA NI Rights Reserved. Includes copyrighted material of lnsurarum Services Office.Inc.,with its permission. CNA CNA PARAMOUNT Blanket Additional Insured - Owners, Lessees or Contractors -with Products-Completed Operations Coverage Endorsement contract to be primary and non-contributory, this insurance will be primary and non-contributory relative solely to insurance on which the additional insured is a named insured. V. Solely with respect to the insurance granted by this endorsement, the section entitled COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: The Condition entitled Duties In The Event of Occurrence,Offense,Claim or Suit is amended with the addition of the following: Any additional insured pursuant to this endorsement will as soon as practicable: 1. give the Insurer written notice of any claim,or any occurrence or offense which may result in a claim; 2. except as provided in Paragraph IV. of this endorsement, agree to make available any other insurance the additional insured has for any loss covered under this coverage part; 3. send the Insurer copies of all legal papers received, and otherwise cooperate with the Insurer in the investigation,defense,or settlement of the claim; and 4. tender the defense and indemnity of any claim to any other insurer or self insurer whose policy or program applies to a loss that the Insurer covers under this coverage part. However, if the written contract requires this insurance to be primary and non-contributory, this paragraph (4) does not apply to insurance on which the additional insured is a named insured. The Insurer has no duty to defend or indemnify an additional insured under this endorsement until the Insurer receives written notice of a claim from the additional insured. VI. Solely with respect to the insurance granted by this endorsement, the section entitled DEFINITIONS is amended to add the following definition: Written contract means a written contract or written agreement that requires the Named Insured to make a person or organization an additional insured on this coverage part,provided the contract or agreement: A. is currently in effect or becomes effective during the term of this policy;and B. was executed prior to: 1. the bodily injury or property damage;or 2. the offense that caused the personal and advertising injury for which the additional insured seeks coverage. Any coverage granted by this endorsement shall apply solely to the extent permissible by law. All other terms and conditions of the Policy remain unchanged. This endorsement,which forms a part of and is for attachment to the Policy issued by the designated Insurers,takes effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below, and expires concurrently with said Policy. CNA75079XX(1-15) Policy No: 4016281533 Page 2 of 2 Endorsement No: 11 TRANSPORTATION INSURANCE COMPANY Effective Date: 04/01/2017 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. Includes copyrighted material of Insurance services Ofte.Inc.,with its permission CNA CNA PARAMOUNT Contractors' General Liability Extension Endorsement B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE — ELEVATORS Provision, the Other Insurance conditions is amended to add the following paragraph: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis that is Property insurance covering property of others damaged from the use of elevators. 23. SUPPLEMENTARY PAYMENTS The section entitled SUPPLEMENTARY PAYMENTS—COVERAGES A AND B is amended as follows: A. Paragraph 1.b. is amended to delete the$250 limit shown for the cost of bail bonds and replace it with a $5,000. limit;and B. Paragraph 1.d. is amended to delete the limit of $260 shown for daily loss of earnings and replace it with a $1,000. limit. 24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS If the Named Insured unintentionally fails to disclose all existing hazards at the inception date of the Named Insured's Coverage Part,the Insurer will not deny coverage under this Coverage Part because of such failure. 25. WAIVER OF SUBROGATION-BLANKET Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended to add the following: The Insurer waives any right of recovery the Insurer may have against any person or organization because of payments the Insurer makes for injury or damage arising out of: 1. the Named Insured's ongoing operations;or 2. your work included in the products-completed operations hazard. However, this waiver applies only when the Named Insured has agreed in writing to waive such rights of recovery in a written contract or written agreement,and only if such contract or agreement: 1. is in effect or becomes effective during the term of this Coverage Part;and 2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to the claim. 26. WRAP-UP EXTENSION: OCIP,CCIP,OR CONSOLIDATED(WRAP-UP)INSURANCE PROGRAMS Note: The following provision does not apply to any public construction project in the state of Oklahoma, nor to any construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up) insurance program by applicable state statute or regulation. If the endorsement EXCLUSION — CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary endorsement pertaining to Owner Controlled Insurance Programs (O.C.I.P.) or Contractor Controlled Insurance Programs(C.C.I.P.) is attached,then the following changes apply: A. The following wording is added to the above-referenced endorsement: With respect to a consolidated (wrap-up) insurance program project in which the Named Insured is or was involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as damages because of: 1. Bodily injury,property damage,or personal or advertising injury that occurs during the Named Insured's ongoing operations at the project, or during such operations of anyone acting on the Named Insured's behalf; nor CNA74705XX(1-15) Policy No: 4016281533 Page 16 of 17 Endorsement No: 1 TRANSPORTATION INSURANCE COMPANY Effective Date: 04/01/2017 Insured Name: SCI INFRASTRUCTURE, LLC Copyright CNA All Rights Reserved. includes copyrighted material of Insurance Services Office.Inc..with its permission, Policy Number: 5091288088 CNA CNA Paramount Excess and Umbrella Liability Policy D. Coverage D - Key Employee Exclusions With respect to Coverage D — Key Employee, this insurance does not apply to any actual or alleged: 1. Death or Disability death or permanent disability of a key employee relating to, or arising out of: a. nuclear reaction or radiation or radioactive contamination, however caused; b. sickness or disease, including mental illness or mental injury; c. pregnancy, childbirth, miscarriage or abortion; d. suicide, attempted suicide or self inflicted bodily injury, while sane or insane; e. the key employee's intoxication, impairment or otherwise being under the influence of alcohol or controlled substances; f. war, including undeclared or civil war; g. 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 h. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these. 2. Other Expenses a. expenses the Named Insured incurs which the Named Insured would not have incurred if the Named Insured had used all reasonable means to: I. find a permanent replacement for the key employee; and ii. reduce or discontinue the key employee replacement expense; as soon as possible after the Named Insured's permanent loss of the services of the key employee caused by a covered accident. b. additional expenses incurred due to the Named Insured's loss of the services of a permanent replacement appointed or hired to replace a key employee, however caused. However, this exclusion does not apply if the replacement employee is included in the definition as a key employee and the Named Insured's loss of the services of the replacement employee is caused by a covered accident. IV. WHO IS AN INSURED The following persons or organizations are Insureds. A. With respect to Coverage A - Excess Follow Form Liability, the Named Insured and any persons or organizations included as an insured under the provisions of underlying insurance are Insureds, and then only for the same coverage, except for limits of insurance, afforded under such underlying insurance. B. With respect to the Coverage B - Umbrella Liability: 1. If the Named Insured is designated in the Declarations of this Policy as: a. an individual, the Named Insured and the Named Insured's spouse are Insureds, but only with respect to the conduct of a business of which the Named Insured is the sole owner. b. a partnership or joint venture, the Named Insured is an Insured. The Named Insured's members, the Named Insured's partners, and their spouses are also Insureds, but only with respect to the conduct of the Named Insured's business. 10 Copyright CNA All Rights Reserved. CNA CNA Paramount Excess and Umbrella Liability Policy c. a limited liability company, the Named Insured is an Insured. The Named Insured's members are also Insureds, but only with respect to the conduct of the Named Insured's business. The Named Insured's managers are Insureds, but only with respect to their duties as the Named Insured's managers. d. an organization other than a partnership, joint venture or limited liability company, the Named Insured is an Insured. The Named Insured's executive officers and directors are Insureds, but only with respect to their duties as the Named Insured's officers or directors. The Named Insured's stockholders are also Insureds, but only with respect to their liability as stockholders. e. a trust, the Named Insured is an Insured. The Named Insured's trustees are also Insureds, but only with respect to their duties as trustees. 2. Each of the following are also Insureds: a. The Named Insured's volunteer workers but only while performing duties related to the conduct of the Named Insured's business. b. The Named Insured's employees, other than either the Named Insured's executive officers (if the Named Insured is an organization other than a partnership, joint venture or limited liability company) or the Named Insured's managers (if the Named Insured is a limited liability company), but only for acts within the scope of their employment by the Named Insured or while performing duties related to the conduct of the Named Insured's business. However, none of these employees or volunteer workers are Insureds for: L bodily injury or personal and advertising injury: (a) to the Named Insured, to the Named Insured's partners or members (if the Named Insured is a partnership or joint venture), to the Named Insured's members (if the Named Insured is a limited liability company), to a co-employee while in the course of his or her employment or performing duties related to the conduct of the Named Insured's business, or to the Named Insured's other volunteer workers while performing duties related to the conduct of the Named Insured's business; (b) to the spouse, child, parent, brother or sister of that co-employee or volunteer worker as a consequence of paragraph (i)(a) above; (c) for which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in paragraph L (al or (b) above; or (d) arising out of his or her providing or failing to provide professional health care services. ii. property damage to property: (a) owned, occupied or used by; (b) rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by; the Named Insured, any of the Named Insured's employees, volunteer workers, any partner or member (if the Named Insured is a partnership or joint venture), or any member (if the Named Insured is a limited liability company). C. With respect to the Coverage C - Crisis Event Management and the Coverage D - Key Employee, the Named Insured is the Insured. V. LIMITS OF INSURANCE A. Multiple Insureds, claims, claimants The limits of insurance shown in the Declarations of this Policy and the rules below fix the most the 0 Copyright CNA All Rights Reserved. CNA CNA Paramount Excess and Umbrella Liability Policy iv. will cooperate with the Insurer in the investigation or settlement of the claim or defense against the suit; v. will assist the Insurer, upon its request, in the enforcement of any right against any person or organization which may be liable to the Insured because of injury or damage to which this insurance may also apply; and A. will not voluntarily make a payment, except at its own cost, assume any obligation, or incur any expense, other than for first aid, without the Insurer's prior consent. 3. Cooperation With respect to both Coverage A- Excess Fallow Form Liability and Coverage B - Umbrella Liability, the Named Insured will cooperate with the Insurer in addressing all claims required to be reported to the Insurer in accordance with this paragraph 0. Notice of Claims/Crisis Management Event/Covered Accident, and refuse, except solely at its own cost, to voluntarily, without the insurer's approval, make any payment, admit liability, assurne any obligation or incur any expense related thereto. P. Notices Any notices required to be given by an Insured shall be submitted in writing to the Insurer at the address set forth in the Declarations of this Policy. Q. Other Insurance If the Insured is entitled to be indemnified or otherwise insured in whole or in part for any damages or defense costs by any valid and collectible other insurance for which the Insured otherwise would have been indemnified or otherwise insured in whole or in part by this Policy, the limits of insurance specified in the Declarations of this Policy shall apply in excess of, and shall not contribute to a claim, Incident or such event covered by such other insurance. With respect to Coverage A - Excess Follow Form Liability only, if: a. the Named Insured has agreed in writing in a contract or agreement with a person or entity that this insurance would be primary and would not seek contribution from any other insurance available; b. Underlying Insurance includes that person or entity as an additional insured; and c. Underlying Insurance provides coverage on a primary and noncontributory basis as respects that person or entity; then this insurance is primary to and will not seek contribution from any insurance policy where that person or entity is a named insured. R. Premium All premium charges under this Policy will be computed according to the Insurer's rules and rating plans that apply at the inception of the current policy period. Premium charges may be paid to the Insurer or its authorized representative. S. In Rem Actions A quasi in rem action against any vessel owned or operated by or for a Named Insured, or chartered by or for a Named Insured, will be treated in the same manner as though the action were in personam against the Named Insured. T. 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 Copyright CNA All Rights Reserved. CNA Paramount Excess and Umbrella Liability CNAPolicy 1. as if each Named Insured were the only Named Insured; and 2. separately to each Insured against whom a claim is made. U. Transfer of Interest Assignment of interest under this policy shall not bind the Insurer unless its consent is endorsed hereon. V. Unintentional Omission Based on Insurer's reliance on the Named Insured's representations as to existing hazards, if the Named Insured should unintentionally fail to disclose all such hazards at the effective date of this Policy, the Insurer will not deny coverage under this Policy because of such failure. W. Waiver of Rights of Recovery The Insurer waives any right of recovery it may have against any person or organization because of payments the Insurer makes under this Policy if the Named Insured has agreed in writing to waive such rights of recovery in a contract or agreement, and only if the contract or agreement: 1. is in effect or becomes effective during the policy period; and 2. was executed prior to loss. VII.DEFINITIONS For purposes of this Policy, words in bold face type, whether expressed in the singular or the plural, have the meaning set forth below. Advertisement means a notice that is broadcast or published to the general public or specific market segments about the Named Insured's goods, products or services for the purpose of attracting customers or supporters. For the purposes of this definition: A. notices that are published include material placed on the Internet or on similar electronic means of communication; and B. regarding web-sites, only that part of a web-site that is about the Named Insured's goods, products or services for the purposes of attracting customers or supporters is considered an advertisement. Aircraft means any machine or device that is capable of atmospheric flight. Arbitration proceeding means a formal alternative dispute resolution proceeding or administrative hearing to which an Insured is required to submit by statute or court rule or to which an Insured has submitted with the Insurer's consent. Asbestos means the mineral in any form whether or not the asbestos was at any time airborne as a fiber, particle or dust, contained in or formed a part of a product, structure or other real or personal property, carried on clothing, inhaled or ingested, or transmitted by any other means. Authorized Insured means any executive officer, member of the Named Insured's risk management or in-house general counsel's office, or any employee authorized by the Named Insured to give or receive notice of a claim. Auto means: A. a land motor vehicle, trailer or semitrailer designed for travel on public roads, including any attached machinery or equipment; or B. any other land vehicle that is subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged. However, auto does not include mobile equipment. Bodily injury means bodily injury, sickness or disease sustained by a person, including death, humiliation, shock, mental anguish or mental injury sustained by that person at any time which results as a consequence of c Copyright CNA All Rights Reserved. KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-14 1-07 Legal Relations and Responsibilities to the Public................. 1-16 1-08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-25 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-2 2-06 Subgrade Preparation...................................................... 2-2 2-07 Watering ....................................................................... 2-3 2-12 Construction Geosynthetic................................................ 2-3 2-13 Levee Fill Construction..................................................... 2-4 DIVISION 4 BASES.................................................................... 4-1 4-02 Gravel Base ................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-2 8-04 Curbs, Gutters, and Spillways........................................... 8-3 8-12 Chain Link Fence and Wire Fence ...................................... 8-4 8-15 Riprap........................................................................... 8-5 8-22 Pavement Marking .......................................................... 8-5 DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 PREVAILING WAGE RATES.............................................................. A-1 Hawley Rd Levee Connection to SR 167/Schleicher August 9, 2017 Project Number: 16-3013 KENT SPECIAL PROVISIONS 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 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. DIVISION 1 - GENERAL R QU 1 REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and Hawley Rd Levee Connection to SR 167/Schleicher 1 - 1 August 9, 2017 Project Number: 16-3013 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (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). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS" ►S SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED W►TH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Hawley Rd Levee Connection to SR 167/Schleicher 1 - 2 August 9, 2017 Project Number: 16-3013 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. 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/doing-business/bids- procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and Hawley Rd Levee Connection to SR 167/Schleicher 1 - 3 August 9, 2017 Project Number: 16-3013 shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 4 August 9, 2017 Project Number: 16-3013 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING W►TH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION. 1-03.1 Consideration of Bids The 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 1S REVISED BY REPLAC►NG "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any Hawley Rd Levee Connection to SR 167/Schleicher 1 - 5 August 9, 2017 Project Number: 16-3013 other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING S ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT 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 unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. Hawley.Rd Levee Connection to SR 167/Schleicher 1 - 6 August 9, 2017 Project Number: 16-3013 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. 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 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 extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 7 August 9, 2017 Project Number: 16-3013 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05,5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after Hawley Rd Levee Connection to SR 167/Schleicher 1 - 8 August 9, 2017 Project Number: 16-3013 construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $270/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1 . Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.5(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.5(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hour for a Hawley Rd Levee Connection to SR 167/Schleicher 1 - 9 August 9, 2017 Project Number; 16-3013 city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1 . Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 3. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $270/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Curb and gutter +/-1300 lineal feet (one side only) Slope staking +/-800-1200 lineal feet (top and toe) Hawley Rd Levee Connection to SR 167/Schleicher 1 - 10 August 9, 2017 Project Number: 16-3013 Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified 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. 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 the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION. 1-05.9 Equipment 1-05.9(1) Operational Testing Hawley Rd Levee Connection to SR 167/Schleicher 1 - 11 August 9, 2017 Project Number: 16-3013 It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O 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. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 12 August 9. 2017 Project Number: 16-3013 SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 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. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 13 August 9, 2017 Project Number: 16-3013 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 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: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1 B, 1 C, 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. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 14 August 9, 2017 Project Number: 16-3013 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 15 August 9, 2017 Project Number: 16-3013 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 SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.20) State Sales Tax: WAC 458-20-171—Use Tax 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. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax 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. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 16 August 9, 2017 Project Number: 16-3013 SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None 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. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) 1S SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General 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. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention Hawley Rd Levee Connection to SR 167/Schleicher 1 - 17 August 9, 2017 Project Number: 16-3013 SECTION 1-07. 15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH. 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. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 18 August 9, 2017 Project Number: 16-3013 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site 1 nspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.1S IS REVISED BYADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 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 Hawley Rd Levee Connection to SR 167/Schleicher 1 - 19 August 9, 2017 Project Number: 16-3013 activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 20 August 9, 2017 Project Number: 16-3013 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to Hawley Rd Levee Connection to SR 167/Schleicher 1 - 21 August 9, 2017 Project Number: 16-3013 allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work 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. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to Hawley Rd Levee Connection to SR 167/Schleicher 1 - 22 August 9, 2017 Project Number: 16-3013 meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no Hawley Rd Levee Connection to SR 167/Schleicher 1 - 23 August 9, 2017 Project Number: 16-3013 protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. 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. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 24 August 9, 2017 Project Number: 16-3013 For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1 -04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 Hawley Rd Levee Connection to SR 167/Schleicher 1 - 25 August 9, 2017 Project Number: 16-3013 1-10.3(3) Traffic Control Devices 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, 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. The Contractor shall set up advanced notification of construction activities for trail users and vehicular traffic. This shall consist of three advanced warning signs and one end of roadwork sign in both directions. Sign type, dimensions, reflectivity and lighting requirements, spacing, and other general traffic control requirements shall be per the most recent version of the MUTCD Part 6 and its amendments. The Contractor shall account for 3 additional signs of the same type as the advanced warning signs within their unit bid price for "Temporary Traffic Control Devices", type and location shall be at the Engineer's discretion and determined at the preconstruction conference. 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. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 26 August 9. 2017 Project Number: 16-3013 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 "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. Hawley Rd Levee Connection to SR 167/Schleicher 1 - 27 August 9, 2017 Project Number: 16-3013 D I V I S I ON 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken up pieces to some off-project site. 2. Make a full depth vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. 3. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. SECTION 2-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.4 Measurement "Remove Existing Asphalt Concrete Pavement", per square yard of pavement surface removed. "Remove Existing Cement Concrete Extruded Curb", per linear foot measured along flow-line of curb. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt as described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove curb per project specifications. Hawley Rd Levee Connection to SR 167/Schleicher 2 - 1 August 9, 2017 Project Number: 16-3013 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.1 Description This work also applies to material excavated for levee inspection trench. SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS 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(l) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall scarify, aerate 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. Hawley Rd Levee Connection to SR 167/Schleicher 2 - 2 August 9, 2017 Project Number: 16-3013 SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement Should the Contractor elect to use City of Kent supplied water, 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 available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. 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. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and 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. 2-12 CONSTRUCTION GEOSYNTHET I C SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.1 Description The pay item "Geotextile Fabric, Woven" constitutes complete compensation for all labor, tools, material, and equipment necessary to install geotextile at the locations shown on the plans and described in the specifications. Hawley Rd Levee Connection to SR 167/Schleicher 2 - 3 August 9, 2017 Project Number: 16-3013 SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.2 Materials Geotextile fabric shall meet or exceed the properties set forth by Table 4 of WSDOT Standard Specifications section 9-33.2(1) for Permanent Erosion Control with Moderate Survivability. SECTION 2-12.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-12.3 Construction Requirements See WSDOT Section 8-01 .3(3) and standard plan 1-60.10-01 for construction requirements. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.4 Measurement Woven geotextile fabric shall be measured per square yard of materials placed per project specifications. SECTION 2-12.S IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment "Geotextile Fabric. Woven," per square yard. DIVISION 2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-13 LEVEE F I LL CONSTRUCT I ON: 2-13.1 Description This work shall consist of constructing one or more layers of fill using imported levee material per section 2-13.2 at the locations shown on the plans and in conformity with the lines, grades, depths, and typical cross sections shown on the plans. The city will conduct quality assurance testing to verify construction requirements are met. NOTE TO B I DDERS: LEVEE F I LL PLACEMENT I S H I GHLY MOISTURE SENSITIVE. THE CITY ENCOURAGES THE CONTRACTOR TO PLACE LEVEE F I LL AS SOON AFTER CLEAR I NO AND GRUBB I NO AS POSS I BLE. 2-13.2 Materials Levee embankment fill shall be clay, silt or silty/clayey sand having a maximum particle size of 2 inch, at least 30 percent by weight passing the No. 200 sieve and be free of organic and deleterious material including pieces of asphalt or concrete. Allowable unified soil classification system (USCS) (ASTM D 2487) classifications: CL, ML, SC and SM. Hawley Rd Levee Connection to SR 167/Schleicher 2 - 4 August 9, 2017 Project Number: 16-3013 2-13.3 Construction Requirements Levee fill shall be uniformly spread to the depth, width, and cross- sections shown on the plans. Prior to placing the first lift of fill, the area below the proposed fill shall be cleared and grubbed as shown on the plans and as directed by the engineer and subgrade compacted to a firm and unyielding condition. Levee fill shall be placed within 3% of optimum moisture content and compacted to at least 95% of the maximum dry density as determined by ASTM D 1557. A maximum loose lift thickness of 12 inches is allowed. When fill is placed on a slope greater than 51-1:1V, all lifts shall be keyed laterally into the existing slope at least 2 feet. 2-13.4 Measurement Levee embankment fill shall be measured by the ton in accordance with section 4-04.4. 2-13.5 Payment The unit contract price per ton for "Levee Embankment Fill" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place and compact the levee fill as shown on the plans and described in these specifications. Hawley Rd Levee Connection to SR 167/Schleicher 2 - 5 August 9, 2017 Project Number: 16-3013 DIVISION 4 - BASES 4-02 GRAVEL BASE SECTION 4-02.1 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 4-02.1 Description This work applies to fill construction shown on the plans that is not indicated to be levee fill material. SECTION 4-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-02.3 Construction Requirements A maximum loose lift thickness of 12 inches will be allowed. When fill is placed on a slope, the first lift shall be keyed into the existing ground to a depth of 1 foot. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. 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. Final density shall be at least 95 percent of maximum dry density per ASTM D-1557. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor shall not place any crushed surfacing intended for use as roadway base material until all subgrade underneath the traveled way has been proof-rolled. Proof rolling equipment shall produce a single axle load equivalent to the load produced from a Caterpillar 950GC. Hawley Rd Levee Connection to SR 167/Schleicher 4 - 1 August 9, 2017 Project Number: 16-3013 DIVISION PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M I X ASPHALT SECTION 5-04.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.2 Materials ESAL's The minimum number of ESAL's for the design and acceptance of the - HMA in the contract shall be 1 million. SECTION 5-04.3(7)A2 IS DELETED AND REPLACED 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 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. 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 Hawley Rd Levee Connection to SR 167/Schleicher 5 - 1 August 9, 2017 Project Number: 16-3013 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. SECTION 5-04.3(8)A IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A Acceptance Sampling and Testing Acceptance Sampling and Testing shall be as follows: 1 . Asphalt Cement and Gradation: Extraction tests shall be taken every 500± tons as determined by the Engineer or each day whichever is less. 2. The Engineer is not precluded from taking more tests above if deemed necessary. 3. The Contractor is responsible to meet the required compacting asphalt cement content and gradation requirements. Averaging of test results will not be considered. Any deviation from the specification will be considered on a case-by-case basis by the Engineer and may require a credit to the City. The Engineer, however, is not obligated to accept out of specification work and has the authority to require the removal and repaving of material that does not meet the contract specifications at the Contractor's expense. SECTION 5-04.3(8)AI IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A1 General (January 76, 2014 APWA GSP) Acceptance of HMA shall be as defined under nonstatistical or commercial evaluation. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. 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 Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. Commercial Hawley Rd Levee Connection to SR 167/Schleicher 5 - 2 August 9, 2017 Project Number: 16-3013 HMA can be accepted by a contractor certificate of compliance letter stating the material meets the HMA requirements defined in the contract. SECTION 5-04.3(8)A4 IS SUPPLEMENTED WITH THE FOLLOWING: 5-04.3(8)A4 Definition of Sampling Lot and Sublot (January 16, 2014 APWA GSP) 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 tons, a minimum of one acceptance test shall be performed: i. If test results are found to be within specification requirements, 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. SECTION 5-04.3(8)A5 IS REVISED AS FOLLOWS: 5-04.3(8)AS Test Results (January 76, 2014 APWA GSP) The first paragraph of this section is deleted. SECTION 5-04.3(8)A6 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(8)A6 Test Methods (January 16, 2014 APWA GSP) Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will be by 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 AASHTO T 27/T 11 . SECTION 5-04.3(9) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(9) Spreading and Finishing HMA Class 1/2" shall be compacted in lifts not to exceed 3 inches except that the final lift shall not exceed 2 inches unless approved by the Engineer. The minimum compacted depth of Class B asphalt concrete shall be 1-1/2 inch. Hawley Rd Levee Connection to SR 167/Schleicher 5 - 3 August 9, 2017 Project Number: 16-3013 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 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.3(10)B Control For Asphalt Concrete, where paving is in the traffic lanes, including lanes for ramps, truck climbing, weaving, speed changes, and left turn channelization, and the specified compacted course thickness is greater than 0.10 foot, the acceptable level of compaction shall be a minimum 92 percent of the maximum density as determined by WSDOT Test Method 705. The level of compaction attained will be determined as the average of not less than 5 nuclear density gauge tests taken on the day the mix is placed (after completion of the finish rolling) at randomly selected locations. The quantity represented by each lot will be no greater than a single day's production or approximately 400 tons, whichever is less. Control lots not meeting the minimum density standard shall be removed and replaced with satisfactory material. At the option of the Engineer, non-complying material may be accepted at a reduced price. Cores used to check density will be approved only when designated by the Engineer. At the start of paving, if requested by the Contractor, a compaction test section shall be constructed as directed by the Engineer to determine the compactibility of the mix design. Compactibility shall be based on the ability of the mix to attain the specified minimum density (92 percent of the maximum density determined by WSDOT Test Method 705). In addition to the randomly selected locations for tests of the control lot, the Engineer reserves the right to test any area which appears defective and to require the further compaction of areas that fall below acceptable density reading. These additional tests shall not impact the compaction evaluation of the entire control lot. Hawley Rd Levee Connection to SR 167/Schleicher 5 - 4 August 9, 2017 Project Number: 16-3013 SECTION 5-04.3(12) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.3(12) Joints The HMA overlay and widening shall be feathered to produce a smooth riding connection to the existing pavement where planing is not specified. HMA utilized in the construction of the feathered connections shall be modified by eliminating the coarse aggregate from the mix at the Contractor's plant or the commercial source or by raking 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 uniform transverse joint. The Contractor shall construct and maintain a temporary HMA wedge in accordance with Section 5-04.3(12)A across the entire width of the transverse edge when traffic is allowed on the planed surface prior to paving. The wedge shall be constructed before opening the lane to traffic. Immediately prior to paving, the wedge shall be removed and disposed of off-site. SECTION 5-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: SECTION 5-04.4 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.4 Measurement PG Tack for Pavement Reinforcement will be measured by the gallon of material for the installation of Pavement Reinforcement Interlay Grid, which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit Contract priced per ton for "Commercial HMA, PG 64-22" shall be full compensation for all costs, including anti stripping additive and water, incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. Hawley Rd Levee Connection to SR 167/Schleicher 5 - 5 August 9, 2017 Project Number: 16-3013 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 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 sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. Hawley Rd Levee Connection to SR 167/Schleicher 8 - 1 August 9, 2017 Project Number: 16-3013 The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit — WA Department of Ecology 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Hawley Rd Levee Connection to SR 167/Schleicher 8 - 2 August 9, 2017 Project Number: 16-3013 Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Seed....................................................... Project Plans Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(4) Topsoil Topsoil shall be uniformly amended with fine compost per WSDOT section 9- 14.4(8). Amended topsoil shall be placed to a depth of 6 inches and be spread evenly across locations that received fills or cuts. Compact amended topsoil no less than 60 and no more than 80 percent of maximum compaction. The ratio of Topsoil Type B to Fine Compost shall be 1 :1 . 8-04 CURBS, GUTTERS, AND SPILLWAYS SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.30) Cement Concrete Curbs, Gutters and Spillways 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. Curb installed shall meet the dimensions and material requirements of WSDOT Standard Plan F-10.12-03 for Cement Concrete Traffic Curb. See plans for curb tapers for spillways. Hawley Rd Levee Connection to SR 167/Schleicher 8 - 3 August 9, 2017 Project Number: 16-3013 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates When removing chain link fence, the contractor shall remove all posts, hardware, mesh, and cement base and dispose of the material at some off- project location. Existing fences and gates not called for removal shall be restored to their former condition. See section C on sheet 8 and note additional post at top of levee catch point. Fence posts must be installed by use of an auger so as not to disturb the levee fill. After levee fill construction is complete, the Contractor shall install a temporary, continuous 6 foot high chain link fence in general conformance with WSDOT standard plan L-20.10-03, except that the fence shall be erected utilizing at-grade stands. The fence shall span the length of the gap in fence created during construction of levee fill and be secured to existing fence on both sides. Existing fence material may be used, however this does not relieve the Contractor of the requirement to dispose of existing fence material at an off-site location at the completion of the project. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement "Remove Fence", per linear foot removed and disposed off-site. "Temporary Fence," per lump sum. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove Fence," per lump sum "Temporary Fence." per lump sum. Hawley Rd Levee Connection to SR 167/Schleicher 8 - 4 August 9, 2017 Project Number: 16-3013 8-15 RIPRAP SECTION 8-15.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-15.1 Description The bid item "Channel Excavation Incl. Haul" is the basis of payment for pond area excavation as well as excavation for riprap placement. SECTION 8-1S.2 ►S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-15.2 Materials Quarry Spalls for Hand Placed Riprap 9-13.1 (5) 8-22 PAVEMENT MARK I NG SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Material for pavement and curb markings shall be white, red or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint shall be described in the Qualified Products List as "Temporary Pavement Marking Paint — Low VOC Solvent Based." Paint and sprayed material shall be applied with a top dressing of glass beads. All Paint shall comply with the specifications for no heat, instant dry pavement markings. Glass beads shall be AC-110 Highway Street Spheres, or pre-approved equal, and shall be applied at a rate of 5 pounds per gallon of paint. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Hawley Rd Levee Connection to SR 167/Schleicher 8 - 5 August 9, 2017 Project Number: 16-3013 DIVISION 9 - MATERIAU 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under-composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. Hawley Rd Levee Connection to SR 167/Schleicher 9 - 1 August 9, 2017 Project Number: 16-3013 PREVA 1 L. I NCB WAGE RATES Hawley Rd Levee Connection to SR 167/Schleicher A - 1 August 9, 2017 Project Number: 16-3013 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 08/29/2017 -County Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $45.25 5D 1 H King Boilermakers Journey Level $64.54 5N 1C King Brick Mason Journey Level $54.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F King Building Service Employees Traveling Waxer/Shampooer $23.29 5S 2F King Building Service Employees Window Cleaner (Non- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $27.33 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C King Carpenters Carpenters on Stationary Tools $55.64 5D 4C King Carpenters Creosoted Material $55.61 5D 4C King Carpenters Floor Finisher $55.51 5D 4C King Carpenters Floor Layer $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers Et Tenders Diver $108.77 5D 4C 8A King Divers Et Tenders Diver On Standby $66.05 5D 4C King Divers it Tenders Diver Tender $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $59.88 5D 4C King Divers Et Tenders Surface Rcv Et Rov Operator $55.76 5A 4C Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F Page lot1/ King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredye Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1 H King Drywall Tapers Journey Level $55.66 5P 1 E King Electrical Fixture Maintenance Journey Level $27.99 5L 1 E Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder (tunnel) $75.89 7C 4E King Electricians - Inside Construction Stock Person $38.69 7C 4E King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powerline Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $67.60 5A 4D Construction King Electricians - Powerline Line Equipment Operator $57.02 5A 4D Construction King Electricians - Powerline Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic In Charge $92.35 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.20 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King FIag ers Journey Level $38.36 7A 31 King Glaziers Journey Level $59.31 7L 1Y King Heat & Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $75.46 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $46.66 7A 31 King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1 K King Inland Boatmen Cook $56.181 5B 1 K 4.��...... //L....�........ ....../I...:/,.. ..1...�1,...../.. -.1A1- -..1....1...... - 0/(l Inn l '7 Page 3 of 17 King Inland Boatmen Deckhand $56.181 5B 1 K King Inland Boatmen Deckhand Engineer $57.26 5B 1 K King Inland Boatmen Launch Operator $58.59 5B 1 K King Inland Boatmen Mate $58.59 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 7N 10 King Laborers Air, Gas Or Electric Vibrating $45.25 7A 31 Screed King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 King Laborers Batch Weighman $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 King Laborers Brush Cutter $45.251 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 King Laborers Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King Laborers Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $45.25 7A 31 King Laborers Chipping Gun(30 Lbs. And $46.09 7A 31 Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement Crew $46.09 7A 31 King Laborers $46.09 7A 31 i. a IIc- .,...--- .... ..11-:,.... --I--I_.._ .-.-...n,--- ----. n1,,1•,,,4 -2 Page 4of17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 King Laborers Curing Laborer $45.25 7A 31 King Laborers Demolition: Wrecking 8 $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $45.251 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller Et Bucker Chain Saw $46.09 7A 31 King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 King Laborers General Laborer $45.25 7A 31 King Laborers Grade Checker Ft Transit $46.66 7A 31 Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 King Laborers Groutmen (pressure)including $46.09 7A 31 Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste Worker $46.66 7A 31 (level A) King Laborers Hazardous Waste Worker $46.09 7A 31 (level B) King Laborers Hazardous Waste Worker $45.25 7A 31 (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.091 7A 31 King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 7A 31 King Laborers Material Yard Person $45.25 7A 31 King Laborers Motorman-dinky Locomotive $46.09 7A 31 King Laborers Nozzleman (concrete Pump, $46.09 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 1 $46.091 7A 1 31 hi-�r�e-. //��r�.-�er. •�.-� ��.i/I r��/.�.-���I��li. r�/ram.....1A1...-..-.I. �.li...� -,.-..n.. 0 IC%/7111 -7 Page 5 of 17 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Reliner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - Power $46.09 7A 31 King Laborers Raker - Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment Operator $46.09 7A 31 King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.091 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 -.King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar Electric, Air $46.09 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $46.09 7A 31 propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $45.25 7A 31 King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.251 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control Supervisor $41.02 7A 31 8R King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work-Compressed Air $83.12 7A 31 LQ Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $88.15 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $91.83 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $97.53 7A 31 Worker 54.01-60.00 psi L.a.a.- -. 1/L.- .1 Ar---I--I -••-- rage t) or 1 i King Laborers Tunnel Work-Compressed Air $99.65 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $104.75 7A 31 8� Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $106.65 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $108.65 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $110.65 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $46.76 7A 31 8S Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8� King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $45.25 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $46.09 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 $55.51 51) 1H King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $57.01 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 Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 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 $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers liourney Level $53.20 7D 111 Page of 17 King Playground Ft Park Equipment Journey Level $11.00 1 Installers King Plumbers Et Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $55.21 7A 3C 8P Equipment King Power Equipment Operators Brooms $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.211 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $58.69 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $55.21 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $57.72 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $58.17 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $60.47 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $60.47 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons King Power Equipment Operators $57.72 7A 3C 8P kf+r%c• / tAI'� nn%i/Ini A.t� 1^-1,.—/--,%hl 0/ri!7!11 -7 Page 6orii Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $58.17 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $58.69 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $58.17 7A 3C 8P And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $57.72 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $58.17 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. If Over King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $57.72 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $58.17 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $57.72 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $58.69 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $58.17 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $57.72 7A 3C 8P King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 7A 3C 8P King Power Equipment Operators $59.28 7A 3C 8P Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $58.69 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $57.72 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $58.17 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $59.28 7A 3C 8P Tons And Over King _Power Equipment Operators Overhead, Bridge Type: 45 $58.69 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $58.17 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $55.21 7A 3C 8P King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps -Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $55.21 7A 3C 813 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $58.69 7A 3C 813 Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, Bellman $57.72 7A 3C 813 (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $55.21 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 813 King Power Equipment Operators Scraper, Self Propelled Under $58.17 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $57.72 7A 3C 813 All King Power Equipment Operators Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $57.72 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $55.21 7A 3C 8P King Power Equipment Operators $57.72 7A 3C 8P L."- -. //C.. .i ....-.- ...-. /[-:/. _____ n Ir%/-1n� -2 Page 1U of 17 Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $57.721 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $59.28 7A 3C 8P Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $59.88 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $60.47 7A 3C 8P height from base to boom King Power Equipment Operators Transporters, All Track Or $58.69 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $57.72 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $55.21 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $58.69 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $58.17 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Batch Plant Operator, $58.17 7A 3C 8P Underground Sewer Ft Water Concrete King Power Equipment Operators- Bobcat $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $55.21 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $55.21 7A 3C 8P Underground Sewer Et Water I-\��I-\r• 114: r+r - \.,- -7 Page 11of17 King Power Equipment Operators- Bump Cutter $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cableways $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $55.21 7A 3C BP Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $58.69 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $55.21 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $57.72 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $58.17 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $60.47 7A 3C 8P Underground Sewer Et Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $58.17 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $59.28 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $59.88 7A 3C 8P Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $60.47 7A 3C 8P Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $58.69 7A 3C 8P Underground Sewer Ft Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $55.21 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $59.88 7A 3C 8P Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $57.72 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $58.17 7A 3C 8P Underground Sewer it Water (power) King Power Equipment Operators- Derricks, On Building Work $58.69 7A 3C 8P Underground Sewer Et Water /._._ n /n 1 4 -7 Page 12 of 17 King Power Equipment Operators- Dozers D-9 Et Under $57.72 7A 3C 8P Underground Sewer E`Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $57.72 7A 3C 8P Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $59.28 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $55.21 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $58.17 7A 3C 8P Underground Sewer &Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $57.72 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $55.21 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $58.17 7A 3C 8P Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $58.17 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Hard Tail End Dump $58.69 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $58.17 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $57.72 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $58.17 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $57.72 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $55.21 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $59.28 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $58.69 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $58.17 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $57.72 7A 3C 8P Underground Sewer E:Water King Power Equipment Operators- Locomotives, All $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $58.17 7A 3C 8P Underground Sewer Er Water King Power Equipment Operators- Mechanics, All (leadmen - $59.28 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) k++Mc- //fr%V+rocc sera nnai/Ini/leeanol�r%Liir%/r%rvlA/atinIr% Liar. acres 17 Page 13of17 King Power Equipment Operators- Motor Patrol Graders $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, $58.69 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $55.21 7A 3C 8P Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $57.72 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $58.17 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $59.28 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $58.69 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $58.17 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators-. Posthole Digger, Mechanical $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $55.21 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $58.69 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $57.72 7A 3C 8P Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $58.69 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $57.72 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $58.17 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $57.72 7A 3C 8P Underground Sewer Et Water King $58.17 7A 3C 8P hi-i-nc•//fnri-rccc %ern 010/ )f11 -7 Page 14 of 17 Power Equipment Operators- Scraper, Self Propelled Under Underground Sewer Ft Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $57.72 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $58.69 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $57.72 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $55.21 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $57.72 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $58.69 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $58.17 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.28 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $59.88 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $58.69 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider a $58.69 7A 3C 8P Underground Sewer a Water Screedman King Power Equipment Operators- Subgrader Trimmer $58.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Bucket Elevators $57.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Tower Crane Up To 175' In $59.28 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $59.88 7A 3C 8P Underground Sewer a Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $60.47 7A 3C 8P Underground Sewer a Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $58.69 7A 3C 8P Underground Sewer a Water Truck Type King Power Equipment Operators- Trenching Machines $57.72 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $58.17 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $57.72 7A 3C 8P Underground Sewer a Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $58.17 7A 3C 8P Underground Sewer a Water Conveyor King Power Equipment Operators- Welder $58.69 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Wheel Tractors, Farmall Type $55.21 7A 3C 8P Underground Sewer a Water httnc•//fnrlrocc 1AIn acne Q/Q/7f117 Page 15 of 17 King Power Equipment Operators- Yo Yo Pay Dozer $58.17 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $48.54 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $32.68 5A 4A Trimmers King Refrigeration It Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $41.69 5D 4C Applicators King Residential Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $39.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $75.36 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $45.99 7F 1 R Workers King Residential Soft Floor Lavers Journey Level $45.86 5A 3D King Residential Sprinkler Fitters Journey Level $44.98 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Workers Journey Level $50.26 5A 1 M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $47.51 5A 3H King Roofers Using Irritable Bituminous $50.51 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $75.46 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $41.09 7T 413 hf+nc• //fnrhrocc wn 0/0/71117 Page 16 of 17 King Shipbuilding Et Shp Repair Heat Et Frost Insulator $65.681 5J 4H King Shipbuilding Et Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 4B King Shipbuilding & Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding & Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical} King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical King Soft Floor Lavers Journey Level $45.86 - 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.89 5C ix Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $57.72 7A 3C 8P Surveyor King Surveyors Chainman $57.17 7A 3C 8P King Surveyors Construction Site Surveyor $58.69 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $38.84 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $21.45 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $37.21 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $38.84 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $38.03 5A 2B Outside King Telephone Line Construction - Telephone Equipment $38.84 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $36.09 5A 2B Outside Operator (Light) Page 17 of 17 King Telephone Line Construction - Telephone Lineperson $36.09 5A 2B Outside King Telephone Line Construction - Television Groundperson $20.33 5A 213 Outside King Telephone Line Construction - Television $27.21 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $32.55 5A 2B Outside King Telephone Line Construction - Television Technician $29.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $36.09 5A 2B Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1 B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers kf+r%v- //fnrFrocc iA19 nnv/InI AA InrlolP%nliI tr%/r o-%AA/ I o/C'A 1 -7 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half 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. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly 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, 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 through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at 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 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 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 shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight(8) regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one 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. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 6:00 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 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. 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 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Overtime Codes Continued 3. D. All hours worked between the hours of 6:00 pin and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 15%over the ]sourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one and one-half times the hourly rate of wage. All (sours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All(sours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the ]sourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) (sours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12) hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 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: 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, 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'/z)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and 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 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. H. 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 overtime hours worked, except Labor Day, and all hours on Sunday 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. Holiday 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and 5 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). Holiday Codes Continued 5. I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9)• Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating 6 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). 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. 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. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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 7 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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. Holiday Codes Continued 7. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 8 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 Note Codes 8. A. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'42.00 per Foot for Each Foot Over 50 Feet 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 Over 220'-$5.00 per Foot for Each Foot Over 220 Feet 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. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50,Class C Suit:$1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31, 2012 — A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control Iabor 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 flagging card issued by the State of Washington,Oregon, Montana, or Idaho.This classification is only effective on or after August 31,2012. 9 Benefit Code Key—Effective 3/3/2017 thru 8/30/2017 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 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: 52.00, 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 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 $0.50 per hour. 10 � kEQUEST COR MAYOR 55tGNATIIRE V Kpryi � '�'. wwemu m�uw�h en mr;,�ICh$r S[hlz[1�2�. ^9 'WA.5,425 ^ '�iwJNl�� f° "•ANfff S/.5(+i IIIIIIIIIIII; ewm 5�9Ma F"Ff° w ncr.�'osnrtzxe connaa,, .wmMa anw{¢ zu wua¢ na aav� sCNl �a �ti {�re. �Cc ' � „�, 9J,5/17 0.MRovat q/sf iF �reAt�4'M naser Nalm� N/n. numoeim vn me eua us . "�.: p ^c �CMYm9f��p2Q014 ;: ii aR4 a w 4n9 T'n '�'9n, P3'f6'"i S �4 5 3ynhi� ry'W fA'P �. N i?�Y Vf� 4fll � ^�f Ye�4 , lf I s Q�� P �h M ly ;tlL Cb i0. 6Y u�i � ism i u4s h w � � ' '� � x eEa� �,ry c : sn �nn9 haw er xo �e�ee so sx rs�r ��dway uiuB�li�iui�� �Y uu`�uu�g b oouuuuuu ip� '° i��omm Illll � ��, lllli IIIIIIIIII kkrvl r� h � j 2V r. � .� "�a ., �'a ,� �� as F „� �'. . t �r' + rkm'� PUBLIC WORKS DEPARTMENT o Timothy J. LaPorte, P.E., KENO' Public Works Director Address: 400 West Gowe Street Kent, WA. 98032-5895 Phone: 253-856-5500 Fax: 253-856-6500 DATE: August 29, 2017 TO: Mayor Cooke and Kent City Council FROM: Timothy J. LaPorte, P.E. Public Works Director RE: Hawley Road Levee Connection to SR 167 Project - Award Bid opening for the Hawley Road Levee Connection to SR 167 Project - Award was held on August 29, 2017 with seven (7) bids received. The lowest responsible and responsive bid was submitted by SCI Infrastructure, LLC in the amount of $88,657.80. The Engineer's estimate was $125,625.50. The Public Works Director recommends awarding this contract to SCI Infrastructure LLC. Bid Summary 01. SCI Infrastructure, LLC $88,657.80 02. Scarsella Brothers Inc. $91,868.26 03. Rodarte Construction, Inc. $99,423.50 04. Mike McClung Construction Co. $126,476.35 05. Northwest Cascade, Inc. $141,178.40 06. Thayer Excavating, LLC $153,639.67 07. Road Construction Northwest, Inc. $153,967.00 Engineer's Estimate $125,625.50