Loading...
HomeMy WebLinkAboutPW18-443 - Original - Dirt and Aggregate Interchange, Inc. - 2018 Guardrail Repairs - 11/21/2018 'K,EN,T Records, Management Document CONTRACT COVER SHEET This is to be completed by the Conti-act Manager PriGr to SUbnJ:5s-i0n to the City Clerk's Office. All portion are to be completed. If you have questions, please contact the City Clerk's Office at 2S3-356-57'215. Z Blue/Motion Sheet Attached Pink Sheet Attached Vendor Name: Dirt and Aggregate Interchange, Inc. Vendor Number (JDE): Contract Number (City Clerk): Category- Contract Agreement Sub-Category (if applicable): Project Name: 2018 Guardrail Repairs o1z t fI 2/R-11 q Contract Execution Date: Date of the Mayor's signature Termination Date: 60 working days Contract Manager: Joe Araucto Department. PW: Operations Contract Amount: $134.780.00 Approval Authority: ❑ Director Ll Mayor E City Council (( 1(00 Other Details: The project ponsistsof repairinq existing damaged guardrail and crash cushions. �� N a III I IJI Np1n IOk Mefll M HW �° Np� hill �1�1� ILpo� M�' ����ifl N ��o' goo i w�,mr poi �U6NN 1 ��,,,.� � �:� � li mun�iip !� � I�f � ��. III �N 11i i"a „ .. IWWj �m �N 1 ���i��i,�aa� r� Ilq ,� ��imm lWmonl�1�i��� �� ���h��Il� lnimpl '�14' 1�1 ��uop�� �,�. �� v m ur ,� �. � w. �W mu�o ��\��11}��� loll �1� � �� �1 ��11 �\\\��N�(Q � ����1) � � �� �IU r �d' M .�, � ilk A�M1 Vm1� nip WUlnl��l �. i 44 r rv�, . ll�¢ `�� � a� ���� V ��:. ��. �u �11�n��1, �S "III ;:. ����V�i� II�� ,� � � « ����,,11�ih� ..�. ���� � � �� �, ��� � �a�� �imi�� h��� � luui � io1\ni� 1�uiii »i��im����� �a� ui��ooi� � � �N� ti � ��� ��� ���� ������ � ! ,err °� m�� ipp PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe 0 Kent, WA 98032 T Fax: 253-856-6500 w. xa,aw PHONE: 253-856-5500 arosmmwmw.miawm�uWwuu�wmmmimmmmiiiw�.v CITY OF KENT KING COUNTY, WASHINGTON j 2018 Guardrail Repairs Project Number: 18-3011.4 ADDENDUM No. 1 September 27, 2018 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 01ANGES ARE REFLECTIED IN RED II - BIDDER'S DOCUMENTS The following changes are included in the attached Bidder's Document. Due to a shift in page numbers, an entire new Bidder's Document is attached and must be used to submit a bid. ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1005 8-11.5 850 Removing Guardrail $ $ WSDOT LN FT Per LF 1010 8-11.5 1, 12 Removing Guardrail Anchor $ $ WSDOT EACH Per EA 1015 8-11.5 4.2.5 500 Removing and Resetting $ $ WSDOT LN FT Beam Guardrail Per LF c Mayor Dana Ralph 1 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1020 8-11.5 9 Beam Guardrail Anchor $ $ WSDOT EACH Type 1 Per EA 1.032 8••11 5 1 Beam Guardraill Anchor $ $ KSIP EAC" Type 10 ('Type 3.1.) Per EA 1033 8 11-5 1. Beam Guardrafl Non-Flared $ $ KSP EACH Terminall (Type 31.) Per EA 1040 8-11.5 1iGG 5550 Beam Guardrail $ $ KSP LN Fr Per LF :1042 8-M5 25 (Beam Guardraiii (Type 31) $ $ KSP 1 1114 FT Per l F II - KENT SPECIAL PROVISIPNS Page 8-2 - Section 8-11.5 - Payment ADD the following to this section: ,,,Bqfmg-umdul-ii-ayagi-Il" The unit contract price Per linear foot for the above items shall be full payment for aill costs to obtain and provide materials and perform the Work as described in Section 8-1.1.3(.1.)A and 8-11,3(1)B, including costs for additional iraiil elements when nested rail is required, and when connections to concrete masoniry Structiures are required. Per each., Lar—ed.Ler—mina-11 (xygq,-,jjj,- per each. 2 III - APPENDICES Appendix 2 — Summary of Quantities and Location Map REPO ACE Appendix A-2 Summary of Estimated Quantities with the attached. REPLACE the Vicinity Map with the attached. IREPLACII" page 6 of the maps with the attached. : AMID the attached page 11 to the maps. INSERT the Kenosia Ave. and Kensington Ave. S. Guardrail plan with the attached. END OF ADDENDUM No. 1 Imo` _acw, `fLa7-/8 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Bidder's Packet Summary of Estimated Quantities Maps Kenosia & Kensington Guardrail Plan 3 BIDDER'S NAME R1E-, I�:ED PER ADDENDUM NO. I CITY OF KENT KING COUNTY, WASHINGTON j KENT SPECIAL PROVISIONS FOR. 2018 Guardrail Repairs Project Number: 18-3011A BIDS ACCEPTED UNTIL BID OPENING October 9, 2018 October 9, 2018 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR ETT W F 5 H I N G T 0 N ORDER OF CONTENTS FOR BID PACKAGE 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 j (to be completed AFTER COMPLETION) Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form: Non-Collusion, Minimum Wage Change Order Bidder's Checklist INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through October 9, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: 2018 Guardrail Repairs Project Number: 18-3011.4 The project consists of repairing existing damaged guardrail and crash cushion all in accordance with the Contract Provisions, and WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $100,000 to $150,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Mike Almaroof at 253-856- 5627. 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 $25 for each set. Plans and specifications can also be downloaded at no charge at R n WWA. ow ire - in s i rocur m n . Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 191h day of September, 2018. BY: Kimberley A. Komoto, City Clerk Published in Daily Journal of Commerce on September 25 and October 2, 2018. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date This statement relates to a proposed contract with the City of Kent named ' 2018 Guardrail Repairs Project Number: 18-3011.4 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. NAME OF BIDDER BY: SIGNATURE/TITLE ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2018 Guardrail Repairs/Alma roof 1 September 27, 2018 Project Number: 18-3011.4 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: Fo r; Title: Date: 2018 Guardrail Repairs/Almarocf 2 September 27, 2018 Project Number: 18-3011.4 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 I 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. 2018 Guardrail Repairs/Alma roof 3 September 27, 2018 Project Number: 18-3011.4 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of,..... _ Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2018 Guardrail Repairs/Project Number: 18-3011.4 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: 2018 Guardrail Repairs/Almaroof 4 September 27, 2018 Project Number: 18-3011.4 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that _ has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2018 Guardrail Repairs/Project Number: 18-3011.4 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. 201E Guardrail Repairs/Alma roof 5 September 27, 2018 Project Number: 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 8-11.5 8OG 850 Removing Guardrail $ $ WSDOT LN FT Per LF 1010 8-11.5 44 1 Removing Guardrail Anchor $ $ WSDOT EACH Per EA 1015 8-11.5 4-25 5011 Removing and Resetting $ $ WSDOT LN FT Beam Guardrail Per LF 1020 8-11.5 89 Beam Guardrail Anchor $ $ WSDOT EACH Type 1 Per EA 1025 8-11.5 1 Beam Guardrail Transition $ $ WSDOT EACH Section Type 4 Per EA 1030 8-11.5 1 Beam Guardrail Anchor $ $ WSDOT EACH Type 7 Per EA 1032 8-:11 ,5 1. Beann GmuairdraNll Anchor $ $ II(SV) EACH type 1.0 (T'y e 31) IPelr EA 1.033 8-1.1.5 1. IBearn Guardrail Non IFllareu1 $ $ II(511P IEAC11-1 Terminal (Type 31.) Pelr EA 1035 8-11.5 2 Beam Guardrail Flared $ $ WSDOT EACH Terminal Per EA 2018 Guardrail Repairs/Alma roof 6 September 27, 2018 Project Number: 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1040 8-11.5 1.434,4550 Beam Guardrail $ $ KSP LN FT Per LF 1042. 8,...11.n 25 Be1'nuro GuardiiraNN crype :1) $ $ 1)(Sp LN II::!T' Per LIF 1045 8-11.5 50 Beam Guardrail with Steel $ $ KSP LN FT Post and Composite Block Per LF 1050 8-11.5 90 Beam Guardrail $ $ KSP LN FT 8 Ft. Long Post Per LF 1055 8-11.5 1 Remove and Install New $ $ KSP EACH Crash-Cushion Attenuator Per EA System 1060 8-11.5 60 High Impact Guardrail $ $ KSP EACH Mount Reflector Per EA 1065 1-10.5(1) 1 Project Temporary Traffic $ $ WSDOT LUMP SUM Control Per LS 1070 8-01.5 200 Seeding, Fertilizing, and $ $ KSP SQ YDS Straw Mulching by Hand Per SY 1075 1- 1 SPCC Plan $ $ 07.15(1) LUMP SUM Per LS WSDOT 1080 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders 2018 Guardrail Repairs/Alma roof 7 September 27, 2018 Project Number: 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Total $_ i 2018 Guardrail Repairs/Alma roof 8 September 27, 2018 Project Number 18-3011 4 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: 2018 Guardrail Repairs Project Number: 18-M1 to 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 2018 Guardrail Repairs/Almaroof 9 September 27, 2018 Project Number: 18-3011.4 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: 2018 Guardrail Repairs Project Number: 18-3011.4 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 2018 Guardrail Repairs/Alma roof 10 September 27, 2018 Project Number: 18-3011,4 CONTRACTOR'S QUALIFICATION STATEMENT (RCLW 39.04.350) THE CITY WILL REVIEW THE CONTRACTORS 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 BIDDER 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. 2018 Guardrail Repairs/Al ma roof 11 September 27, 2018 Project Number: 18-3011.4 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: 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 2018 Guardrail Repairs/Alma roof 12 September 27, 2018 Project Number: 18-3011.4 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 J 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. 2018 Guardrail Repairs/Alma roof 13 September 27, 2018 Project Number: 18-3011.4 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, S. 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: 2018 Guardrail Repairs/Alma roof 14 September 27, 2018 Project Number: 18-3011.4 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: I Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this __ day of 2018. Name of Organization: By: Title: 2018 Guardrail Repairs/Alma roof 15 September 27, 2018 Project Number: 18-3011.4 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 2018, Notary Public: My Commission Expires: I 2018 Guardrail Repairs/Alma roof 16 September 27, 2018 Project Number: 18-3011.4 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 (October 9, 2018), 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. .................. _..._ - ...........-- Bidder's Business Name -g -e....__of.,.. Si natur Authorized Official* _Printed Name ---- - _---- Title _ .._. - --------- - ..-m - - 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. 2018 Guardrail Repairs/Alma roof 17 September 27, 2018 Project Number: 18-3011.4 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 sixty (60) working days after issuance of the City's Notice to Proceed. I 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: NAME OF BIDDER Signature of Authorized Representative (Print Name and Title) Address 2018 Guardrail Repairs/Al ma roof 18 September 27, 2018 Project Number: 18-3011,4 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, as Principal, and as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of 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 2018 Guardrail Repairs/Project Number: 18-3011.4 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 DAY OF 2018, PRINCIPAL SURETY 20 Received return of deposit in the sum of $. 2018 Guardrail Repairs/Almaroof 19 September 27, 2018 Project Number: 18-3011.4 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2018 Guardrail Repairs Project Number: 18-3011.4 NAME OF PROJECT NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER 2018 Guardrail Repairs/Al ma roof 20 September 27, 2018 Project Number: 18-3011.4 This change r fQrm is for gxgmple gyryoses only., By submitting ,4i bidder agmcsbound by the termsh' ghgnge order form for any chancie orders. CHANGE ORDER NO. [Enter # 11 21 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Proiect ti if applicable ORIGINAL CONTRACT DATE: Insert Date Original Contract was Signed➢ i 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: _......n ------- F nal Contract Sum,uding applicable alternates and T) ......... hange by Previous Change Orders $ applicable WSST) ntContract Amount Previous Change Orders) _.................. _,._....... ........................__. ......_... Current Change Order $ Applicable WSST Tax on this Change $ Order .......-...... ..........- Revised Contract Sum $ 2018 Guardrail Repairs/Almaroof 21 September 27, 2018 Project Number: 18-3011.4 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for thls Change working days Order ..........m 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: Tirnothy 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 —--- ...---- _....... _,...... -— 2G18 Guardrail Repairs/Almaroof 22 September 27, 2018 Project Number; 18-3011.4 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. f Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .„....„„..„.. .❑ Order of Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signature and address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Date and signature .....................................................................❑ Administrative Policy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unit prices are correct „,„„,„„..........................................................❑ Subcontractor List (contracts over $100K) .....„„.......„„...........................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ Proposal Signature Page......................................................................❑ AllAddenda acknowledged „„„„............„„,„„.„„..................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated ............„.„„I......„„. ..............................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ........................ ................................................. „....„.❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT'. This agreement is to be executed by the successful bidder. B) PAYMENT_ANQ.j?ERFT}RMAN(L..BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EVl LQ M h!!.QPPQRTUNITN COMPLTAnICE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2018 Guardrail Repairs/Alma roof 23 September 27, 2018 Project Number: 18-3011,4 iu .. ........ 4.;W ........... — — --- - - — —----------- . ....... .............. zC mn MF_ ... ........ p, L", Lv LL� Lll vI 'el cl 5 'L� L'Ll Ly 11 Lll L-fl ............... a ag OAV is� P ' ti ava � Z - i M� � W / l 6NW ZCi„ S 6Zd J 19 eAV D" if W ;n _3SaroP96b CL I 0. � fl 9 6� o � s' f e 'Y1 v ❑ 4 v � / N / ur _ pd on rc i E f S ead 92 ai ,. .61riH Rsll-'6 M,, ,' . .._ ro 5 OAV 8tl AA ,- fjFE 'r 5� ,,<iF �• ti4 i U anro'r9. , V e. Ilu yn� x N J n 0 ey�i'' 4 ell . u.( ,m i. i�t a a �r r �I p _ N p) b"Sana9L . OAV V w eG 1 ( ' P� l O O N : d J EIf o p C � — m Ya �^' ✓i Oil w ✓^' 4 y ^ D W Pd Nis a � y 0 r r N AV pJOAIV w a w L � 2 r w 0. N AV IazeH .._L ' AV Japuexaly �a .� ✓ ro V r_ c y M nb hadSOJd 4�., ❑ 7�1 m F S AV Jaluen ap de i i N ❑ r au � � N ny uosep t- f NAVJIJUJO i "d AV 4„n"W au luaq,ry a 0 td' .s AV a1elS. V� tia �y feAU86 �.., 9 0 n Ct11SE T m a Oslo OLL � ty vi 7 �SAVOLL ❑ W M Id 60L SS ❑ N 0 04r r"rr� w136Ob r a � ut 109 rvi � 3S AV qd� N wy _ N y w � :35 ntl LOL A 1 N fif1 N O. N W a L 3SId90L V I 3S Id 90l [4 N P� _ 3S nV�d 3S AV LOL co a 103 PI SE to N at ,t f� 4I� cy 'J mr _......,.....�. ._.__._..... -__� N I ,f C4 F m � a 0 i 1, ' r ram; i i r 1 ' r ,I City of Kent KENOSIA IAVE ANq 2018 Public Works Department KENSINGTON AVE S, GUARDRAIL REPAIR SHEET gA °""a✓ailma [""-�IOOKENT Enginzering Division GUARDRAIL PLAN PROJECT INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 WSDO)T Standard Plans Section 6 Summary of Quantities and Location Map Section 7 Traffics Control Plans Section 8 Prevailing Wage Rates CI TY OF KEINT KING COUNTY, WASHINGTON KENT SPEC 1 AL PROV 1 S 1 ONS FOR 2018 Guardrail Repairs Project Number: 18-3011 .4 BIDS ACCEPTED UNTIL BID OPENING October 9, 2018 October 9, 2018 10:45 A.M. 11 :00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 ql4 TIMOTHY J. LAPORTE, P.E. ( PUBLIC WORKS DIRECTOR 9/18/2018 40 ✓0 ii! E T WASH IN G T O N BIDDER'S NAME Dirt and Aggregate Interchange, Inc. REVISED PER ADDENDUM NO. 1 I CITY OF KENT KING COUNTY, WASHINGTON i KENT SPECIAL PROVISIONS FOR 201 Guardrail Repairs Project Number: 18-3011 .4 BIDS ACCEPTED UNTIL BID OPENING October 9, 2018 October 9, 2018 10:45 A.M. 11:00 AIMS. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY ]. LAPORTE, P.E. PUBLIC WORKS DIRECTOR NN4`, KENT W A S H I N G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Certification of Compliance with Wage Payment Statutes 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 WSDOT Standard Plans Summary of Quantities and Location Map Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through October 9, 2018 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: 2018 Guardrail Repairs Project Number: 18-3011.4 The project consists of repairing existing damaged guardrail and crash cushion all in accordance with the Contract Provisions, and WSDOT Standard Specifications. The Engineer's estimated range for this project is approximately $100,000 to $150,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Mike Almaroof at 253-856- 5627. 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 $25 for each set. Plans and specifications can also be downloaded at no charge at - 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. i The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 191h day of September, 2018. BY: ��166A -nl�ly Kimberley A6KO,moto, City CI Published in Daily Journal of Commerce on September 25 and October 2, 2018. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date October 4, 20 IS This statement relates to a proposed contract with the City of Kent named 2018 Guardrail Repairs Project Number: 18-3011.4 I am the undersigned bidder or prospective contractor. I represent that - 1. 1 X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Dirt and Aggregate Interchange, Inc. NAME OF BIDDER a f/ BY: SIGNATURE IIITIE HenryPelfrr y, President 20905 NE Sandy Blvd. Fairview, Oreqon 97024 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2018 Guardrail Repairs/Alma roof 1 September 27, 2018 Project Number: 18-3011.4 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: -- For: Dirt and Ag regate Interchange Inc. Title: Henry H. Pelfrey, President, Date: October 4, 2018 2018 Guardrail Repairs/Alma roof 2 September 27, 2018 Project Number: 18-3011.4 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. 2018 Guardrail Repairs/Almaroof 3 September 27, 2018 Project Number: 18-3011.4 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 I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2018 Guardrail Repairs/Project Number: 18-3011.4 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: 2018 Guardrail Repairs/Alma roof 4 September 27, 2018 Project Number: 18-3011.4 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Dirt and Aggregate Interchanqe, Inc. 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 2018 Guardrail Repairs/Project Number: 18-3011.4 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. OUANTITY 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. 2018 Guardrail Repairs/Almaroof 5 September 27, 2018 Project Number: 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ 13,880.00 $ 13,880.00 WSDOT LUMP SUM Per LS 1005 8-11.5 800850 Removing Guardrail $ 10.00 $8,500.00 WSDOT LN FT Per LF 1010 8-11.5 11: 12 Removing Guardrail Anchor $300.00 $ 3,600.00 WSDOT EACH Per EA I 1015 8-11.5 4.2-5 500 Removing and Resetting $ 15.00 $ 7,500.00 WSDOT LN FT Beam Guardrail Per LF 1020 8-11.5 89 Beam Guardrail Anchor $ 1,500.00 $ 13,500.00 WSDOT EACH Type 1 Per EA 1025 8-11.5 1 Beam Guardrail Transition $ 2,000.00 $ 2,000.00 WSDOT EACH Section Type 4 Per EA 1030 8-11.5 1 Beam Guardrail Anchor $ 1,250.00 $ 1,250.00 WSDOT EACH Type 7 Per EA 1032 B :N.I...5 1 Beam Gualydlraill Anchor $ 1,,500,00 $ 1,500. 00 IKSP EACH Type 1.0 (Tyllue I.) Per EA 1033 8°..I.1.5 1 Beana Guualydraiill N oin IFllalred $ 4,200.00 $ 4,200,00 IICSP EACH Ter miinall (Tyllle 31.) Per EA 1035 8-11.5 2 Beam Guardrail Flared $3,800.00 $ 7,600.00 WSDOT EACH Terminal Per EA 2018 Guardrail Repairs/Almaroof 6 September 27, 2018 Project Number; 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1040 8-11.5 500 550 Beam Guardrail $30.00 $ 16,500.00 KSP LN FT Per LF 1042 8-1.I..5 25 VBe alas Gauairdr aNN ("N"y1pe 31) $ 40,00 $ 1,000.00 IIKSIINI LN II:7 Per LF 1045 8-11.5 50 Beam Guardrail with Steel $ 40.00 $ 2,000.00 KSP LN FT Post and Composite Block Per LF 1050 8-11.5 90 Beam Guardrail $ 75.00 $ 6,750.00 KSP LN FT 8 Ft. Long Post Per LF 1055 8-11.5 1 Remove and Install New $ 12,500.00 $ 12,500.00 KSP EACH Crash-Cushion Attenuator Per EA System 1060 8-11.5 60 High Impact Guardrail $ 25.00 $ 1,500.00 KSP EACH Mount Reflector Per EA 1065 1-10.5(1) 1 Project Temporary Traffic $ 18,000.00 $ 18,000.00 WSDOT LUMP SUM Control Per LS 1070 8-01.5 200 Seeding, Fertilizing, and $ 10.00 $2,000.00 KSP SQ YDS Straw Mulching by Hand Per SY 1075 1- 1 SPCC Plan $ 1,000.00 $ 1,000.00 07.15(1) LUMP SUM Per LS WSDOT 1080 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders 2018 Guardrail Repairs/Almaroof 7 September 27, 2018 Project Number: 18-3011.4 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Total g 134 780.00 2018 Guardrail Repairs/Alma roof S September 27, 2018 Project Number: 18-3011.4 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: 2018 Guardrail Rpnairc Project Number: 18-3011.4 Subcontractor Name NONE 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 Henry H. PIfrey, resd t 2018 Guardrail Repairs/Almaroof 9 September 27, 2018 Project Number: 18-3011.4 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Dirt and Aggregate Interchange, Inc.. Project Name: 2018 Guardrail Reuairs Project Number: 18-3011.4 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: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A bA �M (Yk4�, October 4, 2018 Signature of adder Henry(/H. Pelfare , Date President 2018 Guardrail Repairs/Almaroof 10 September 27, 2018 Project Number: 18-3011.4 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 BIDDER 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. 2018 Guardrail Repairs/Al me roof 11 September 27, 2018 Project Number: 18-3011.4 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. i The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be mislg Dirt and Aggregate Interchange, fr✓ VInc. SUBMITTED BY: NAME: Henry H. lfrey, Presi , t ADDRESS: 2f)9n5 NF Sandv Blvd Fairview, Oregon 97024 PRINCIPAL OFFICE: Same as Above ADDRESS: 20905 NE Sandv Blvd. Fairview, Oregon 97024 PHONE: 503-661 -5093 FAX: rni-FFo-11o,) 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. See Attached 1.2 Provide your current state unified business identifier number. 600-365-996 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. See Attached 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 2018 Guardrail Repairs/Almaroof 12 September 27, 2018 Project Number: 18-3011.4 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). See Attached 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. See Attached 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? 42 years 2.2 How many years has your organization been in business under its present business name? 42 years 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2/17/76 2.3.2 State of incorporation: Oregon 2.3.3 President's name: Henry H. Pelfrey 2.3.4 Vice-president's name(s): N/A 2.3.5 Secretary's name: Henry H. Pelfrey 2.3.6 Treasurer's name: Henry H. Pelfrey 2.4 If your organization is a partnership, answer the following: N/A 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: N/A 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: N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. See 2018 Guardrail Repairs/Almaroof 13 September 27, 2018 Attached Project Number: 18-3011.4 3.2 List jurisdictions in which your organization's partnership or trade name is filed. See Attached 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Guardrail, cable rail and similar work, excavation, road building, underground utility work and site development. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?Yes, See Attached 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached 4.4.1 State total worth of work in progress and under contract: Total work under contract: $15,201,657; total work in progress: $8,018,303 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See Attached 4.5.1 State average annual amount of construction work performed during the past five years: $13 million average annual amount 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached 4.7 On a separate sheet, list your major equipment. See Attached 5. REFERENCES 5.1 Trade References: See Attached 5.2 Bank References: See Attached 5.3 Surety: See Attached 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 2018 Guardrail Repairs/Almaroof 14 September 27, 2018 Project Number: 18-3011.4 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? 7. SIGNATURE 7.1 Dated at this 4th day of October 2018, Name of Organization: Dirt and Aqqreqate Interchange, Inc. By: Title, Henr H. P fre Preside 2018 Guardrail Repairs/Al ma roof 15 September 27, 2018 Project Number: 18-3011.4 7.2 Henry H. Pelfrey , 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 4th day of October 2018. w . Notary Public: - ( � My Commission Expires: January 30. 2021 I OFFICIAL STAMP NICHOLE M$TERM NOTARY PUBLIC-OREOON COMMISSION NO.958459 MY COMMISSION EXPIRES JANUARY 30,2WI 2018 Guardrail Repairs/Almarocf 16 September 27, 2018 Project Number: 18-3011.4 �.t Department of Labor and Industries DIRT& AGGREGATE INTERCHNG INC PO Box 44450 Olympia, WA 98504-4450 Reg, CC'I)M'F I�I192NP UBh;600- r5 �6 R4, t1 a pr�Vl ed by Law as: �t76asts'�vlon Contractor Li[aEW� 1� DIRT& AGGREGATE IN tl ETtCdId l r TIN B1fe tl�w ;l atu '8d17/19 1 20905 NE SANDY BLVD � �p�ra��on�atej9Y8d2020 FAIRVIEW OR 970249772 ' DIRT & AGGREGATE INTERCUNG INC Pagel of 2 lion), Cspa.Sol Contort Search L&I f A-Zindex Holp 1,11i&1 Safety&Health Claims& Insurance Workplace Rights Trades&Licensing Washington State Department of Labor & Industries DIRT & AGGREGATE INTERCHNG INC Owner or tradesperson 20905 NE SANDY BLVD FAIRVIEW,OR 97024-9772 Principals 503-661-5093 PELFREY, HENRY HOOKAAKU,PRESIDENT Doing business as DIRT&AGGREGATE INTERCHNG INC WA UBI No. Business type 600 366 996 Corporation Governing persons BALTAZAR F ORTIZ HENRY H PELFREY; License Verity the contractor's active registration/license!cedifcation(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. , DIRTA11192NP Effective—expiration 08117/1981—09/08/2020 Bond TRAVELERS CAS&SURETY CO $12,000.00 Bond account no,. 103373286 Received by L&I Effective date 09107/2001 08113/2001 Expiration date Until Canceled Insurance Continental Insurance Co $1,000,000 00 Policy no. 5093593393 Received by L&I Effective date 0711712018 09/0112018 Expiration date 09/0112019 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against tho bond or savings No lawsuits against the-bond or Savings accounts during the previous 6 year period. L&I Tax debts Help us improve https://secure.Ini.wa.gov/verify/Detaii.aspx"UBI=600365996&LIC=DIRTAIII92NP&SAW= 10/4/2018 DLRT & AGGREGATE INTERCI NG INC Page 2 of 2 No L&I 1az debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 439,630-00 Doing business as DIRT&AGGREGATE INTERCHANGE Estimated workers reported Quarter 2 of Year 2016"Less than 1 Workers" L&I account contact T4 f CASSANDRA SMITH 1360)902-5632-Email:SMCA235@lni.wa.gov Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health No inspections during the previous 6 year period, 6mic rJ,pi.W Labor&I tlr [,,e, Use of thi iL is Gubje:i t< the laws of lh t to of Washlogian Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx7UBI-600365996&LIC=DIRTAIII92NP&SAW= 10/4/2018 DIRT& AGGREGATE INTERCHANGE I Workers' Comp Rates Page 1 of 1 Noma Fspnfioj O'ni wt Search L&I n=/,Index help NH I',i Safety&Health Claims& Insurance Workplace Rights Trades& Licensing Washington State Department of Labor & Industries <Return to search results Workers' Comp Rates DIRT&AGGREGATE INTERCHANGE I,Account no.439,630-00 2018 experience factor 0.9000 Employer's claim costs are lower than average. Past experience factors Risk classifications 0101-00 Road Construction NOC Hourly rate Employee withholding 2.3076 0.36780 0107-00 Utility line const:Underground Hourly rate Employee withholding 2.2373 0.35210 0108-01 Sewer Const/Septic Tank Inst Hourly rate Employee withholding 2.1817 0.37120 0219-00 Highway LightStign Inst NOC Hourly rate Employee withholding 2.0655 0.32545 i1,Washington State❑ept.ofLabor&I,trusses Use of this sire Is subject to the laws of tire stale of Washington, Help us improve htips://secui,e.lni.wa.gov/verify/Details/workersCoinpRates.aspx?UBI=600365996&LIC—D1 RTAI 119... 10/4/2018 III it; �. " r.....W 'IMMORTA aghq a'ni r�1X LICENSE���� ��� ...��,.. BUSINESS IakIW ' STATE OF WASHINGTON Unified Business ID #: 600365996 Corporation Business ID#: 001 Location: 0001 i DIRT AND AGGREGATE INTERCHANGE, INC. Expires: May 31, 2019 DIRT& AGGREGATE INTERCHANGE 20905 NE SANDY BLVD FAIRVIEW, OR 97024-7785 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION #600-365-996 - ACTIVE CITY ENDORSEMENTS: MARYSVILLE GENERAL BUSINESS #5093CON911 (EXPIRES 7/31/2019)-ACTIVE COVINGTON GENERAL BUSINESS (EXPIRES 7/31/2019)-ACTIVE STANWOOD GENERAL BUSINESS (EXPIRES 7/31/2019) -ACTIVE OLYMPIA GENERAL BUSINESS#35838 -ACTIVE EDGEWOOD GENERAL BUSINESS (EXPIRES 7/31/2019) -ACTIVE VANCOUVER GENERAL BUSINESS (EXPIRES 7/31/2019)-ACTIVE SPOKANE GENERAL BUSINESS#T12042145BUS (EXPIRES 7/31/2019) -ACTIVE BELLINGHAM GENERAL BUSINESS#038912-ACTIVE KELSO GENERAL BUSINESS - NON-RESIDENT (EXPIRES 7/31/2019) -ACTIVE BATTLE GROUND GENERAL BUSINESS - NON-RESIDENT (EXPIRES 7/31/2019) -ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: DIRT&AGGREGATE INTERCHANGE This document lists the registrations,endorsements,and licenses authorized for the business ry namrd above..by accepting this ducumenf,the licensee certifies the information on the application was complete,fruo,and accnrafe fo Che best of his or hsr knowledge,and oral businusx will be _ Conducted in compliance wlih all applicable Washington state,county,and city regulations. r5wester,Uepart ant 0Revenoe Responsibility Criteria: items 1.4 and 1.5 AFFIDAVIT OF HENRY H. PELFREY i STATE OF OREGON ) ss. County of Multnomah ) I, HENRY H. PELFREY, being duly sworn and on oath, under penalty of perjury, do hereby depose and state as follows: I am the sole owner of Dirt and Aggregate Interchange, Inc. (D&A). I am also the president of D&A. I have fiill knowledge of the matters herein. The numbered paragraphs correspond to the Bid Solicitation, Responsibility Criteria: 1A D&A has no subsidiaries or affiliated companies under majority ownership and control or any other entity under my control. D&A has not been in the past three(3) years or any other period of time, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Within the three (3) year period immediately preceding the bid solicitation date or any other period of firrie, D&,A has not been a "willful' violator as define in RCW 49.48.082, ur any provisions of chapters 49.46, 49.48, ca,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. Dated this day of October, 2018. 9IeIv II. Pe re y SUBSCRIBED AND SWORN TO BEFORE ME this Ll tT day of October, 2018. Oi FIClA6 a�rA�t� NIONOLE M 3T�WN '"�' ,_i _."_.. �-^..'� NOTARYPUSLIC•OR Notary Public of Oregon COMMISSION NO.90409 MY COMMISSION EXPIRESJANUARY30 t My commission Expires: �;�.Q ��) tea` CONTRACTOR LICENSES 3 ' 1 FOR ALL STATES State Description Number AK State of Alaska Department #CONE19295 CA California Contractors License 507828 C-32 ID Idaho Contractors License 11223-AAA-1-2 MT Montana Contractor Registration 160947 NV Nevada Contractors Board 0025433 OR Metro Contractor's License 111814 OR Oregon Contractors License 126599 WA lWashington Contractors License 'DIRTA11192NP Responsibility Criteria: Item 3.2 List of Jurisdictions in Which D&A's Name is Filed D&A assumes that this means the states in which D&A, as a corporation, is registered to do business. They are as follows: Oregon Washington California Alaska Arizona Colorado Hawaii Idaho Montana Nevada Utah Wyoming Responsibility Criteria: Item 4.2.3 Lawsuits filed by D&A in the last 5 years: Dirt and Aggregate Interchanl e.Inc. vs Per to Construction L➢ C dba Perlo Construction Multnomah County Court, Oreyon Case No 16C'V30451. D&A was a subcontractor to Perlo Construction on a private project. After extensive efforts to resolve construction payment issues, D&A filed suit to perfect its construction lien. Ultimately, the parties settled the matter during mediation. Dirt&Ar arcaate Interchange. Inc. vs Manta Margarita Construction Corp et al Siskiyou County Court California Case No. SCCV CV16-01450. D&A was a subcontractor to Santa Margarita Construction, who was the prime contractor to the State of California. Santa Margarita defaulted an went out of business after D&A and other subcontractors and suppliers finished their work. D&A filed a Bond Claim and Stop Payment Notice along with other subcontractors and suppliers. The state filed a cross claim for interpleader and tendered all the fiords that it held into court so that the court could decide how much each claimant will be paid. Stipulations for the didtributin of the interpleader funds have been filed and D&A counsel believes that the money will be distributed in the next month and the case will be dismissed. - L q. s , w a � a N a N N N N N N N 1 N U r o0 00 0 0 o 0 0 0 ? ? o Q z N r o 0 0 o n M o K o vi of vi in a c 2 O n ro n n a v of m o0 O O W N M M r O M U � w K w ro eo n o n r o M m r a o o In 1 D z o 10 o v o o a H V O N N N O VI t0 W aa W W y �G W N Ol M b M M 10 N O O M M !h M M M Nl 10 O O O O O O O x M N N 1A YI N Yi N a rn > r c '> m w 0 w o U a H a : �j °1 x _ a m m O j E J a E J E J a 0 a U la J Y m Y Y 0 f7 a m L N Q 9 m > W w '� = N O M N N M (.1 Z O ry m N K N m N m N K N O C U cor > Q W O 'o o m a: o C w o m 3 N m 0: Of p 0O '-` a0 v E .F ❑ •� `w .o w ti d w d w d d 2 t N Q N a > > 0 z `w z `n z A z z 0 3 ` CL o u m a c 1 :Eo :Eoo Y oo Y o Y a N y o c _ 0 c 0 0 0 0 o No o 10 lAl z 3 0 V N a0 n M QI d s O o p O N OI yl m fT Q T'................ m m '',❑ m m ❑ a Ui n w U) O n N ff/Q1 O r f U J c a 7 7 L 7 7 L O 3a Q z V O Y Y N z Y Y N 2 O T 'NO N N L 3 e O 10 m o m m o Y N N N N N N K K y 0z c N W H e m O N d y r r op U w U 41 ❑ y > O Q fn c O N 'N C c � w ` B 'w Ew` � a w � a '' x'rn m m z � rn c c� m U m a 3 w w W 3 U m m m W an d 0 c N c ` O c ~ > 0- N o m m in 1p m ° m a N c - 3 « W a •g m m E m N m L ¢i o L m W 0 2 p > sn LL m aEi m = rn OLj A K m m m c rn� _ Q 0 U c LL c 3 n_ °o ¢ I oA o o > c o n 00 uam ) E Q�z C 0 O a am Qo a o. Wm _ o U' c O W 0 Q c m cs z o U Q IO a a U Z 0 o m d m L >i vtf N 10 m v r = a N d w W d m w ap W Z w 7 U N m W y N a N Vl N N a H N 1 U H p o 0 o e O o 0 o p p O Q 2 y o 0 o v o ry 1~' Q O M O N Cl 2 ' Q O tD M tD {p y) lD 1� K W m O N O O O n m n W lOD N n r b N iNp W VZ of ni M M ri �i M M 2 N Vpl Ypi N N N N N a c c c N O m O Y D H c C 0O T N O Y ZLL V7 2 Y Cf c ~ O N O U 2 m N U m N F 0 ❑ a V ❑ e 0 0 m M O a VN OO 0 0 p O m p O 0 O O E m m z m CO y m E I o O c O > Ol d O `w O u E N E v `m O ❑ V = 'O ZLU O O O O O 2 Q''' °' N rn m 3 3 m N rn N o 0 N wi n d d N 0 N `' N m ^4 rn d � a c c c w W 0 9 D c W U w m V a a c a r o p n o O LU r J m O w m w w c w a W Y ;; m O m D m O Y c Y 0 0 `y U U x LL d N z Z u u a W ._ V W W d O O N y tl1 W W 2 Y U U W ~ Z 2 a a N = m U � � K Q rn c f N D c N N V) N M fn N c V N N N M O 00 N L N p L N dl m rn E m m a m a a D d Q Q C u j aO1i c m a m� U 7 a m W m a c a � ` 0 ¢ N ¢ N a ¢ m ::d m o 0 O K o o .. o m a O a U u m m C m > 3 a_ J > O Q 3 i : E V 3 O -le Y N .v+ C c 0 Vl (0 Y t U C W U N O L O m O N m w N y m L L L ❑ m K W 3 �- '. H m m z m � m m � E E E W E E m > > E > > N O F op op po 0 Z N O ro rn p m m Z g N W' p K % W m rL N tp Ol Ol O� z p N aD aD N 1h O Z N N T O> a0 N N Oi N N D 0 W m r r �O f0 r Z rn ri M M c n M _ C T L Z Y Y m O O U m 2 2 O f0 `p U Z J � N ik N lr O Y N M p W ` O N C O 0 O U 0 d o O O O aICCCp+11 N�G.. ❑Q c Ov NOm p1O mO UO C O m O E 0 E w 0N 0 0 m ❑ D O U O W 0 r K m a5 ; � Z ca°Ci. a. 1 p .� y C U N a N a (7 w N a y N O N � •O Ol � O. T 0 W c E 3 Y c Q _ 2 o m w w o 06 'j O yYA oWm iFUCn3 W A W W WW m E uZ ❑ O ❑ ❑ O C T T U � a T m y O O A N Z U W C E C E _OI E N N 'a N .�i N a W W Ol CO N m O N '- A v ` m N U Z LLI y C U N C U W 3 C A ' I_�0 OI N VNi W W m W U .o Q a atl (L U C7 U p a U f- c 3 rn ob c o cma w � a o m °' m w a °' E m m E 0 m N 10 L N N y N + > O m C C N E rn W aci rn K O m E c✓i ' 0 ai > y ° c m �a' o oZ a E 3 E V O m = m m 3 E ',,. c = n ° m E y m 4 s W y ° E w m y m o m E x r E ❑ >, a E ° U ° m m o m E 3 W E E E E E E a` a` a` o 0 0 0 o c o 0 0 0 0 o o V r N N O N N Z O Oi mm V M N p MM MW W O N N M GC M m N O Of V N O r O O O 00 N W Z N a M M M M M W N N N N N N W rn r w m ro ro ro Z r� c� M M ri ri of p o 0 0 0 0 0 0 = N N N N N N N a o F Y O y Z N O U L Y C U C7 Z t m R K U Z C M O O O O O O O O O O O V in o u rn m rn m m m m o m mc C N y s m .O 0 0 0 K 0 K m K m C W m O E t t t m i m r m C 111 � O '^ O '^ C O �n O �n O L N Q o r U C U) C y c y c U) c N c N lLLJ a N R N m N R N R o m o C 0 t C N C N C 1 c 1 1 1 h ' a (D p� O O W C C C C C Q 4+ 2 T R m R R R od y K c o Y o C C e r C o r a o m O O o O o O o O o O o v J a O W O W d W d W d W d W d W W U m Y m m m m p Z r C y m o m o p m O o 0 0 0 R « « « « « O p U U U U U c `o p c o c o c y y W N 6'O- '.O- 6 j A W °0 W . V N N 0 C � m r N O Y w O C N C N 'O O W W N a O N V O m O N C C N f Z m C N N C N m C y N R N _R N R m R U R R = U R C U C ` U C ` Y m U o V o a. of of mE, a a U Q a a a N � C m 0 r E Z O U c j C c4 a a oc>u ¢8oU d 2p oym N U a oE 0 y 0Rpo E dR� wC9Umml cEO K m m v 2 m m Z ` O Na > m m m y 0:O o E os R 0 E m m a' MN m1a6 amHdtmn3�� �mu0¢o2 cmi 'C O (l! u U .6 m G v 3 ro > n m aYmim •M- m m m e z > m p n VI U N m ofU W � a: m 3 W W op g a a a E E E E a a y a in '� `� a a a 0 0 V r c o 0 0 0 o voi o of r o s Z r o v v ao r ai a r 70 O N N r N V A N U uj z N N N r CO y N Z IMD '�Q W N V O th W W N N N Of W I? W N N Z � � M M M th t•') M = N O) O y Y) N N N N d c 0 of ,, m v O LL LL a m E 3 c c zz ° w U m N N O O O O O Y Y L � m � K H C m N w y m m m r m ❑ m m m m s > 10 t0 Q C u c T L m .- ._ . O L a L o 0 U o 0 d w a a y a rn L w t o, E m Y rn ; E E v s a a y A M O L .. ? O` o O rn O 'o O O U 10 +- U c O o �i N Z w 2 L CI1 r 'O U c U c N y o O 3 y a y y Y b O N O p N C N N 4 N a d d m N LL LL N ' O> 2 C Y I T u p�j w y o o m c o o 0 Q c o N o a u aJ d u o 0 0 0 c •y N_ N o Y J Y J� U J C M O J o+J '',. t z w w p c a n ¢ a° a N a m a T v W y C m Y C7 Y O E O c m (.� r0 O .R. Z d E y W y w c W r w 0 w y W y m O D G p U WO a U a WO Z. 2 � v w R ro R W d C 0 C p (~j W m m O 0 C N m N > 00 Y °nS j - a5 F W rL A N 0 m c R d W y m N N w t Z ¢ U U O � C? m ` v 9 a m v 0 m ',... o n m' o o m c ¢ c) C7 m d c > c > o A a o o 0 m o m u m a m m v, of c d o Z _ O m m c �a m > 0 0 3 0 3 I E m a5C a ° w 0 2 > m y N A N1 U « C d O) LL N > 9 d K y d C W J W m U O �n m 3 p c M y W N_ y W y '� O - O .. T 'O V O O d m 7 E `c E A m N c N y M1 T O 6 E V m 0 w m > O T9 o N u m E J J 3 A ] c� � d3 dw OW 7 — a wl a 1 0 « m � E E E E E r o 0 0 0 0 0 0 O r o 0 0 0 0 0 0 Z IV O DJ O yOy f� 7 N N n V O r pQ N b W IMD N M YmJ K W rn o ao o 0 m n 0 M O N N � Z N M N O O W o m n rn O h A M M M O M a Y p W Q coo r J a_ E o v 3 z0 c 3 x a c w r J N R O of U N 0. N C q7� a E rn m O o a U m a m r W IL.1 d C > N N O C p Oui > O +�+ w Z t O c Q O N N N W O N N pcoO R _ c ' L 4) L O rn C w o E d o a o a o 06 N rc w 0 p r m Q r ¢ a d y ¢ o O v r J a2 O c� 16 Y O a ¢ '� O Q z O G A W O C9 Y 3 Y O U T E F c c 0UJ O R U J 0 t N R W W Ui N 'C >i 1 U m Z U O_m O Q U U N U ?s C7 T R r c o N R U O c O p W C o w 3 O 0 Z J p roo U O e - n m a C p y a Q o Z a a N m > a3i o w N W m O co C d ,,',, O mJ y m E N D G a Y L D o Y u a N o m o = E 3 > 2 > 'a c C `� 0 o m ?i x Responsibility Criteria: Item 4.6 Introduction to Dirt and Aggregate Interchange, Inc. 20905 NE Sandy Blvd. Fairview, Oregon 97024 Telephone: 503-66105093 f Fax: 503-669-1192 1. General Information Regarding Dirt and Aggregate Interehange, Inc. D( &A) • Specializes in, Guardrail and Heavy Construction • Certified Disadvantaged Business Enterprises (DBE) - Minority • Bonding Capacity to $10,000,000 for single projects • In business since 1976 • Contractor Licenses and DBE Certifications in 10 states, including Oregon, Washington and California • Owner is an engineer and has worked in construction since 1962 2. D&A's Guardrail Work D&A guardrail work includes installation of state and federal specified permanent and temporary guardrail, delineators, bridge rail (standard, 2 tube railing, and fencing), timber railing, temporary and permanent concrete barrier, all types of impact continuators, core drilling, cable railing, fencing, and speciality guardrail items. 3 Representative Guai^drail Projects • WSDOT Contract No. 16C504 - 2017 Olympic Region Guardrail and Cable Barrier ($1,288,007) - Prime Contractor (2017) • Federal Highway Administration - Lake Crescent RD & East Beach Rd, Rehab Rte 11 in Washington - ($1,622,470) - Subcontractor to Strider Construction Co., Inc. (2018) • CALTRANS Contract No. 01-005904 - Upgrade MBGR Crescent City ($2,1119111) - Prime Contractor (2018) • ODOT Contract No. 14935 - I-84 & 1-205 Barrier Install ($4,112,311) - Introduction to Dirt and Aggregate Interchange, Inc. - Page 1 Prime Contractor (2017) • CALTRANS Contract No. 04-OA7904 - Barriers Upgrade,(East Bay) CALTRANS District 4, (locations in 5 East Bay Counties) Bridge Ends and Guardrail Rail Upgrade Project (55,400,000) - Prime Contractor (2013-14) • CALTRANS Contract No. 01-OB1904 — Rio Dell High Tension Cable Barrier, Fortuna, CA ($955,555) - Prime Contractor (2013) • City of Bellevue, WA - 2014 Guardrail Improvements in Bellevue, WA ($52,450) - Prime Contractor (2014) 4. D&A's Traffic Control Work D&A is capable of providing traffic control for its work. D&A has at least 6 traffic control supervisors and 12 certified flaggers on payroll. D&A has attenuator trucks, message and arrow boards, temporary barrier, barricades, signs, barrels, candle sticks, etc. necessary for all types of freeway and street closures. D&A is experienced in high profile multi-lane freeway closures and detours. 5. D&A's Contact Information Henry H. Pelfrey, President Bill Smith, Guardrail Estimator and Project Manager Dirt and Aggregate Interchange, Inc. 20905 NE Sandy Blvd. Fairview, Oregon 97024 Telephone: 503-661-5093 Fax: 503-669-1192 6. Contractor Licenses and Certification Numbers Oregon Contractor's License No.: 26599 Oregon DBE Cert. No.: 493 Washington Contractor's License No.: CCDIRTAII192NP Washington DBE Cert. No.: D4M0700781 Introduction to Dirt and Aggregate Interchange, Inc. - Page 2 California Contractor's License No.: 507828 California DBE Cert. No.: 20 Other License and Certification Numbers upon request. 7. lie Per„s,onnel i Henry H. Pelfrey - Owner, who is an engineer and has worked in construction since 1962 and has owned and operated D&A since founding it in 1976 Corey Pelfrey - Dirt Division Estimator and Project Manager since 1996 Res Pelfrey - Dirt Division Estimator since 1997 and prior to that he owned a home construction company in Hawaii Bill Smith - Guardrail Division Estimator and Project Manager since 2004, who has worked in guardrail construction since he was 18 and has been around guardrail all his life because his father owned a guardrail company in Alaska Greg Viers - Guardrail Superintendent, who has worked all of his adult like in construction, but primarily guardrail Introduction to Dirt and Aggregate Interchange, Inc. - Page 3 EM Equipment List - Summary Equipment and Components Date Attach To Compof Eauiomenl/Comoonent Vin Number Last Used Status Equip Equip Department: 600 EQUIP-SHOP Category: DO- MISC EQUIPMENT 00-01 MISC SHOP EXPENSE N/A 12/31/05 Active 00-02 SMALL TOOLS&EQUIPMENT N/A 12/31/05 Active Category: 01- PICKUPS AND AUTOS 01-46 97 FORD F350 FLATBED(YARD) 1 FDKF37G2VEC94504 09/25/16 Active 01-73 96 TOYOTA TACOMA PICKUP(CYP 4TANL42N8TZ110688 07/26/15 Active 01-99 KANOE PELFREY VEHICLE Active Category: 09- TRAILERS 09-10 50 FRUEHAUF VAN TRAILER C27167 02/05/12 Active 09-11 66 STRICK VAN TRAILER 76841 03/04/12 Active Category: 10- SERVICE TRUCKS 10-04 90 INTL.SERVICE TRUCK(OILER) 1 HTSHZ6R4LH207608 04/15/18 Active 10-14 08 GMC SIERRA 1-TON(JACOB E) 1GDJK34618E188682 11/13/16 Active Category:48- TRENCH BOX 48-12 40'STORAGE CONTAINER Active 48-13 20'CONTAINER 781248022GI Active Category: 70- CONSTRUCTION EQUIP 70-40 SHOP PRESSURE WASHER 11100420-102166 Active 70-62 GENERATORIWELDER(JACOB TR MF420521 R Active Department: 601 EQUIP-DIRT Category: DO- MISC EQUIPMENT 20-03 RENTAL EQUIPMENT-GUARDRAII N/A 12/31/05 Active Category: 01- PICKUPS AND AUTOS 01-43 99 FORD F250 PU(JIMMY J) 1 rTNX20FOXEE23529 11/12/17 Active 01-47 01 FORD F-150(SHOP) 2FTRF17WXICA46046 01/29/17 Active 01-50 01 FORD F450 PICKUP 1 FDXF46F51 EB10929 12/03/17 Active 01-54 05 CHEV C3500(MIKE H.) 1GBJC34235E230168 09/30/18 Active 01-55 05 CHEV SUBURBAN(HHP) 3GNGK26G05G225277 Active 01-57 06 CHEVROLET 2500(DAVE S) 1GCHK29U36E138562 09/09/18 Active 01-59 07 CHEV C15 TRUCK(RENEE D.) 3GCEC14X47G257419 03/12/17 Active 01-65 11 CHEVY SILVERADO 1500(CORE 3GCPKREA3BG149290 Active 01-66 11 CHEVY SILVERADO 1500(MIKE 3GCPKREA9BG379528 12/08/13 Active 01-67 11 CHEVY SILVERADO 1500-SILV 3GCPKREA6BG224953 10/01/17 Active 01-68 12 CHEVY SUBURBAN BLACK(LKV 1GNWKMEG5CR163249 10/15/17 Active 01-69 02 CHRYSLER TOWN&COUNTRY 2C8GP64L92R520108 Active 01-71 02 SUBURBAN 314 TON(YARD) 3GNGK26G12G233609 08/05/18 Active 01-72 2012 CHEW IMPALA 2G1VVG5E34C1337018 Active 01-80 09 FORD EXPEDITION(KANOE/HHI 1 FMFU16579EB04083 Active 01-82 04 FORD EXPEDITION 4X4(HHP) IFMFU16L94LB30719 01/31/16 Active 01-85 02 FORD F250XL SUPER DUTY(JE 1FTNF20LX2ED14058 02/11/18 Active 01-91 MISC DIRT EQUIPMENT N/A Active 01-95 MISC. DIRT EQUIPMENT N/A 09/30/18 Active Category: 02- DOZERS &SCRAPERS 02-02 74 INTERNATIONAL 412 SCRAPER 5420003U0015290 03/21/10 Active 02-05 87 KOMATSU 355A DOZER 10424 10/15/06 Active 02-08 99 KOMATSU D65E-12 DOZER 61920 09/23/18 Active 02-10 DRESSER TD9H LGP CRAWLER D( 46109 08/26/18 Active 02-12 78 TEREX 33-07 END DUMP TRUCt 65495 10/22/06 Active 02-14 75 TEREX 33-07 END DUMP TRUCK 61251 04/11/10 Active 02-15 KOMATSU D39P-1 CRAWLER DOZI 95979 07/15/18 Active 02-16 KOMATSU D39PX-21 DOZER 1264 09/30/18 Active 1 DIRT&AGGREGATE INTERCHANGE Pagel 10/04/18 12:16:33 PM Date Format-MM/DD/YY EMListSummary.rpl EM Equipment List - Summary Equipment and Components Date Attach To Comp of Equipment/Component Vin Number Last Used Status Equip Equip Department: 601 EQUIP-DIRT Continued Category: 04- GRADERS 04-04 79 CAT 140G MOTOR GRDR BLDE 72V3590 09/30/18 Active 04-05 88 CAT 140G MOTOR GRDR BLDE 72V11526 09/30/18 Active Category: 05- ROLLERS 05-03 78 IR SPF-56 SH ROLLER 5008S 12/01/13 Active 05-04 99 DYNAPAC CA252PD ROLLER 66320638 09/23/18 Active 05-06 90 IR SD1 DOD COMPACTOR 6577 09/23/18 Active 05-07 72 CAT 815A SHEEPSFOOT COMP, 91 P363 09/02/18 Active 05-10 97 IR COMPACTOR MOD DD22 PEf 14474 08/12/18 Active 05-11 2005 SD105DX COMPACTION ROLI 181932 09/30/18 Active Category: 06- TRUCKS&TRACTORS 06-16 85 KENWORTH TRACTOR 1 XKWD29X1 FS324389 09/30/18 Active 06-21 84 PETERBILT WATER TRUCK 159641KP 09/16/18 Active 06-23 92 PETERBILT TRACTOR 1XPCPBEX1 ND322929 09/30/18 Active 06-26 WABCO WATER WAGON 375 37550 06/13/10 Active 06-31 1992 CHEVY CRASH TRUCK W/A17 1JBL7HLMSNJ108256 07/01/18 Active 06-32 2008 KENWORTH DUMP TRUCK 2NKMLN9X88M221638 09/23/18 Active 06-34 1999 FREIGHTLINER VACTOR TRU 1 FVXTMDB3XHB09497 09/09/18 Active 06-35 2005 STERLING WATER TRUCK 2FWBA2DE55AN84916 09/30/18 Active 06-39 1994 WESTERN STAR DUMP TRUC 2WLPDCCH2RX933056 09/30/18 Active 06-42 2011 FREIGHTLINER TRACTOR 1 FUJGEDRBBSAZ6470 09/30/18 Active 06-61 1995 FORD L9000 WATER TRUCK 1 FTYS9581 SVA30089 09/30/18 Active Category: 07- LOADERS 07-04 97 JOHN DEERE 544H WHEEL LOA DW544HX562917 09/30/18 Active 07-06 86 KAMATSU WA350 LOADER 10996 09/16/18 Active 07-07 91 TROJAN 1700Z LOADER T21-1520 04/01/18 Active 07-08 JOHN DEERE 444H WHEEL LOADE DW444HX567917 08/19/18 Active 07-11 JOHN DEERE 444J WHEEL LOADEI DW444JZ596646 09/23/18 Active Category: 08- EXCAVATORS 08-07 85 MS580 MITSUBISHI BACKHOE 160 11/22/15 Active 08-08 94 KOBELCO SK200 EXCAVATOR YQU-1491 06/19/16 Active 08-09 KOBELCO SK200 LC W/42"BUCKE YQ3014 09/09/18 Active 08-11 91 FORD 755E LOADER/BACKHOE D100373 01/14/18 Active 08-12 1997 9050B CASE EXCAVATOR EAC0501129 09/30/18 Active 08-13 1998 580 CASE SLII 4WD EXTENDP JJG0258906 09/09/18 Active 08-14 98 KOBELCO ACERA SK200 YNT0262 04/22/18 Active 08-15 99 CASE 58031-II EXTENDAHOE JJG0271871 09/09/18 Active 08-16 CAT 345BL HYDRAULIC EXCAVAT( 4SS00441 03/25/18 Active 08-17 05 BOBCAT 435 EXCAVATOR 503111270 09/23/18 Active 08-18 06 JD 20OC-LC EXCAVATOR FF200CX507126 09/23/18 Active 08-20 2007 JOHN DEERE 200 LC EXCAVF FF200DX510185 09/16/18 Active 08-21 BOBCAT MODEL 435 HYDRAULIC F AACB11272 09/30/18 Active 08-23 CASE CX135 HYDRAULIC EXCAVA DAC151535 09/30/18 Active 08-25 15 BOBCAT COMPACT EXCAVATO AG3414678 09/30/18 Active 08-26 2012 MINI EXCAVATOR E42 AG3412742 09/30/18 Active 08-28 2017 HITACHI EXCAVATOR 2456 ZL HCMDFD60J00700055 Active 08-98 89 CAT EL300 BACKHOE 4NF793 09/09/18 Active 08-99 HYDRAULIC BREAKER 09/02/18 Active Category: 09- TRAILERS 09-02 92 CLEMENTS END DUMP TRAILEF 1C9131333BiNM110129 09/30/18 Active 09-06 65 PAGE TRAILER 17307 09/20/09 Active 09-07 64 UTILITY VAN(STORAGE) 40983 Active 09-12 96 CLEMENTS END DUMP TRAILEF 1C9BB33BOTM110569 09/30/18 Active 1 DIRT&AGGREGATE INTERCHANGE Page 2 10/04/18 12:16:33 PM Date Format-MM/DD/YY EMListSummary.rpt EM Equipment List - Summary Equipment and Components Date Attach To Comp of EgnuipmentiComponent Vin Number Last Used Status Equip Equip Department: 601 EQUIP-DIRT -Continued Category: 09- TRAILERS - Continued 09-13 96 FREEWAY TILT-DECK 11`9FT2834T1123538 09/23/18 Active 09-28 7X14 DUMP 14K HDX SERIES 4YMDUI429CN004317 08/12/18 Active 09-30 2013 TRAILMAX TILT DECK TRAILE 5UCPT3730DA001611 09/23/18 Active 09-31 2013 CONTINENTAL CARGO TRAIL 5NHUTW425DT619685 09/16118 Active 09-32 32'END DUMP TRAILER WE190EDFS02323236 09/23/18 Active 09-33 EQUIPMENT TRAILER 1 ZCT35A22YZP21774 08/26/18 Active 09-34 TILT DECK EQUIPMENT TRAILER 1JKTDA242NA100001 06/24/18 Active 09-37 2014 PJ 20'UTILITY TRAILER 3CVB52023E2515142 01/21/18 Active 09-40 1996 ASSEMBLED DUMP TRAILER OR60786 Active 09-41 ENCLOSED CARGO TRAILER 1P9CS18191`1043134 11/06/16 Active 09-43 BELLY DUMP TRAILER 44456 01/29/17 Active 09-45 2005 END DUMP TRAILER(BLACK) 1T9DS34B751066629 09/30/18 Active 09-92 80 HYSTER LOWBOY TRAILER 22991 08/26/18 Active 09-93 TILT TRAILER 1 G9KS26246A065756 07/15/18 Active Category: 12- MILLING MACHINES 12-03 87 DYNAPAC PL2000 PROFILER 218 07/14/13 Active Category: 15- CRANES & FORKLIFTS 15-10 JLG 12,000 LB VARIABLE REACH F 0160013853 09/14/18 Active 15-11 JLG ELECTRIC SCISSOR LIFT Active Category: 16- SWEEPERS 16-04 89 MAXI-SWEEP 6600 SIDECAST MS891204 09/30/18 Active 16-05 BROCE MODEL BB-250 BROOM 981067 05/22/16 Active Category: 17- DIRT RENTAL EQUIPMENT 17-23 RENTAL-VOLVO EXCAVATOR R145H00110619 Active 17-24 RENTAL KONELL-CAT EXCAVAT( 26115 Active 17-25 KOBELCO HYDRAULIC EXCAVATO Active 17-27 RENTAL: JD450C-LC EXCAVATOR 09/01/13 Active 17-30 VOLVO ARTICULATED HAULER 00740101 Active 17-31 84"SMOOTH DRUM ROLLER 10000108HOA010774 Active 17-32 EXCAVATOR 1 FF225DXVCD502495 Active 17-33 2014 JD 135G EXCAVATOR 1 FF135GXDE400397 11/22/15 Active 17-34 EXCAVATOR 11225DX501045 12/13/15 Active 17-35 MINI EXCAVATOR 1FF017GSCF5225332 Active 17-36 WALK BEHIND DITCHWITCH 120806 Active 17-37 84'' ROLLER H1791460 Active 17-39 EXCAVATOR 1 FFDBC70HCE230038 Active 17-40 BREAKER 100-1323 Active 17-41 TOYOTA FORKLIFT 61797 Active 17-42 HYSTER FORKLIFT F005D04847M Active 17-43 FORKLIFT DUMPSTER C-204898 Active 17-44 FORKLIFT DUMPSTER C-204898 Active 17-45 MINI EXCAVATOR IGG050GXTFH283265 02/21/16 Active 17-46 SKID STEER IT0332EMHEE261920 Active 17-47 COLD PLANER ITOCP24CTE0000088 Active 17-48 EXCAVATOR 1 FF017GXKFK225702 Active 17-49 12"MINI 17G DIG BUCKET 1976361 PM64939 Active 17-50 30''MINI 17G EXAC.MUCK ATTACK 2543-03 PM67859 Active 17-52 RENTAL:BELLY DUMP TRAILER 1 BN2B3720FP15823A Active 17-53 RENTAL:COMPACT EXCAVATOR B2VW11222 Active Category: 20- RENTALSIMISC EQUIP 20-08 06 JD 990 COMPACT UTIL TRACTC LVO99OG690710 10/18/15 Active 20-13 VIB PLATE COMPACTOR U1517 Active 1 DIRT&AGGREGATE INTERCHANGE Page 3 10/04/18 12:16:33 PM Date Format-MM/DD/YY EMListSummary.rpi EM Equipment List - Summary Equipment and Components Date Attach To Comp of EQUIDment/COmUOnent Vin Number Last Used Status Equip Equip Department: 601 EQUIP-DIRT -Continued Category: 20- RENTALS/MISC EQUIP - Continued 20-15 2009 CRAFCO TRAILERED SEALIN 1C9SV122391418178 07/21/13 Active 20-18 TRAILER-MOUNTED HYDROSEEDE lF9TS1728FF135739 Active Category:48- TRENCH BOX 48-06 88MHXLD-GME MANHOLE BOX 112742 Active 48-07 6'x6' STATIC UTILITY BOX 2001 N/A 04/29/07 Active 48-08 4XSX20 STEEL TRENCH 129676 Active 48-09 4X8X20 STEEL TRENCH 129677 Active 48-10 24'X6 MODULAR SHIELD PANEL Active 48-11 24'X8'MODULAR SHIELD PANEL Active 48-14 4X4X20 STEEL TRENCH 1258520 Active Category: 70- CONSTRUCTION EQUIP 70-00 SMALL TOOLS 07/26/09 Active 70-01 WATER STRUCTURES 12/22/13 Active 70-07 1998 ALLMAN 4 LIGHT TOWER 9809NLP23 11/20/16 Active 70-08 ALLMAN 4 LIGHT TOWER 9809NLP19 09/14/18 Active 70-09 TRAILBLAZER WELDER(KEVIN TR LC565461 Active 70-15 70KVA GENERATOR 8800148-37778 06/02/13 Active 70-16 185W IR COMPRESSOR 4FVCBBAA64U348171 01/07/18 Active 70-18 HIGHWAY READER BOARD 1 05/27/18 Active 70-19 HIGHWAY READER BOARD 2 05/11/14 Active 70-20 ARROW BOARD,SOLAR 0034AB07 09/23/18 Active 70-21 2008 WANCO TRUCK MOUNTED Al 51`11S101081002204 05/11/14 Active 70-23 HUSQVARNA ASPHALT SAW 01316674001 Active 70-26 PORTABLE MESSAGE BOARD(50 51`12S16571003326 09/02/18 Active 70-37 RAMMER COMPACTOR W2885 Active 70-45 PLATE COMPACTOR Z2718 Active 70-46 TOWABLE MESSAGE BOARD SUNI 5010936 04/02/17 Active 70-47 TOWABLE MESSAGE BOARD WAN 5F12S161871002123 04/02/17 Active 70-51 TOWABLE MESSAGE BOARD VER- 2S9US3116ES132214 09/23118 Active 70-52 TOWABLE MESSAGE BOARD VER- 2S9US3118ES132215 09/23/18 Active 70-56 TOWABLE MESSAGE BOARD VER- 2S9US3119ES132191 Active 70-57 BACKHOE PLATE COMPACTOR 651109 Active 70-58 PIPE LASER VG 7207 10/29/17 Active 70-59 RAMMER COMPACTOR A2105 Active 70-60 VIBRATOR IMPACT PLATE T2A9262 Active 70-61 REVERSIBLE PLATE COMPACTOR A1826 06/10/18 Active 70-64 REBAR CUTTER 301115 Active 70-68 SELF-DUMPING HOPPER 1003 32459 Active 70-69 SELF-DUMPING HOPPER 1003 32462 Active 70-70 HOMELITE GD1200-1 GENERATOR 10510106 Active 70-71 SKID STEERSWEEPER Active 70-72 SKID STEER HYDRAULIC DOZER E Active 70-73 SIDEWINDER HYDRAULIC SPREAC ES00000991-1 Active 70-74 BREAKER HYDRAULIC HB980 A00Y22203 Active 70-75 SELF-DUMPING HOPPER Active 70-76 SELF-DUMPING HOPPER Active 70-77 2018 TOKU TDX 30 SHEAR MINI HC Active Department: 603 EQUIP-GUARDRAIL Category: 01- PICKUPS AND AUTOS 01-49 01 F-450 FORD TRUCK(DANA H) 1 FDXF46FX1 EA47505 04/16/17 Active 01-58 07 CHEV SILVERADO 3500(DALE E 1 GCJC39D87E115798 09/23/18 Active 01-62 08 FORD F-55 CREW(GR) 1FDAW56R18EB00009 07/01/18 Active 1 DIRT&AGGREGATE INTERCHANGE Page 4 10/04/18 12:16.33 PM Date Format-MM/DD/YY EMListSummary.rpt EM Equipment List - Summary Equipment and Components Date Attach To Comp of Equipment/Component Vin Number Last Used Status Equip Equip Department: 603 EQUIP-GUARDRAIL -Continued Category: 01- PICKUPS AND AUTOS -Continued 01-64 2001 CHEVY 3500 IGBJC39GI lF137206 11/12/17 Active 01-70 07 DODGE PU 1 TON(GR) 3D6WG46A07G825677 06/10/18 Active 01-76 15 SILVERADO 2500HD DBL(GREG 1GC2KUEG1FZ506814 04/17/16 Active 01-77 98 CHEVY SILVERADO BLUE(YARI 1 GCGC33F5WF035839 07/15/18 Active 01-78 2003 FORD F250 PICKUP(GR-CA) 1 FTNF20LB3EB76795 09/23/18 Active 01-79 15 CHEVY SILVERADO PICKUP(DA 1 GCI KWEGXFF184621 05/06/18 Active 01-81 06 FORD EXPEDITION 4X4(GR) 1 FMPU16536LA61647 11/19/17 Active 01-83 01 FORD F550 SUPER DUTY(PAT 11 FDAW56561 EC84047 09/30/18 Active 01-84 04 FORD F450 SUPER DUTY(STEM 1 FDXF46S64ED95819 09/30/18 Active 01-86 2015 GMC SIERRA 3500 HD(AARO 1 GD321 CGOFF571608 09/23/18 Active 01-87 2013 GMC SIERRA 3500 HD 1GD322CG8DF228158 07/15/18 Active 01-88 16 CHEVY SILVERADO 3500(BILLY IG64CYCG7GF261881 07/29/18 Active 01-89 16 CHEVY SILVERADO 3500(KIRK 1GB4KYCG4G7GF260108 09/30/18 Active 01-92 2017 GMC SIERRA 3500(KEVIN D) 1GD42VCGXHF125562 09/30/18 Active 01-93 MISC.GUARDRAIL GUYS NIA 07/31/11 Active 01-94 2016 GMC SIERRA 3500(BILL S) IGT32VCG7GZ279238 11/12/17 Active Category: 06- TRUCKS &TRACTORS 06-15 84 PETERBILT TRACTOR 1XP9D29X4EP172357 09/23/18 Active 06-22 87 PETERBILT TRACTOR 1XP5D29X1 HD217503 09/30/18 Active 06-24 88 PETERBILT TRACTOR 1XP5D29X6JD258747 09/30/18 Active 06-25 84 FORD LN7000 FLATBED 1 FDPR70U2EVA46869 07/22/18 Active 06-27 95 FORD F8000 BOOM TRUCK 1 FDXFBOC9SVA39144 09/17/17 Active 06-29 2006 PETERBILT 378 TRACTOR 1XPFDB9X66N633929 09/30/18 Active 06-30 1998 FREIGHTLINER FL60 1 FU3GFAC3WH914200 09/30/18 Active 06-33 78 FORD DUMP TRUCK(SOLO)(FO U91MVCA8274 09/23/18 Active 06-36 2012 FREIGHTLINER TRACTOR 1 FUJGEDV7CLBT3680 09/30/18 Active 06-37 2012 FREIGHTLINER TRACTOR 1 FUJGEDV2CLBU1766 08/12/18 Active 06-38 2012 MCCOY FREIGHTLINER 1FUJGEDR8C5BL5933 09/30/18 Active 06-40 TRACK DUMP(YELLOW OFF HWY) YAN0640 Active 06-41 78 FORD DUMP TRUCK(WAS 11-0, U90MVCDC107 09/30/18 Active Category: 08- EXCAVATORS 08-27 2018 BOBCAT COMPACT EXCAVA- 7125144 09/30/18 Active Category: 09- TRAILERS 09-05 88 TRANSCRAFT STEPDECK TRAII 1TTE48206J1030903 09/30/18 Active 09-14 1998 BIG TEX TRAILER 4K8GX1626V1322209 07/29/18 Active 09-15 96 8xl8 FLATBED TRAILER 1F9SF1823T1371738 01/14/18 Active 09-16 00 ECONOLINE 12TON 25'DOVETA 42EDPKE46YI001378 07/15/18 Active 09-17 2001 CINT500 GAL WATER TRAILEI 4MFWB132XIW001221 03/15/15 Active 09-18 00 DORSEY STEPDECK TRAILER 1 DTP30Z27YG055209 09/30/18 Active 09-19 98 ETIT TRAILER 23' 42EDPHE43W1001158 09/14/18 Active 09-20 01 TOWMASTER T20 TRAILER 4KNFT19251 L162449 09/30/18 Active 09-21 2006 BIG TEX 20'VAC TRAILER 16VFX202262329156 10/23/16 Active 09-24 2004 TOWMASTER T-20 TRAILER 4KNFC19234LI63524 09/09/18 Active 09-25 PHOENIX 48'DROPDECK TRAILER 461 BR413361_1020060 06/10/18 Active 09-27 KRAFTSMAN EQUIPMENT TRAILEF 5E7HP34204R00370 05/15/16 Active 09-29 SPECT DECKOVER TRAILER 4W8CF283581007446 05/06/18 Active 09-35 78 ORANGE STEP DECK 40'TRAILI 29895 07/22/18 Active 09-38 2016 LOAD TRAIL DUMP TRAILER 4ZEDT1630HI 118065 06/17/18 Active 09-39 1993 FRUEHAUF END DUMP TRAIL 1 H4DO3029PL011901 09/30/18 Active 09-42 6x12 RED DUMP TRAILER 1M9BD1221 FL516082 04/29/18 Active 09-44 RV CAMPING TRAILER 4YDT25R296G922918 Active 09-46 1991 CLEMENT END DUMP TRAILE V09131334135MM110065 Active 1 DIRT&AGGREGATE INTERCHANGE Page 5 10/04/18 12:16:33 PM Date Format-MM/DD/YY EMListSummary.rpt EM Equipment List - Summary Equipment and Components Date Attach To Comp of Eauinment/Com Donent Vin Number Last Used Status Equip Equip Department: 603 EQUIP-GUARDRAIL Continued Category: 10- SERVICE TRUCKS 10-91 90 FORD LN8000 FLATBED 1FDXR82A5LVA25665 08/26/18 Active Category: 11- GUARDRAILTRUCKS 11-07 GUARDRAIL AUGER MACK TRUCK 13421S3275 08/27/17 Active 11-08 99 WESTERN STAR PUNCH 2WKPDCCJ2XK957619 09/30/18 Active 11-09 04 KENWORTH PUNCH 1 NKDLB0XX4R058604/DA123103 09/30/18 Active 11-10 09 STERLING LT9500 PUNCH TRU( 2FZHAZCV09AAE2604 09/14/18 Active 11-11 CASE EXCAVATOR(08-22)W/POS- DAC151546 10/08/17 Active 11-12 2008 KENWORTH PUNCH TRUCK 1XKDDU8X38J216563 09/80/18 Active 11-13 HYDRAULIC HOIST FOR 11-12 Active 11-16 01 MACK GUARDRAIL PUNCH TRU IMIAA18Y11W139814 07/23/17 Active 11-17 GUARDRAIL PUNCH TRUCK 1 FUJA6CK04LM80409 09/30/18 Active 11-18 16 GUARDRAIL PUNCH TRUCK 3AKJGNDV3GDHE5532 09/30/18 Active Category: 15- CRANES & FORKLIFTS 15-03 72 P&H R-150-1 HYD CRANE 44831 02/04/07 Active 15-04 95 IR FORKLIFT MOD RT708 5698 10/18/09 Active 15-05 90 LIFTKING MODEL FORKLIFT LT0264 06/04/17 Active 15-06 98 LIFTKING LK6142 FORKLIFT LT0450 10/09/16 Active 15-07 98 LIFTKING LK6142 FORKLIFT LT0403 10/09/16 Active 15-08 04 LIFTKING 6M22 FORKLIFT LT0386 08/06/17 Active 15-09 04 LIFTKING 6M22 FORKLIFT LT00388 09/18/16 Active 15-12 2011 CAT REACH LIFT(TELESCOP TBLO1700 07/22/18 Active Category: 17- DIRT RENTAL EQUIPMENT 17-51 CONETRUCK 1 FDWF36P84EC15175 Active Category: 20- RENTALS/MISC EQUIP 20-04 2000 VAC EXC.TRAILER 1 R9BB2021 Y303125 01/07/18 Active 20-09 01 WATERTANK TRAILER 500GAL lT9TS12231S659279 09/01/13 Active 20-10 2007 BOBCAT SKID STEER LOADE 53021134 03/18/18 Active 20-11 2007 MULTIQUIP CONCRETE MIXE C2752350 01/11/09 Active 20-12 2004 MAGNUM PRO WATER TRAIL 045105 10/29/17 Active 20-16 T80-20 FOAM GENERATOR Active 20-17 SKID STEER PICKUP BROOM WITl 1301014 11/08/15 Active Category: 70- CONSTRUCTION EQUIP 70-02 1999 ADDCO LED MSG BOARD 585742 06/24/12 Active 70-03 1999 ADDCO LED MSG BOARD 585743 09/23/18 Active 70-04 99 SOLAR ARROW BOARD(TRAILE 159A41015XL358413 09/30/18 Active 70-05 99 SOLAR ARROW BOARD(TRAIL[ 159A41014XL358413 03/26/17 Active 70-17 USED CABLE SPOOLER Active 70-22 ARROW BOARD WANCO 08/14/16 Active 70-28 350 ATTENUATOR ARRAY(2) Active 70-29 OR&WA TEMP K-RAIL Active 70-32 LIGHT TOWER,TOWABLE SM MAC 088150 03/11/18 Active 70-33 LIGHT TOWER,TOWABLE SM MAC 0831442 12/10/17 Active 70-34 LIGHT TOWER,TOWABLE SM MAC 0831030 07/16/17 Active 70-35 LIGHT TOWER,TOWABLE SM MAC 0904242 07/17/16 Active 70-38 (6)ABSORB 350 TL-3 CRASH CUSF Active 70-42 BALLOON LIGHT G6000054 Active 70-43 BALLOON LIGHT G6000073 Active 70-44 BALLOON LIGHT G6000078 Active 70-48 TOWABLE MESSAGE BOARD SUNI S010935 09/23/18 Active 70-49 TOWABLE MESSAGE BOARD SUN[ S011743 04/02/17 Active 70-54 TOWABLE MESSAGE BOARD VER 2S9US3111 ES132217 07/23/17 Active 70-55 TOWABLE MESSAGE BOARD VER 2S9US3113ES132218 Active 1 DIRT&AGGREGATE INTERCHANGE Page 6 10/04/18 12,16:33 PM Date Format-MM/DD/YY EMListSummary.rpl EM Equipment List - Summary Equipment and Components Date Attach To Comp of I Equipment/Component Vin Number Last Used Status Equip Equip Department: 603 EQUIP-GUARDRAIL - Continued Category: 70- CONSTRUCTION EQUIP -Continued 70-63 CA TEMP K-RAIL Active 70-65 SAND BARREL SYSTEM Active 70-66 (6)ABSORB 350 TL-3 CRASH CUSF Active 70-67 GLOBUG LIGHT SYSTEM G2300028 Active Department: 800 BUILDINGS Category: 90- BUILDINGS 90-00 BUILDINGS N/A Active 91-01 SHOP REBUILD Active Category: 95- LAND IMPROVEMENTS 91-00 BUILDING IMPROVEMENTS N/A Active Department: 805 OFFICE EQUIPMENT Category: 80- OFFICE EQUIPMENT 80-00 OFFICE EQUIPMENT N/A Active Department: 905 LAND IMPROVEMENTS Category: 95- LAND IMPROVEMENTS 95-00 LAND IMPROVEMENTS N/A Active 1 DIRT&AGGREGATE INTERCHANGE Page 7 10/04/18 12.16:33 PM Date Format-MM/DD/YY EMListSummary.rpl I )k DIRT& AGGREGATE INTERCHANGE, INC. COMPANY NAME: DIRT&AGGREGATE INTERCHANGE, INC. OWNER: HENRY H. PELFREY ADDRESS: 20905 NE SANDY BLVD PHONE: 503-661-5093 CITY,STATE, ZIP: FAIRVIEW, OREGON 97024 FAX: 503-669-1192 I BUSINESS TYPE : GENERAL CONTRACTOR FED#: 93-0659774 DATE INCORPORATED: FEBRUARY1976 TRADE REFERENCES 1 UNIVERSAL INDUSTRIAL SALES PHONE: 801-785-0505 Attn: Dan Hancock or Shelly FAX: 801-785-6202 2 TRINITY INDUSTRIES HIGHWAY SAFETY PHONE: 800-772-7976 Attn: Trisha Miller FAX: 330-545-3718 3 FERGUSON PHONE: 503-735-8027 Attn: Angela Pierce FAX: 503-247-7038 BANK REFERENCES BANK: WELLS FARGO CONTACT: JAN YUTZY BRANCH: PORTLAND CORPORATE OFFICE PHONE: 503-886-3884 SURETY BONDING COMPANY NAME: TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, INC. BONDING COMPANY NAME: PHOENIX SURETY AND INSURANCE AGENCY, INC. ADDRESS: 1499 SE TECH CENTER PLACE, SUITE 280, VANCOUVER, WA 98683 AGENT NAME: BOB LAGLER 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 (October 9, 2018), 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. Dirt and Aggregate Interchange, Inc. Bidder*Business Name Signature of l'uthoriz d Offi ial* Henry H. Pelfre� Printed Name President Title 10/4/18 Fairview Oregon 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. 2018 Guardrail Repairs/Alma roof 17 September 27, 2018 Project Number: 18-3011.4 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 sixty (60) 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 1 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: October 4, 2018 Dirt and Aggregate Interchange, Inc. NAB F BDD 'R, Signatur6%bf Aut orize Repres ntative Henry H. Pelfrey, President (Print Name and Title) 20905 NE Sandy Blvd. Address Fairview, Oregon 97024 2018 Guardrail Repairs/Al ma roof 18 September 27, 2018 Project Number: 18-3011.4 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS; That we, Dlrt_and ApaarepatP Interchange Inc _ as Principal, and Trlyelers.Gasual1y gnfl_1-Sure! _ggMpa ofArrlerdoa , as Surety, are held and firmly bound unto the CITY OF KENT as Obligee, in the penal sum of r,w&racontof RouA111c,1101 13141 -• p5%Of To1a1 Bid) Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents, The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2018 Guardrail Repairs/Project Number! 18-3011.4 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. SKiNED, SEALED AND DATED THIS 4th DAY OF October 2018, PRINCIPA - Dirt and Ag� f�9e Inle c an e-I c. lenry H. e rey r silent SURETY-Travelers Casual V nd Surety Company of America Robert W. Lagler(Attorney-in-Fact) Received return of deposit in the sum of $ 2018 Guardrail Repairs/Almaroof 19 September 27, 2018 Project Number! 18-3011.4 Travelers Casualty and Surety Company of America el,eC occ, 1 ml Travelers Casualty and Surety Company LT.—Q Y G��R,7 N St. Paul Fire and Marine Insurance Company _ ... ...- —---....... POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St, Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Robert W. Lagler ofVancouver Washington their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law.. IN WITNESSWHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. �dw�vunw fr✓ . CONK u U�l yq State of Connecticut City of Hartford as. Robert L. Raney,See Por Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer, In Witness Whereof, I hereunto set my hand and official seal. �iti My Commission expires the 30th day of June, 2021 � ,4..� r Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary, and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which if is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 4th day of October 2018 Vk,M1 ra r/ yr f+. KevinKevin E� lant Secretary To verify the authenticity of this Power of Attorney,please ca//us at 1-888-421-381 Please refer to the above-named Attorney-/n-Fad and the details of the bond to which the power is attached. CITY OF KENT COMBINED DECLARATION FORM: NON'-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2018 Guardrail Repairs Project Number: 18-3011.4 NAME OF PROJECT Dirt and Aggregate Interchange, Inc. NAME OF BIDDER'S FIRM A14 q Henry H. Pelfrey, President SIG ATU'R OF A l­10 ZED REPRESENTATIVE OF BIDDER 2018 Guardrail Repairs/Almaroof 20 September 27, 2018 Project Number: 18-3011.4 This change order farm is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this changie order form for any change orders" CHANGE ORDER NO. [Enter # 11 21 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Proiect #, if almlicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2018 Guardrail Repairs/Alma roof 21 September 27, 2018 Project Number: 18-3011.4 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: Timothv J. LaPorte, P.E. Its It's Piihlir Wnrkc nirertnr (title) u (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2018 Guardrail Repairs/Almaroof 22 September 27, 2018 Project Number: 18-3011.4 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 ....................E3' Orderof Contents.................................................................................ET Invitationto Bid...................................................................................01, Contractor Compliance Statement........................................................Eg', Date........................................„.„.................................................0 Have/have not participated acknowledgment.............................M-' Signature and address........................„ ...„„.... .... 191, Declaration - City of Kent Equal Employment Opportunity Policy ........GY Dateand signature .....................................................................Ems' Administrative Policy ................... ......................................................EK Proposal...............................................................................................E/ First line of proposal - filled in ...................................................E3"' Unit prices are correct ......... ...............„..».............................„„ED/ Subcontractor List (contracts over $100K) ...........................................„E3'� Subcontractors listed properly....................................................EY Signature ....................................................................................SY, Subcontractor List (contracts over $1 million).....................................cy, Subcontractors listed properly.................................................... Dateand signature ..................................................................... Contractor's Qualification Statement ...................................................M/ Completeand notarized ..............................................................9' Certification of Compliance with Wage Payment Statutes....................E ' ProposalSignature Page......................................................................U/ All Addenda acknowledged ......... ......... .................EX, Date, signature and address ....................... ..............................2/ BidBond Form .....................................................................................EZ Signature, sealed and dated ..........,.... ...,.....................................❑ Power of Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form .................................................................2' Signature ................„.„„...„„.„„.........„.„„.„„.„„.„„....„.„.............................„E!3"� ChangeOrder Form.............................................................................. 31" Bidder's Checklist ................................................................................u/ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2018 Guardrail Repairs/Almaroof 23 September 27, 2018 Project Number: 18-3011.4 ............ ... ...... ........... ME ... ................. x=Nv 09......... ........ ............. ......................... ...... ....... ............... ...................... .................................... .............mi............ ...... .. ....... ........ ....... ........ ........... . ............... ....... ................................ ................................... ............................... . . .........xaw aLL TT � ex JIM, zF nW 0 aWu .............. ........... ................................ ...... ...... ox .4Z ............................. ............... ............... ...... � . I Z Z .................... ......... ...... ----------- ----------------- ....................................... ................ z ................... --- --------- --------- ---- --- ---—- ----- --------- ---- -- -- ------ --- - V, 1. V 1! I :111, 21 ul "I ......... 77 .... .... I Fi FFI l ad F W Ik44 Z F^ Yh 0 LLI t1 Ge :15:enti vZ4 JSbov96L � F u f w •� � d'3 Y463U1�. a a v VG, jEl Ll I /y� / W....� . . ♦ ...Ply O W 1 N&8'ifV A6 f Xi ♦� 4 I xtlA 1/Y 'Di- i 5 W YL Q '� tit?b dfl Am11 d'a r�A M vn it'A u j ., i °alu0 i F r T El rn vj U J � o ^ `ava7Ymca sRny. p1 d a v I1 �, �a ' n ua rq �ti X ry , x, sl0ss o c v o v O N � � W U L J E a ✓1 a / y o_ m v w o co m 5 v N a` uJ N w w � � m / ' N N AV liuiwnS CIO W❑tG` ❑ Q P� N rn _ 6c� � r�9 / CC! y ✓ Re'� ' N L N^V PJOnIV m Q� w U f/J Q C I N AV IazeH } - L AV JOpuexalV 3 d � N � � N 00 AVIDedsoJd a w m S AV JOWeA as ve w d6Ti�Ile S.a N ny uosep J � i W� 1 4 �tiV;yYlnod N AV HJeID .m c epeck P K u a a v !y `m 3 3 O C N W m = N Y r`n N AV ale1S u S AV OlelS T d w 7- 0 a ' O Jb. PiA Cpi IX u 1V a �m,i"ui}; _. _ _... ,. . c -. �i S M,Yj.� 0.?Il Llc�r) O i�n N ILL I O LY: N SC: � n 111 0_ E� a Ct SE o E a m LL n P� SE j d a w uJ INN r i SS39OLL .4 �"^qY fl!44 III }. Z v W 0 32 id DOG SS w12,U& Q N y} 4 w 109 N w � r, N M h IS N. N « W, _ N W W m 3S AV L04 M NI d N i 3SId90L a nww N N 3S Id 50l ryM a... !y n r � 35 AVS`�j�vm�.... N ! a L rv; W 3S hb'b6 B 1^• a'. 103 M SC U1,. J o ^ N N N . " 3Snyeol w' N" w� I i (/U II fF I i� k V0 1 Goo�'lve r Cor4 � I � ! E e 0 1., V6 u ,� � !�� ii rrl� �✓t �.. � ///J»,q J', +i' �/lf/�/i1%/o„y�//��YI� Y r r ,r e r Jfi 1 �FYrr r / nw /�r f Jr�p/ ry /» Oil I a ii � 'Ff�r J� /16O�1 �yi�� /�/� ✓//9� rr/I�i��,� if irAyJJv ��j"� rli�ll � / i f!/ D Ole ' / ' Li°r�irii r /F9rr 11 fr �!//1 rir li rlI N I �j,W1, / �V /» 1 / r I � Iy�hAwVr �; 1, � rf °t,"Eu w� WA-"e a City ul Kcnl KENOSIA AVE AND 2018 SHEEP °""" Public Work%Doparbrrent KENSINGTON AVE S, GUARDRAIL REPAIR PPpgGVEO uxeE K 'rN� En 1 of 1 � a�r/xmm .. ,. . gmecrilr l"7ivi:risalr GUARDRAIL PLAN PROJECT BOND NO: 106969874 PAYMENT AND PERFORMANCE BOND ][ TO CITY OF KENT KNOW ALL NIEN BY THESE PRESENTS: Thutmxe, the undersigned, asPrincipu|. and .- a Corporation organized and existing Linder the (aws of the, State of Washington, as a Surety Corporation, and qualified under the laws ofthe State OfVV8>hingtonio become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and 8rnn|y bound tuthe CITY OF KENT in the penal sum uf $ , together with uAyu/8uStmon1s, upurdown, in the total contract price becou.snuf changes in the contract work, tor the payment nf which sum 0n demand we bind ourselves and our successors, hefn, administrators O/ Deroon8| | representatives. os the case may be. � This obligation iS entered into in pursuance o[ the statutes of the State of Washington, arid the Codes and Ordinances of the C|TY0FKENT Nevertheless, the conditions 8fthe above obligation are Such that: WHEREAS, under and pursuant 00a nnuiion, duly made, seconded arid 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 Luthe above bounden Principal, a certain contract, the said c0n8'8Ct providing for construction [f 2018 Guardrail Repairs/Project Number: 18~3011,4 (which contract is referred to herein and is made vpd/t hereof oo though attached horetO}, and WHEREAS, the Principal has accepted, Or is about t0accept, the contract, and undertake topor[nrrn the wO[kth8/Cin provided for in the manner and within the time set forth: NOW, THEREFORF, for non-FILIWA projects only, if the Principal shall taithfully pet-form all the provisions of said contract in the manner arid within the time herein set forth, or within sudi extensions of time as, may be granted under the said contract, and shall pay all laborers, mechanics, subcunbact0rsund material nO80. and all persons who shall soDp|ythe Principal nrsubcOn\rautm s with provisions and supplies K}r the c8rryiO� on of said work arid shall indemnify and hold the CITY OF KEN T harmless from any damage o/ expense bY reason of failure of performance as, specified in said contract, orfrom defects appearing or developing iO the nnxtari@| or workmanship provided nr performed Linder 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 inStrunoeOt under their separate seals. The name and corporate seal (if required by law) Of each corporate party is hereto affixed and duly signed hy its undorSignoJ representatives pursuant to 8VthoritVof its governing body 2olu Guardrail xep.qir`/awu/oo/ 23 19, zu�n BOND NO: 106969874 TWO WITNESSES: Dirt and Aqqreqate Interchanqe, Inc y PRINCIPAL (enter rntgr<3V arr pvr,;q h / Henr H. elf y le---.ak r:. ...,_..__.. TITLE: _P DATE: pVvyr. ,t_ 1 DATE: November6, 2018„ „_,,,,,,, _............ CORPORATE SERf.: _._MJnrµ.�.yN )�IKAtJ4.......,....__.. PRINT NAME DA fF : N M%C U, 20tb Travelers CasuaNty and Sure#y Cam an of America SURETY ) CORPORATE SEAL: BY Robert ITW.La ler _....._, DATE: N nvambe.r.6�20 Ja,� _ TITLE: Attornev-in-Fact ADDRESS Uq-r Place 5qite.,.280 Vancouver. WA 98683 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 Henry H. Pelfrey Who signed the said bond on behalf of the Principal ir anc emirate ,Iiatrchange, Inc. of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRLTARY OR A `SIST7dNT S - FTARY Henn H. Pelfre R_ Y Y 201n Guardrail kepailsVAhtlaroof 24 Septernber 19, 2016 Project Number 18-3011.4 Travelers Casualty and Surety Company of America II Travelers Casualty and Surety Company TRQUE�.E�J wU St. Paul Fire and Marne Insurance Company _. ...................................... POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casually and Surely Company of America, Travelers Casualty and Surely Company, and St, Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Robert W. Lagler cfVancouver Washington , their true and lawful Attorney-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF,the Companies have caused this instrumentio be signed,and lheircorporate seals to be hereto affixed,this 3rd day of February, 2017. k(4nr'vw'en 11w100?1 aram State of Connecticut City of Hartford ss. Robert L.Raney,Seialor Vice President On this the 3rd day of February,2017, before me personally appeared Robert L. Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casually and Surety Company, and St. Paul Fire and Marine Insurance Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. is 7lt My Commission expires the 30th day of June, 2021 i, p 16 w Mrare C.Tetreaull, Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance,contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer.. any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed(under seal.. if required) by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority,and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surely Company of America, Travelers Casualty and Surety Company, and St Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect Dated this 6th day of November 2018 "nrvnraa""J�v u""'"p,;x ersuuwta �' .Po + u ✓,p - _ Kevin E. Hughes,Assistant Secretary si To verify the authenticity of this Power of Attorney,please call us at 1-800-421.3880, Please refer to the above-named Attorney-in-Fad and the details of the bond to which the power is attached. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Dirt and Aggregate Interchange, Inc. organized under the laws of the State of Oregon located and doing business at 20905 NE Sandv Blvd, Fairview,OR 97024 ("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: 2018 Guardrail Repairs/Project Number: 18-3011.4 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 2018 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 2018 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 sixty (60) 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. 2018 Guardrail Repairs/Al me roof 25 September 19, 2018 Project Number 18-3011.4 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. 2018 Guardrail Repairs/Almarocf 26 September 19, 2018 Project Number: 18-3011,4 CITY OF KENT BY: � DANA RALPH, MAYOR DATE:it � C A ATTE. �y KIMBERLEY OMOTO, CITY `CERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: HenryH. P lfre TITLE: President DATE: November E 2018 2018 Guardrail Repairs/Almaroof 27 September 19, 2018 Project Number: 18-3011.4 i EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the j Contractor, their agents, representatives, employees or subcontractors. A. Minimum 'Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liabilil 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. 2018 Guardrail Repairs/Alma roof 28 September 19, 2018 Project Number: 18-3011.4 EXHIBIT Ai (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. i C. father 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. 2018 Guardrail Repairs/Almaioof 29 September 19, 2018 Project Number: 18-3011 4 I IEXH I B 1 T A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VI I. I 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. 2018 Guardrail Repairs/Al ma roof 30 September 19, 2018 Project Number: 18-3011.4 DIRTBAG-01 MJOHNSON q+r=c �2 CERTIFICATE OF LIABILITY INSURANCE DATE'MMIDn"YYY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or 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 riahts to the certificate holder in lieu of such endorsement(sl. PRODUCER _ __________________v_..—. --------- O T Hub International Northwest LLC xPHONE FA% uc No EI,t) (425)489-4500 I He 425 485.8489 12100 NE 195th Street,Suite 200 ..... -- .-. (AC, /:� - �' . Bothell,WA98011 @s nOw.intoehubinternattonal.com .. f YNSlXR1nIL)AFFORDING COVERAGE NAIL% INSURER A:The Continental Insurance Com Dany _ 35289 ...., ,.,,,,,,,,_ .......... ...... ... ... _ ....— .. _...—.— . .. .........— - INSURED INSURER B:National Fire Insurance of Hartford 20478 Dirt&Aggregate Interchange INSURERC Naviaators SDecialty Insurance Company 36056 20905 NE Sandy Blvd INSURER D: Fairview,OR 97024 .- ,,,,,,,,- . ...- .............. .,,..,.._-.,, ........,. -, .........., INSURERE 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 IT. TYPE OF INSURANCE ADDLSUBR POLICY EFF POL��VvFx V1P LIMITS _ POLICY NUMBER rnIeymm vvv I A� X COMMERCIAL GENERAL LIABILITY FACH oca1IRRFNCF % 1,000,000 CLAIMS-MADE u ^ OCCUR X X 5093593393 09/01/2016 09/07/2019 DAMAGE TO RENTED 6 100,000 MFf1 FNP lAe nne ner¢nnl E 15,000 PFRSONAI AAnvINjh IRV 4 1,000,000 GENT L AGGREGATE LIM IT APPLIES PER AFNFRAI.ACGRFGATE F 2,000,000 Y{y _ -. POLICY X, JE1G'7 ❑ LOG PRON IPTS.COMPUIP Ar:C S 2,000,660 OTHER, WA STOP GAP - a 1,000,000 COMBtlWtt>sINr,I.E B IIMn 1,000,000 AUTOMOBILE LIABILITY a ...-... dEa acWdwvO, ...- X ANY AUTO X X 5093593409 09101/2018 09/0112019 EGUII v IN II IRv m _n.� s OWNED f .. SCHEDULED X_ AUTOS ONLY ........ AUTOS N RangOn3II ttDAR SONLY Ay VR ItlN II pIRAVM IAP GE _n._rl Ra, -.., s C UMBRELLA LMB X OCCUR EACH OC_CURR_E_NC_E______ 5 2,000,000 X EXCESS LIAR CLAIMS-MADE 5E18EXC8225741C 09101/2018 0910112019 nccal=cAle .............. ��� ��� �� "2,00D,D00' OEO RETENTION$ g pA WORKERS COMPENSATION PER X O I TH- AND EMPLOYERS'LIABILITY aai TF In - 5093593393 09/01/2018 0910112019 1,000,0001 AppN��Y PRqOPRIETgOERIPARTUDED'ECUTIVE YIN EL EACH ACCIDENT S iM ndatonA n NXR Exauoe0? NIA ......F 1 DISEASE EA EMPLOYEE S .1,000,0010I If yes,describe under 1,000,OOOi DFSCRIPTIONOFOPFRATIONSM1PInw FI DISFASF POIICYHMIT $ fDESCRIPTION OF OPERATIONS/LOCATIONS`VEHICLES (ACORD 10 E:DSA Job II98054-3,2018 Guardrail Repairs� 1 AdddllpTM Remarks Schedule,may be atrachetl if more apace Is required) Rontract 18-3011A City of Kent is included as Additional Insured,coverage is primary and noncontributory and waiver of subrogation applies per the attached formslendorsements. CERTIFICATE.HOLDER CANCELLATION! SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Cityof Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPP—RESENTATIVE Vzd ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD a `o E E - m O m am vE � 9 m g_ o a a oo ao E _a `-rb m w E S m zz p s L O N f U m S E c ° - 3 m '" n a �_ m P a $ O. 0 o.m Cum, `m 10 mo c o � tm - mm o ° Ea Q E U z`m--. 5a O E ° a $ £ o bm r cQ 5 v EN E R a v rnq w > o rnm 't ° aE a m� 15 � z °v & v°_ � �a vim 3`o fr€ cm � � v _n n o° Ua _ Z O 0 QJ C7 a m u= m m o ; = c r 1 N r�W - mg 'y = 3 O E U U m � yNc � E _ mo D VN z, N a � O m0. :p G = m i` a _D a U as oE, -�i '^ $ a°v .Q am n a-` E N `m o m x o" a£- cma �m i 3v� o x o - " Elj o 0 v om d `mo m n°c ac a pa rno t � z z „? EcoN �a Qo$ mo E aE cy`m ">u E i o Q 8 �= mmP v _ Sam a = € a sn v m s « T" �m mry E w _ E N o ,=i= mm d m ('na d m ra d m z°o am c � 'm uZ o c SZ` zt rna ` dt N w N c $ >,'c' m n' � m R o LIM Q C - m N B SW EEE m mm o IL w zzm °gym S o c No� w `d N g� D `d EZ'22 c wW .2 0 _ a c 5 u 8 0 '°'" d u n,J' .m v j�v B i >C' U d o L a p c of > E ccc '° Y g •- m o £ 5 ° E a m m V� cO �. n EcE a c >-� E E bo c c8=� Em E o P E.cm$ ro ° 2 L � �o q a Z ° O .. ° aG a mu, m i0c E aN E �B m A Dn a� o9O S3 `° - a ° Edgy-m oQN "mi r � o FL _ 2 °1 _ O m° c n $ ` Sa m va N 3.E' c° ° �E �' ° Ero°� o E A m u cg � c m N cv m$ E yyF�, .kacnc `a�.m cq EN d 6 m L J AiCE J No E — ¢@ C m n cy c p E g a ¢ w aoa m L mS ° m5 - p a uE J ao=' E mnm L� `gypp ¢ G1S = E a c c Ga a1 E = f° O $QC a 5 a o c =- 'E ao d $ e,o m �'° -° _ =uo J J�n°n a z Q=n ° me m vn @ c oS`ocecSY npp•-Nro ° � g sh �u umi L1SE c� w nLE xr Es E0 2OOO 88 L [1.Uv 2� .Nr QUQ6N N 6U V6pNJQ�2�� JQn E9 np2 o p If w m 2 C ¢65 0 0 E wa p a J � UmE Q 9 LEA' E Q C J a 8 4 W m °r � ? 8 S o C Qa E L ZZq Q O J r E v a m c Z .0 y w pa S p o� Y W „C Ti i W 8 W F w °O � u°-i � p � a o d wE� m Q p m N i itl 6 G S E = n J 022 uF�1 'a 4 �u p i d a a 2 t m n O E m n �i `° w m O £o E O 5 i n` E c c6 y W LL y d D E N E E . S o � c O C1 w m °a z c p U Bi E 0 0 c E ° m a y Q _yL fyf¢,� LLY 9 1Y p C d o p N C p C {�Emj` O ._�m 2. qOq tL L ry C s E m P U U DD= E d U > a E Co Z m NO N m N O Ot d E o amv � F $ a d g A Eo E LOo ppp��� Q Q S L J d L z p S 6 7 Y £ u °SIE � 6LvD E �" EarJO u Lco� c s m �m T i u p c w v t t a o E u d o ° E o o a p p o o & Tn a w u `o E 3 8 y o a a i g @ N N E E Q Q w m 0 0 0 W W W ('J ! J U J `e 2 2 Z O h C aJ C N r N a r V ?Q aD 2N ea m U2 5 '-" E E£ S ? `Z E0 m = w .oNu c2F a o m " o+ W m _ F�F ma $; mum d m. T a ry W v ° O J ui'N& a V O O 'm d nSm z O a 49 tl C V�c Z ` N W 0 a m J a 2 ¢ w mdmp > � U coo 3 E S gE 5 J oS�a � m $, p W mco, YuncS N n L m z o c a N o n c m �y Eg' z _c me i o U c§o� USz� N a d 2 9. t7 c3 p M.m m w c rn o d E 10 Sa.=m o t o ,'n 2 a ¢ 53 i Sk ooc o o C 5 z F�' w ¢ n 9 ti y f°) v NL' m a E � °a W - °y ° .cc v �� a €a ma w 4 o rn i 5 t Ea rp�nn E > 05 i S w z- O _ c r O E m � J O a O C � p z Z'� zO o m x yc c 8� ° ' `pW o m ? .. m c € S c 3 Lv k O� ON W Y OD a ZI m O 2£ ! @� Z Q N ° j( O3 W �9 S Em O d z m ° G uxi E m m c'm^a S �82a d ¢ S v a c a �m Rg.Ertm z r5 m �m1 E a ~ Z °C d Wn £ ° `o a o `o -o 0 am v�.cd. moy w 'o 2 Son e mO - S c vm Em3 b° No "agmcu v" do `m am 8i `oo c c m Q Cc � aS9y } mm 3 > > E+h z oS $£ pa£ C ° ' 0_ W ea og' Q' Fa '-'a� -,' c m S 12 Z O `yam nm E mS `o U C me aow `o `om fiwc .� y -m „�i o0o u�, c �3 n � tea' yP>i g N Lrn _ � °' o > d � W o `m > E? m o o dE ow 8 'm E£c a S w o '_ me a ° - £ mn y Em amp W a o `m r-�'_ d9z Ec m .S- m m ma y qC° ffi 2 ma 3 h w a off°' B' E i @� �Z,o ccm °� m mE $ E ° E49 zW J ¢a _ 3° ocgc 2yEE >.c m = og �Nu 6 a ao £ o W Qa 2 m =a Ec£ 'd' m aS o ° m ° `on6 m w °gym m a c n cc N m ' n 'v` o S o « od �9c nzd t v DNS 3 m d }n'E m mm S; orn mq mbE �- dS ° aV m� m � y `o > m d m riS c d way c o Chi n a°rn a 5 3 E CoC o'g Y U ¢ O O O T D yy> > c N C q 9 m` S OI n 0 U O €a Er' °'£ Sn € b ''£ ¢ `« € u m d= cn v'�a d c £ o FLm- `° >o E we B m E o o ` a m c U ^` E n °5S cmc `o °o � ct ¢ y3a vS E`m E rS a5 `o '055 S zS3 m °� m m � o S= t' nc m d a c m Sd �o ca 'wRm rng E E Z' yi 2 w cc m c o «c oT da « o n Scc9c `mE G AZ'v �'^ c a £ « mc Ta � ma S $ z a Q m 3 n v m .v, m m c E c 5 5 n m g m d .pa ° m urvL m w '- `cE ao S c E L E'a E E � �Sa �Efi c �v Ea N� E dm ¢` ESE omo i ¢ Elz �a y am' 3 °Z H z Ld z� oa _ a 6 m_ Z d E ' S as �5 m 00 a � >, 3E y W € f.aEma x c Amy z°zm 8 Q C c o� cim� o a mom nc osn o c 2, _ p 2 Z $ LEa, 3 mvc $ ayo cm am �c S U N m my°a- ° `gym c Cc �� w -° _ ° Eg d 3 ¢ 2 i - � d� - cE c$ `m ae n mmG aO�s = m a.E m tw c '� wz w e W 01S oyyw in �3 E �o n n mo w E a E E v c o E om E ma` J z nv�� yE i o o EE $nw m c3mn ° a �+ ' ° - E O p m a � s r y w£ m m �` c `m o B F 3 `m Z '$d ¢a9E m� `o tm € E e � m ? `mA ° mU 'go o w c ma mm �En 'o Em E (° a� m N E`.` O<O O a E � v, m n w `m dr m mL" 2 89 ¢ .2 Sod � C$so _ gw o mEw d � Q 2 N y'z _ L is o ° :ymya m qcm m E _ E m 0 s o o m °i E b a y C aq.5 m m n NE $ E c o,s m E,S m J E w n d o ry _ C y m 9 C - O h' Oi Z w "m o� •�� wc ca �o y o `� o y c E ,M `o C' `o `o E mi. o,� o ¢ Eo'mroN a a E E �s sm i° u E a 8 m t a " m °'a w n $ N a w 'U a o S .. o E' m vS N ¢ na yy ma m ° o E u E n$ m = = `A' K' 8 w5 $ m $ E `� E c c c '� m m9 m �uKi m <'n ee u E a P z£ m L+ (1 N E c d u m C Z m pE�� ,Ec 3 b o E > ° v w Cc m yg w L E 2 g c m w Y n y •• ¢ `m m O € a w` c &� t m m a �F 9 N a L 1� p z �. a O o 2 ° v £ m C a m ] ° C' £ O 2 2 r m a t `a._ O a =E p i E 43o O m 3 o nN N c m m c Scm o ° w N z £ $ m v W a �o L" c ° > o �rvm �E F ° S m E z 5 n n £ v e - w o E a O 0 ° m a ° ° oo o � Ev a T o m O ELg itl $ N c"�+� m a E 4mi' m a m @ ° w 4 ah''a" ww c m o 56 rn o 'u= m m O m_ 8 m yE'ru^7n 5. c u e E z x a E E'°o c m � 3�5 � % �G 2 m g N rn "95 ° c c o Co w 2 o E E °'' .3 E a. [4� a C v E m m g p 'w aEai. u € w aE aA '^ a mm n T c EcdoE z w5 E�, oas i. Y 3 E Ern w E $ o c `oE o tME o m of E T w w US E of E �o pg' BE �.E NEE z K !q F 0 F E W Q d e m d Z mt Ua _ ao O NLn mE° j 3 vo mti o on o 90 o V .ygPu 'C 1S p 2m n `°N `n U 0 a F viz LTG °u.a 1 P W 9n,� "a"'Pio& as n ° E n as a e 7i £�i mVim? ` da ¢ `m w9 zzo 8 Z O 'Ei ':g a �. - ".t - `� m¢ E o e U .y ° $ SE om c ov ma pmFn 3 c a�AU f C o g W m E p ° O [° z'¢oPW a°w W cc e F ` �m w 41 V mUmn a yE E- �c o�E o Eu � E_ m€ 3L, L E.. z i2 w m o ., m pt a 301= ; m`o o �� Ea J � 5 E, a = E aP � W € R sLL E OE drn 'c C � � O vq c E Eo B < _ 'o ry o c n t` pL $ SQ m. c Ea Z e nE U s b w; 3 p o a g u °�iE yg M^cX fuf w N 'm@ t,,, "[3 0.,. nor w °. m° z �S'c �tt Lfwa,?5 y m n LL UI + .b' t• d E; nma- onEE um- m Qm 2 9 C p Tam > c E Jn mp 2 Cq c$m Ec P o @ '° ° c im5 `6E `m� �, tyU ° f�c �W 9 W 6R N W 4�L a Q C U a N C A C P �o� = v m o�6 �qo `° m € _ `mm ofT �a ao ' &'P'E = w` d $c' nom a �cc ¢m m osg .� 8 N ED Eccm tom m ° wm�8i `b t° m >.w 5 $n Q s m ° E E m m o E E °c m _ m a m d E axi m A s ` E z ym' EEPS a vui 8m�' �i c>5 ai uo a d ri r�'a 3n nm a F `° x PIw w M32 r w ma .W& p z - Z e m 5 u°i SSG �rn aEc ° �N �v m � m oyEpl a P m e 9 E b -� m E a m oa3 v v E� N fG O N E9 ? Ll C co m �_ o v � P dnm u g _o" to zzA 8 Z O . 'S m > m m w v 2m �8j u 8 ire w E 'gpy"Tiood o v, om J °m ct m>n. °'� hy:gC V Orn m'a$° QD 3� � 'ap m y E c L <e , m a N n€ w m T r "s m "a w W n m E m m n o Gel i. a �{l!C 'a3 cEgz � y� rn map n n8, off.�' A Eu t W O e' W N O" n 1L '� LL ` n $ O N V i. -w0 O b 6. j u L 2 y N ra W �yC° = o€� a t� o Evmi9 A �q �(/! Lm LU OTS N j Q CY Z 2 Z m F mn5 a Qm O °1yc .r'gg . mFi o O 6O � np O'er° mof B > Y p Po n75 .. Em �S°, @ wv° m o ut a €-`,n @� no ao mac= € oa • 8 w us "m E ° m a a _ �yy'+€ Su m g., m ow Ems- 5T u Zo `o11 E CQ „ o € R � Ho '� °' '° a ms oa wa E :co E= qua oQEEa ai Oc % r3TCU �� x v5 .„ €' ui °ac °i uo uaPi 2 c �N om ooi L 4g� w c � 0 5 u m._ S a {,1'pq y �i 3 € N a c o a o n m u a n e 6- J o NO C Q U :L.P F - �O ¢ Ue � = p JO J° dD Om wn m a Y L d 0 LL U W W o d W p ° S N f9 L ' E W 7 W 1- 6 F In O n F O OO U LL O n L IL E 2 F p z w d vl [J G w w F C mad oo = Dg a W aEi a o; oS . g zz m = t6 WE W o 'a d c 3 m E y m = w o vo € E o o 5 rn v o N a mW £ d O S v d E v E d v o d 9 o m £ E m � o c N o c O E 3 a m m E C c °y - a P ................. zO fr d'. .y $ y � m �m ° �' o c c E d Sf o $° >, m m c�E z' z' w u" B' a a" � ° d 3 a " ¢` 3 m tYi d` 3 d u d ti a c _, a o a O m E m a W o5 z G _ iN U a rn Ua - EEy F 1 s 7 do m g m Q C rn a E E � ° m '� cm - �a m E ..a zZQ i o b a C W O om � n Ei EL °E d Qz E 25 m E v J U= Wog w WE g Ea ce m �z ,h a 2a m L a m a s L o m n `o_ c 3 vcb m ti - m g O iq a L o` £ L GI a`v N my ° ro n v a 36. F -�' m m 2•a aa, @ ° m n $ n W `o d C m rn m � Tm im i0 v $ m mE �e U o ud = �� $ w� rn m E = v m mE °i v c tOcE U m6 .....................m . a E a u m '_°E a € U _ E m o `m n`o o N f E 2 p Ua - n$ n.`s5 oO1 c mrF A m a mr u 7 E i m,3 C o d ° E o m ;o ff 9 m N m Q OCc m Q C 2 n$ m a E O. W zz 0 7 D O m N O U O s Olty $ i a my W E0 ,2_ rn a Bn = @, W N m` Dy $ y �Uo ° a P a �°E VE cm ro W` 2D °En0 m o g `'a 4EIMP `- J n n E ?Z $ Rm ¢E EE z N J m E E o o U T E N Q �O -`° m j ° ° _ a E VS°ui >. ° itl a c° Zi. n y zSs O 2 0 'o a° rn �' a8 m c € W m ` aZWo0 4O £2pumiLL 9 O y E -° m n of O Q m o - 8 m a E _ T o f�¢O ' mEqq p �¢ O1a = `� y n of v ° � w 0 N n V a'o ¢° mm pro e, ° QN - £ _ m ° v v£ -° m g > S a nc a N « m _ a0 f�$ o a zo °c ma c g � �« Sti 9E y'Sa .. 8P m n �D $ - - `� 913 Cj V ; E 9 a E £ a P £m o 9>� E D E' Epp a L C 6C.� 6$ L N 0 U 9 6 L C 4 W L N 6 a J Q `m �y' ° 3 E E w o �" E oO° m E a m n.y y m E m v ? oL - mU Oom 5 ° g a` �.`oo a` m a` d $ 3 ° 3a vE m E m m € v m E J W O V O ✓1 G 6 � � ^ .�. R K 6°Y d d A R U d S p D �r E(g z J? d av z oa - ~ C 5 0 `° � ETj oo. � y� O ts o c_ 3 ac h5> N«° �d n P RQo m Q.QOQ. 'cc m LLI 7 oLao EN'Nm 2b°m�N E $ y 7< L�J n.. v. .cti00 CD zz onZ O = 0 a 2 �6 `n In ps 3 W ma o c $ C. t o dew 3 °i; �tE Ba o a 2,owe a o B e n mom Z m m5C vx n TUU.e S rn[. 3 m Y L a P uaa F m £SOON Co Z€ m s v s v o N E m a ] n ° $.8 c me n O o N o 0 3p 3� L c v _- U o _Q _ e° n.>- um E ° Eo iO v vz ° E Low NN W D 0 . P J N 7r� yyy m O E;E a - $az - io m ] 9 amaac v.- a a am3 'ca v o¢ qF �` •'.°• - S mn 6 v E£[Ems@ oZ '>°. o m �-E- c_ _a3 a 43 U $ 9Cm' D N JD 3 N 6 C mN s C C L EE c G c a c ca. '^E'°c- W '_"o sc��JJ o� g c 3=a - _-N _ >.i�i >.� c >,w >. a 8 v Ea f E '° m'm o oZ' E �$" aui me N yy m W m 'mm'�'?'? n u ➢ C 6 O Nmm c� ° �-�- p€m ��Q rn ........................ a55 Ei `m z w E ` c E EE� mn¢ E 7 = ._'cw o - ` •• z z c'o c. D_ D � E .. vt�ivz xr mF. S 3 i W i d v 'c rnm E'a E x= m� S a i o na Ecm �a s t > vo om . .s z x c ¢�v £ vDcwo ? o 3 z°>Z"m',m_ v d sE amwn �- �s Va - N T -L C NO N m p « Nm L r N ° 4'Ci q o L c m cc Q C Ea E n aE no $ y ILU' ' h v t b _ s9 m c a z°zm 8 c 5 „mE s = T-a i N d o E._ ZLU Z` z _ E 5 'a T m Ea 3 i E 8 A ' js tom e n d 3 � o f ��� c m �'4 a_ O � a' t ¢ d W m m P c z Pmm: 944 0 FL � z T L i @ - > Q Oc t NN m p $ E m U L O 2 E .. E c i gg E ° q 2 n a � nl g ;_ pG L f S P Q >O P ¢n N ° v _ ° E¢ y Oo ' cEdN¢ � _N ° m> a` 5 d W w n C B .m ._ m C o a r r G ¢ 'b m P a wId E op c N E r - "JSvsU � malj - ° ° @qZ jyp; .. cQa c 's � � 9 � �m ; V � 'fii,�„' m 3 V o z � ° a� F Y uX E s O O m 3 O a o >< ri .. a`m3 m S € € f v° m n' m z �w N ri z �w Cn` u d m n Ua m vE- mm L¢ ca 'b w E 'L° v as OC D v_ � w no U $m'iv8�a°' �' �'^ w ¢ i 'E Q c 'q z- z w m T m N o 2> D_ °3 � m `° zZ iO Z G as om ao z oo QS p1�wy dm9 of ° E D m =` � g U W m o $ 2�¢^ u aac °` Eo3 2 Ocl E y ;'„ t et ° »£=t a E am¢ LU .3 m o N m$ ES E °g5 � EoE.�`^ a NE E ` o nmE c a 3 S a x J c� o cm ma U �y _ E t o a n ac� N E n 6 T t p>p C C a C N J N E m Z E r `mE �� y m r tr a 9 N m 8 E m c a N 2 m c z p mt a oLm $ t £ EZ E_m� ¢ Wci�v m E. ° m l.f E ° m N Qm8 - 7 OU E .OM J;- d m boo `^' c _ n3B oy c° - ^' o = E b my m o v h mo G.a mpyt - L$c10-am � � = Gta B o _ NN w c "Z a Q o TTnN z m + m� ° q�m E= v" E e,�.parSro c $n ma E € n Q mE a w� iO mQ ¢N �E r az a > O 0 e0F E � us HN mm m' N3 ° w 6 E � o Q [O] o 0m Q E� 'Ka m 6Z r=i, am a a 92 :e G �£ �' z m d m °i z � oa - w B. s a Yin m m m m o Lv c m o rn o a w g n gffi & g y e a zz a a Z O , V N D3 am .Paw.E W $ m a m O + i aEs $ W au J fz TZ Y s rq� m o a� o, E a o n m 4a Jm 2 ¢ 2N y L v N o C aqq p �' m O L Kra �P 888 Q 3 m Q P � S b c !{�y yJ� p yd,, AY$l{ V N mry q T� }a, �� N W 0W a F C _ J Z m a o 3B m E e' ¢ mF54 �j E ,e Ogy� 5 9 j C7 m ¢ cpi O f G Sa j °'S'C °& nv oow y m n E w n O V P Z� Z Z� 1-2 E n m m O =- a v b c � ¢ m »> i m ON +C g m R m F a m 0 s.; g � Z, n � �m m Z n m GG s� o N W.' o w a N' o S q W C 55 f Sp- y Oi Lam" 9 Sce� Fm D 8 0 �"qf� 2 C q P zt ¢ o w a.$ rY( _...... E J4& 12 io u u' E c _ n D a a to ° o p _ m ¢¢ n `m $i y¢� m n@ m Q a a o ¢y Z a z a c 15 m Nr o, Z m c E a E O YY p F W ¢ g 'u� P S w 'g° F F"'$ w 2 Z � x n E 8 &A mr mr x wv�i m w w5 (ep., �.W,,,.m in Fo m n» w» i m� ? ti n a d m of d m n t3 Cl OO Yl G Z N ¢N p 9 p L N m E aZ'dm o > E Za gm C. O m o � °, = a o m Fa a c4m mt o Em n °P yc ma o iy Nm L V' Q Zt s %P m c m c d vi a p d o c a V Q C rL- � n o A � � d� n p C w d W do ND m N ZU L WS Z C '. ecE v n am F oP E v 9 p m$ V T N - oh `o o Sy Z3 7Z' aE �w E y - 8 W " $5 s r a L= Z'w m m S i1p. + w o 5 0 m = o N Oc m ¢ m ) �7 z< T Ein N 'Q@w c x o rn p,� J m Jk Ep o g.L °N N m o o Q 4o E. _ e im < cP@ G C $ c m c TO - s Z °.1 n m 84v E a� a g5 a$'� JJ ¢ ° ¢� O u � .4 6E 90 �' yro rncy ° t„ ' c dEc o,- o Te y .9 0 wa m E vdnT y Zc ' m & as y9-o c 4f 'm o c m a I E m ¢ o� p� y rD n' N y c _ m ¢ _Ea o O m P 7 ._ E E ........................_ �vma E o c c _o 'os z Q o Qc C (9 nJ dmc £c a o m rr n2 3 c =' E m rn`o n "mm c m O o u O a Uo oQw �m`o gtE oF' r m m ° E ry E +` N N m HEa » Q m 6J �.° „ w [5 2Y n o v c a =a a` m w o Z o m =Y... n v SSG N� Z uZ.w n �w WUR ri non z Z 0 ape Z I I h• $ @@h �R o_ `m mm" 02,E y .. ems.- y w p y�y mO @m 2 fOpV � O ellt ri N E$ ou a� St c c-n> ny xcj cw g 9¢°i ¢ ? m m t= Q A3 �2 w New � � U h a m 2 do N3 R V m -r'o a4�m � s o § m.$ acc�mE m ° v -m Um a W a $ Sd mm v� ., rvc cE zm � pp 8 m L�U zE g as N g -,a �a cq, zzz n Z U •C C L y Sp L O N m O T 2l 7 b N 4 ? y N v d m p _� x P EL o ¢mm m Yr "m cw W QC m� "I]� c� y� �• ca .m ` a .b, mw ? m i0 �E G? `o o @0 3 @'' �w 3 c .0 m aY,a �' o mz zr 8 € h az A 2�m d. @b ° m5 i L9 5 u `°.E E «'p6 @€ ¢ c 5 o mL of " mLwm a mb °- nN ° u';. io° QCQ - Bi^m 2 m En m Eo ° `o cc ° nw� 8 F g ti E 3 c c a o ¢¢ E 0 . E E p _ 20 �,� o 5.n m a $ » o `���� N?_i• � m@ N a Ug.' �o 0S m E m `mO w Eo -o« a h a C S OgGm• o E m �`m w 3E � � a @E� S' `bw m 2^ 'OF° gS @@ s U o m' *E m c 9 m E m L �E >•3 _ =o`°B mE c ov, .c qo �yo m Ec' cz c W m B' m¢2 w— a «v _ mm co O u cco E a n n oz w o nm �2v LL _ , a mom € Em€ N E y Lie w �' F � 33o. � ry t� � °. oU`3w � ;'N@ & m � z POLICY NUMBER: 5093593409 COMMERCIAL AUTO CA 20 48 1013 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE 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 this endorsement. This endorsement identifies person(s) or organization(s)who are"insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Dirt & Aggregate Interchange Inc. Endorsement Effective Date: 09/01/2018 SCHEDULE Name Of Person(s)Or Organizaticn(s): ANY PERSON OR ORGANIZATION THAT THE NAMED INSURED IS OBLIGATED TO PROVIDE INSURANCE WHERE REQUIRED BY A WRITTEN CONTRACT OR AGREEMENT IS AN INSURED, BUT ONLY WITH RESPECT TO LEGAL RESPONSIBILITY FOR ACTS OR OMISSIONS OF A PERSON OR ORGANIZATION FOR WHOM LIABILITY COVERAGE IS AFFORDED UNDER THIS POLICY. S 8 Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Each person or organization shown in the Schedule is an Autos Liability Coverage in the Business Auto and Motor "insured" for Covered Autos Liability Coverage, but only Carrier Coverage Forms and Paragraph D.2. of Section to the extent that person or organization qualifies as an — Covered Autos Coverages of the Auto Dealers "insured" under the Who Is An Insured provision Coverage Form. contained in Paragraph A.1. of Section 11 — Covered CA 20 48 10 13 Copyright, Insurance Services Office, Inc.,2011 Page 1 of 1 Polio #: 5093593409 (EdCNA7. 127XX 10/12) 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 j As per written contract 1. In conformance with paragraph A.1.e. of Who is An Insured of Section II — LIA91L" COVERAGE; the person or organization scheduled above Is an Insured tinder this policy. 2. The Insurance afforded to the additional Insured under th1s,policy will apply on a,primary and non-contributory basis If you have committed It to he s4 in a written contract or written agreement executed prior to the date of the "accident" dorwhich the additional Insured seeks coverage under this policy. All outer terms and'conditlons of the Policy remain unchanged, 8 t� s GNA71527XX(10f12) v Policy No;5093593409 Page 1 of 1 Endorsement No: Effective Date: Insured Name; Copyright CNA All Rights Reeerved. POLICY NUMBER: 5093593409 COMMERCIAL AUTO CA D4 44 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER F RIGHTS F RECOVERY Y AGAINST T `T (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: DIRT & AGGREGATE INTERCHANGE, INC . Endorsement Effective Dat e 09/01/2018 SCHEDULE Li Name(s)Of Person(s)Or Organizatlon(s): o ANY PERSON OR ORGANIZATION FOR WHOM 0 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 re aired to complete this Schedule if not shown above,wilt he shcwn in the Declaratlons The Transfer Of Rights Of Recovery Against Others To Us condition noes not apply to the person(s) or Rorganizallon(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 Copyright, Insurance Services Office, Inc.,2011 Page 1 of 1 CERTIFICATE OF LIABILITY INSURANCE DATE(MWDDnyyn 11/13/2018 THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. Astatement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Robert Lagler Phoenix Surety 6 Insurance Agency PHONE (360)692-5890 F'' tae91 osx-sen AX NOT 1999 BE Tech Center place AODREss,Bob phxagency@msn.com Suite 280 .... ER S INSU0....1I AFFORDING COVERAGE N.............. —....AIL in Vancouver WA 98683 INSURERA:SAIF COrnoration INSURED INSURER R Dirt and Aggregate Interchange Inc. INSURER 20905 NE Sandy Blvd INSURER D INSURER E_ Fairview OR 97024-7785 INSURER COVERAGES CERTIFICATE NUMBER:18-19 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEC 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 OFINSURANCEADDL SUER POLICYE P POI T. w_cn urvn POLICY NUMBER LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS MADE ®OCCUR $ MED EXP tAny onePerson) $ _ PERSONAL S ADV INJURY •E •••• GENVAGGREGATE LIMITAPPLIES PER: GENERALAGGREGATE .a..NN.m.�mm POLICY❑ PRb- LOG PRODUCTS-COMNOP AGO S PRO- STHER: E AUTOMOBILE BARIUM COMBINED SINGLE LIMITE uEst BJll ANYAUTO BODILY INJURY(Per person) E ALL OWNED SCHEDULED AUTOS AUTOS BODILY INJURY(Per accident) E NON-OWNED PROPERTY DAMAGE E HIREDAUTOS AUTOS E UMBRELLA LIAB OCCUR EACH OCCURRENCE I EXCESS LIAB CLAIMS-MADE AGGREGATE E LEE I I PET I Is WORKERS COMPENSATION YIN � - AND EMPLOYERS'LIABILITY X STAY/ATE ER ANY PROPRIETOTPARTNEWID(ECUTIVE E,L,EACH ACCIDENT 8 A 1.000,000 OFFICERIMEMBER EXCLUDED? ❑NIA - (MandatorylnNH) 484557 d/1/201B i/1/2019 E.L.DISEASE EA EMPLOYEE E 1.000.000 If yes,describe under -- DESCRIPTION OF OPERATIONS below FI ❑ISFA$F POI IC.YIIMIT E 1,000.000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,AtltlRi9nel Remerka Schedule,may he attached Xmore apace is required) Project: 20148 Guardrail Repairs Onwer Project/Contract NO. : 18-3011.4 D&A Job V 18054-3 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Rent THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent, WA 98032 AUTHORIZED REPRESENTATIVE Robert Larder/YVETTIS 01988-2014 ACORD CORPORATION. APJ rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD INS025(201401) KENT SPEC 1 AL PROV 1 S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1 -01 Definitions and Terms...................................................... 1-1 1 -02 Bid Procedures and Conditions........... ..... .......................... 1-2 1 -03 Award and Execution of Contract........................................ 1-5 1 -04 Scope of the Work .......................................................... 1 -5 1 -05 Control of Work .................................................. ........... 1 -7 1-06 Control of Material ........................... ..... ........................... 1-10 1-07 Legal Relations and Responsibilities to the Public................. 1 -13 1-08 Prosecution and Progress ................................................. 1 -16 1-09 Measurement and Payment .......... ...... 1-20 1 -10 Temporary Traffic Control ................................................. 1 -21 DIVISION 8 MISCELLANEOUS CONSTRUCTION .............--........ 8-1 8-01 Erosion Control and Water Pollution Control .,........ ...---..... 8-1 8-11 Guardrail ........................... ........... .... .............. 8-3 DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 WSDOT STANDARD PLANS.............................................................. A-1 SUMMARY OF QUANTITIES AND LOCATION MAP ,. .—.................. A-2 TRAFFIC CONTROL PLANS ...— ........................................................ A-3 PREVAILING WAGE RATES................................................................ A-4 2018 Guardrail Repairs/Almaroof September 19, 2018 Project Number 18-3011.4 KEN'T SPEC 1 AFL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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. DIVI L 1-01 DFFINITION$ AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) 1S SUPPLEMENTED BYADD/NG THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2018 Guardrail Repairs/Almaroof 1 - 1 September 19, 2018 Project Number: 18-3011.4 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" IS 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 nmmn r-nimniTIMMIZ SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2018 Guardrail Repairs/Almaroof 1 - 2 September 19, 2018 Project Number: 18-3011.4 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.q v/clrisc-busness/b;rs;is- procurern( nt; 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 2018 Guardrail Repairs/Almaroof 1 - 3 September 19, 2018 Project Number: 18-3011.4 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. 2018 Guardrail Repairs/Al ma roof 1 - 4 September 19, 2018 Project Number. 18-3011.4 SECTION 1-02. 14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 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 1-04.1 Intent of the Contract SECTION 1-04. 1(2) 1S DELETED AND REPLACED WITH THE FOLLOWING: 2018 Guardrail Repairs/Alma roof 1 - 5 September 19, 2018 Project Number: 18-3011.4 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 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). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 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 2018 Guardrail Repairs/Almaroof 1 - 6 September 19, 2018 Project Number: 18-3011.4 unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 /S 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 1S DELETED AND REPLACED WITH THE FOLLOWING: 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. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BYADD/NG THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1 -05.4 and Kent Special Provision Section 1 -05.5, the requirements of KSP Section 1 -05.5 will prevail. 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 2018 Guardrail Repairs/Alma roof 1 - 7 September 19, 2018 Project Number: 18-3011 4 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 BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. 2018 Guardrail Repairs/Al ma roof 1 - 8 September 19, 2018 Project Number: 18-3011.4 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. 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 2018 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 2018 Guardrail Repairs/Al ma roof 1 - 9 September 19, 2018 Project Number: 18-3011 4 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 atter 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. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials 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 (l , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 2018 Guardrail Repairs/Almaroof 1 - 10 September 19, 2018 Project Number: 18-3011.4 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. 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. 2018 Guardrail Repairs/Alma roof 1 - 11 September 19, 2018 Project Number: 18-3011.4 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. 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. 2018 Guardrail Repairs/Almaroof 1 - 12 September 19, 2018 Project Number: 18-3011.4 i 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: 1-07.2(1) 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. 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) IS 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. 2018 Guardrail Repairs/Alma roof 1 - 13 September 19, 2018 Project Number. 1 B-3011.4 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 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 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 2018 Guardrail Repairs/Almaroof 1 - 14 September 19, 2018 Project Number. 18-3011.4 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. I 1-07.17(4) Payment All costs to comply with subsection 1 -07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Jason Tesdal Bill Walker 206-345-3488 253-288-7538 206-683-4242 (cell) 206-255-6975 (cell) Puget Sound Energy Gas eLiget Sound Engrgy P wer 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) 2018 Guardrail Repairs/Almaroof 1 - 15 September 19, 2018 Project Number: 18-3011.4 SECTION 1-07.18 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 1-07.23(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic Accessibility to existing or temporary pedestrian push buttons shall not be impaired; if approved by the Contracting Agency activating pedestrian recall timing or other accommodation may be allowed during construction. 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 BYADDING 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: 2018 Guardrail Repairs/Alma roof 1 - 16 September 19, 2018 Project Number: 18-3011 4 I . 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. i 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1 -06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. 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 2018 Guardrail Repairs/Al ma roof 1 - 17 September 19, 2018 Project Number: 18-3011 4 Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revolted 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. 7-08.4(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. 2018 Guardrail Repairs/Almaroof 1 - 18 September 19, 2018 Project Number 18-3011,4 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. 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. 2018 Guardrail Repairs/Almaroof 1 - 19 September 19, 2018 Project Number: 18-3011 4 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 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 provided 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 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.91 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. 2018 Guardrail Repairs/Al ma roof 1 - 20 September 19, 2018 Project Number: 18-3011 4 1-09.11 Disputes and Claims SECTION 1-09. 11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. 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_1n TFMoORARY TRAFFIC rnPJTRAI 1-10.2 Traffic Control Management 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: 2018 Guardrail Repairs/Alma roof 1 - 21 September 19, 2018 Project Number; 18-3011,4 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 -800-521 -0778 or206-382-4090 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 SECTION 1-10.4(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.4(1) Lump Sum Bid for Project (No Unit Items) The proposal contains the item "Project Temporary Traffic Control," lump sum. The provisions of Section 1-10.4(1) shall apply. 2018 Guardrail Repairs/Almaroof 1 - 22 September 19, 2018 Project Number: 16-3011.4 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 iprocedures (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)13 and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 Mulch and Amendments ..........8-01 .3(2)D and 9-14.4 Tackifier ...............................8-01 .3(2)E and 9-14.4(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General The Contractor shall apply seeding, fertilizing, and mulching by hand as instructed by the Engineer. Mulch: To meet requirements of Sections 8-01 .3(2)D and 9-14.4, Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 2018 Guardrail Repairs/Almaroof 8 - 1 September 19, 2018 Project Number; 18-3011.4 SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Straw mulch material conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. Distribution of straw mulch material shall be by hand. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special 2018 Guardrail Repairs/Almaroof 8 - 2 September 19, 2018 Project Number. 18-3011.4 Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage i Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per square yard for "Seething, Fertilizing, and Straw Mulching by Hand" shall be full pay for all labor, materials tools and equipment necessary to complete the above said, seeding, fertilizing and mulching at the following areas: 1 . All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, graveled shoulder, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non- planter areas is incidental to the unit price. 8-11 GtJAR0RAllL SECTION 8-11-2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.2 Materials Reference Appendix A-2 for summary of estimated quantities and installation requirements for each site. 2018 Guardrail Repairs/Almaroof 8 - 3 September 19, 2018 Project Number: 18-3011.4 All steel guardrail posts shall be W6x9 galvanized steel posts or approved equivalent. All composite block shall be King Block 2005 or approved equivalent. Crash cushion attenuating terminal shall be CAT-350 as manufactured by Trinity Highway Products, Li 8-11.2(1) High Impact Guardrail Mount Reflector: Desigi High Impact Guardrail Mount Reflectors are designed to be affixed to the top of a steel "I-beam" guardrail post or nailed on top of wood post, covered with white diamond grade sheeting on both side which provides a directional visual cue to the location of the guardrail and roadway. The design of the reflector provides twelve (12) square inches of surface area of retro-reflective sheeting on each side of the reflector and be installed in accordance with the manufacturer recommendations. A unique polyurethane hinge provides for reliable flexibility to resist breakage upon impact. The "Gator Jaws" of the hinge provide the benefit of a mechanical as well as chemical bond between the rigid top panel and base sections and the flexible hinge. The h-shaped reflector shall consist of a flat rigid upper panel, to which is affixed retro-reflective sheeting, and a rigid U-shaped base section. Connecting these two structures shall be a clear, UV- stabilized, flexible polyurethane hinge at least 0.5" in height. The hinge shall be both mechanically and chemically attached to both the base section and top panel. The mechanical connection shall consist of no less than four (4) visible barbs, or "alligator jaws" extending into the rigid structures. Material High Impact Guardrail Mount Reflectors units shall be constructed of a UV-stabilized, high-impact rigid thermo-plastic alloy conforming to the following material specifications: Property ASTM Test Results .._.........................._.................. ................................................ Tensile Strength @ Yield (min psi) D638 6,400 Impact Strength @ 73F (Ft#/in) notched izod D256 2.9 Imoact Strength @ -41F (Ft#/in) notched izod D256 2.3 F......._..........r"a"I....-_._...e-n ..-h................... ,..s'i)....u................_._................_..................._.._.....w..�........ .....__..........__.-- Flexural Strength @ 73F (psi) D790 12,000 Flexural Modulus @ 73F (psi) D790 400,000 The built-in hinge shall be constructed of a UV-stabilized, flexible thermo-plastic polyurethane conforming to the following material specifications: 2018 Guardrail Repairs/Al ma roof 8 - 4 September 19, 2018 Project Number: 18-3011.4 PropertV ASTM Test Reults s .............. _................................................. Specific Gravity (min.) D 792 1 .19 j Hardness min.) D 2240 80 A Tensile Strenqth 9 yield, (min PSI) D 412 4,600 Ultimate Elonqation (min) D 412 330 Compression Set (22 hrs P 700 C) D 396 65 Tear Strenqth (min PLI) D 624. Die C 600 ......... - Taber Abrasion (CS17 Wheel) 100 c cles 3 ma The polyurethane hinge of the marker shall have the following minimum dimensions in relation to rigid top panel and base sections: • Wall thickness of the rigid top panel and base sections shall be min. 0,090"; • Wall thickness of the polyurethane hinge section shall be min. 0.090"; • Total surface area of the connection of the hinge to the upper top panel shall be minimum of 0.500"; • Total surface area of the connection of the hinge to the lower base section shall be a minimum of 0.400". • The polyurethane hinge shall protrude vertically into the top panel and be encapsulated by two legs protruding down from the panel. • The polyurethane hinge shall also protrude down into the base section and be encapsulated by two legs protruding upwards from the base. • The un-encapsulated section of the polyurethane hinge shall be no less than 0.100" thick and 0,130" tall. Standard Colors High Impact Guardrail Mount Reflectors shall be constructed of UV- stabilized polymers white in color. The color shall be solid throughout and stabilized to resist UV degradation. The polyurethane hinge shall be natural/clear in color. uallt High Impact Guardrail Mount Reflectors shall be manufactured by an ISO 9001 certified firm in good standing; evidence of ISO compliance shall be presented as a pre-condition for acceptance for use. 8-11.3 Construction Requirements SECTION B-19.3(1)A /S SUPPLEMENTED BY ADDING THE FOLLOWING. 8-11.3(1)A Erection of Posts Ramming or driving is permitted for this project. SECTION B-19.3(1)C IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-11.3(1)C Terminal and Anchor Installation 2018 Guardrail Repairs/Almaroof 8 - 1 September 19, 2018 Project Number: 18-3011,4 Assembly and installation of crash cushion attenuating terminals shall be supervised at all times by a manufacturer's representative, or an installer who has been trained and certified by the manufacturer. A copy of the installer's certification shall be provided to the Engineer prior to installation. Assembly and installation shall be in accordance with the manufacturer's recommendations. SECTION 8-11.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.4 Measurement Measurement of Remove and Install New Crash-Cushion Attenuator System will be per each for the completed attenuator including complete removal of existing attenuator, providing and installing new crash-cushion attenuating terminal, tail-end, rail elements when nested rail is required, the attachment to existing double sided rails, and protection of posts and exposed rails from traffic. No measurement will be made for determining rail radius from field measurements, and protection of exposed posts and rails from traffic. Measurement of High Impact Guardrail Mount Reflector will be by each approved marker furnished and properly set in place. SECTION 8-11.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-11.5 Payment "Beam Guardrail" „Beam Guardrail 8 Ft, Long Post„ "Beam Guardrail with Steel Post and Composite Block" The unit contract price per linear foot for the above items shall be full payment for all costs to obtain and provide materials and perform the Work as described in Section 8-11 .3(1)A and 8-11 .3(1)B, including costs for additional rail elements when nested rail is required, and when connections to concrete masonry Structures are required. "Hi h Impact Guardrail Mount Reflector," per each. "Remove and Install New Crash-Cushion Attenuator S,ytem," per each, 2018 Guardrail Repairs/Almaroof 8 - 2 September 19, 2018 Project Number: 18-3011.4 Q1111A1ON 9 = M,ATER1A" 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall j deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): ____________...._ .................._. Weight Seed Mix "A" Min. % Min. % Max Proportion In redient Pure Seed Germination Weed Seed 40% Perennial Rvecirass 98% 90% 0.5% ............................................._ 40% Creeping Red Fescue 98% 85% 0.5% .......................10% Colonial Bentclrass 98% 90% 0.5%10% White Dutch Clover 98% 90% 0.5% Pre-inoculated The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..,.. 16% of weight Total available Potassium ....,.... 16% of weight 2018 Guardrail Repairs/Almaroof 9 - 1 September 19, 2012 Project Number: 18-3011.4 The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 2018 Guardrail Repairs/Almaroof 9 - 2 September 19, 2018 Project Number: 18-3011.4 L3 LLI 0 Wo 4 10- Eli N NE - a Q F7.da k�1�1. p l Z2 pr a Ow 13- o I N1. z i r b� TE 3 IS -42-- . ........... ls Nip, E WA �eT wV R —--------- I Mal"n am"Wil m P c v g a S�av E d W-2 N nt a�'i- J x 4 c� v E a z z w cai '° m tea °1 Yn 3"c„o� K✓ '" a; Aw �m � i 'm m�l }jl C H aaH rnESa c=Sv wr ��`I�Y` on o 7= O o c G Q w 10d `ms� 'IH CW v�6� �E me Q S N 'Rs c r c v N 10 N m v °iBi z Yvnm� -q Enrnc,S�S 3v '°o g o+vc o 1° vc 3vv rnN°fffi.� n2 Eti o _ � c r o S3 c m�v `n mc`xoc o � Vm v $D v •'�� v cv can` �-$U'm an S m off' 3 @mo b v�r oo�vE wo= IW- 3m SnS xS� am� AS@ m O ^U 2 F W h O O N ary o o 'o rcz i koa H 0 . - 0 py ............................................,.., 8 ...., � r Fa- h W O _ o r F zzo J F m F a O U z p W zOi r 21 mwo 0W8- w dc N Yi 4y¢ orgo O 2 z 2 QE $Y~I N 6 u rn � - J 01 7 m ...._.Af' .........._...... ....®. O w W N N -- a N O q�xv01 1- 1 0 U 1130011 NL33:A9 NM"U Ell i ............ '44 e it 04m, LLI I in N�O ------------ 0 3t P �fp mo g; N ka ................ to 0 LU ........... ............ .......4 ............ ui .............. ...............- . ll I........... Ri m 0 Ms a M 00 00 0 13 ................... N 00 0 ... ...... .................... .art � £ � � \ \ \ CL � / / \ . � � ` ` \ \ � � } � � �� \ 13 I QA w Z 00 V uw a VA G � OCOD u f�yr�)ldV Pt4bt� I.', WO F f` N = i I f A' i a Po f] ItAI I.i r r r o, I 1IY n { n CIf v. � II 1 In II rr 'c f 2 " I .11 ....... A i N r Z O U W Ui VI � J J m W U aw lr � Z O r=n Z N o b o o ww"u r � C7 O o z d in R d � cz - C G ae & 9m aN 12, o � E m oa SE mm wpm m� rn«E' �Fa EE w� s' 6; I; a C w � o O � � O o w N N W O w O qIL Z D 0 Z O W I W n N N b W N J W l ALl N LL o � w d w i. N 4} K O n 5' Qn 9 ) N 7 Y W F W Z O U 3 Q V NQw Q N Z� n w Z WF U OJ y pP-. p D DQ D g, wm z,' w Ni � __.... ........ �K� w f D z w w N v � nnIIII W Cti o a p n _ W a no Ev F 4w a N = i a w ' ra!, mN Scc am` �- z W N Nv TnOQ U� a W u[� O ILL(n < Z N [7 V W Yw YA GF. ry ry N N w w w Q ° IIII i LL pp W ` A G w Q z M U s � o � S(N ec m F r C F o GG F I rnW a I m SEE a d -w" :P➢ 'PI Z {j Iltk � MI All .�N .... O�rL LT', p OZ riS W w '.PAY is O F Z w � Q r•�.. 0 � .r_ (9 Cl E Q 0 o p w d w w w IVIW x-5E ` U vans aavn ne wvaa w LU `m v y N�� ca "��L�W '1Y,�y •-Y y 19. a ? xl J O o d S Am � cR 9x �a Lew _ vkr a c, in a w :.�� of ��✓ad7� Yn�'�`� .. 19 Z a u L rc yHj K o o n m m 3 I F f tnU a H Ftx U W n h U U O 2 LL ui LL + m r Q LEv O Q tt Lri 6 (7 GE W !! O y G � 1 F J ¢V W2 Q' p O w w m Irp w L Q £ O O f � YY: xx w w J o rc o w 0 w aw 0 0 0 w i a 0 0� r > W ncoE T�s rn Z LL � r8 17 a ay o N �v m� m �`v w, myEEE �Nm up d Za � ZEm w w a w i If o w I � o y r r , d 'o 6N JE fly Q w o� t z � LL LL U g > w > 4 u4w IEIT MI w x 5 o u F a f.Y WU PI� Ell, z Iz er C w i FU w ,ul w �I m•I e� ® v �p r. r, o x �n 0 m q ": rc a r �W s m w Oa V_'w F ¢ F NialSNnY9 VN3IH dH NM"U I 4- .- W UM t�t.L � IL x v> ❑J If, 'y [� f� yI �_ . lY � �rl rA " I l m• �} u u , emu„ � m y L ✓/ J c i � try L 5f dP q E l.nlf ,fA I y+Y f df. 1 .41�V ,Ik I c FON r` w 3 aoat ?? NaLLYw '..�LLI N n o o'n N v m� 3 n m �va9d T �YPtfd V wWo C� V ED .�J W m a U Env v JZ� Ix t6o �. `m � wm IoO v V ofC+ ... O ° W _ z z a . $ v m va wog rn� v U m "O N C Q �o c� ° aQNI N Z_ 3 O ry mi `ova 7W i� T➢ ,t am `0N mt¢ E= -�mv � ` d � v 0TyO U II► o°hw v�5 `or a ur titm � vF�m _ °wzry_ O �jC r`° LLUinm Ir_ m rc�.�^`� rE5 'O rm� wa`.- 1°i Z r N M P N m r 0 �g oz ^. 4w a ,I n 1/0 i Ili a { ° r z ug O JOa Z m I QQ FF O r i '�wt m � w L w Calm 15 f R LL I aZ pl � off U � I "�:�...._ F 7z �9 �w x, W � m J (319b1335)M a6U a w n X a W'Q 3 a N f K6 M / F s� mx "u5 z dw `^ gq ma 3ioN mjjSH a _ INRI lIPoil dN�d'YMAIiAMH If ._� o miw wr 11 LU g n- o W m m a 114 9 V1 w O m m o �, Vo 11WI1 AVJ < 2U Wd6 wnsAuva AUNMtl G , . { 2 ; \ < . \ * � � LIJ M YCL E �jr7) vaa. l0. Cc � cn II I _ +IIYI 1= 4 x I I U rnr —� 11 VA IIJ (jl w 1 i X V o s ry WM W w € IL zwo � 8 w .. �® I � I � m F� w " � ✓�p r J I f�l� am � mo I ea sp f LLF ��a w= G o � I w I m aw r 1 a � r m E © w uz u m W 0, m j t7 h a w w a m a a a O I [9 Y ✓� o iu o a w u � � p�i M rvw wrcz m om VAM,MM AB NMV80 v w Aon w a � < a ° m a t a m Opp.y ono �� w>.v mgl,:.'W"✓�dw a'' U' C C W o ,ow s a 'kowm mvg5 a 4m 1 � � �w oa ` e a u m m a 01 ' ✓ m 0 y w yy z a J� r �I � = u ff "�hr o w Y } FO pF III Vi } wV m 0 � f w � � Ir71� � �� rP1 or✓ U �( i) N w og F r >I o a s 11 w LL 1 Jp III w r• � w o o p 4J �j <.m LY'�{ Julul f O K j a � w 1 1130011 NN3j 'A9 NMV90 11rq ��� ��✓Y ti r }. 0 ! ju IL sw cc Y a C r 04 Ci vi tj om � N w f � � m � � o v w � Q ,\ o fY � 00 A f0 m II w l x a i � n � J. r 1 oa J f m n N I( w �I r. w W ✓ CDj 0 00 W � a n , a r - u� ww �n �oo G u o f..a GYI� I man a O P 113C1a I NU3I he WVdO A N � � co J OO Fm rn olv, Z V ry c ¢ C1 0 m �a m � a r✓��I� o N51 ^�"dy �f' � a 70 A y m EILa �w pp I E E f! �► A d �2 O A tv ff }}w x c {{}} O 0 Ala i% 6p o Uv wm F� W 1 F m w y pp a O � III• .�( o '� h �y�� �� , � h i wl o ra a � tll W z e m � I A � E QW `LZ F Illy ¢s Z ( Ii aOQ 1 ao m FWO N 111�,'. W w it wt~/i 4 I Q 71 0011 M9d A0 NMVNO 0 a 5 Q u o k fl rv�E� a v^S m5 E r1112v !l�ki j a 8r LL '° .- v '�o E � '''' .1 k�m� Q Lu W 4 LLht o 3a o ao .., \ �b AJ,1'Y 7i, 7F O o LL a , o ^� w U' G C o u = r �"SavA of c � k'J rF^,a ♦ Lu tj S,. "-`wci@ rnv �t H,..➢Al1 y' m LL J � c ,3. -m v N N a v 2 ; 3 � ��E $SY mH ' �ntt�a° uo °w av ➢` v " a.. o o.N_ ul ol O z _ z w - d w op x o s o' NIW c MIN .E v 310N 335 i n I , I �I I Y,! w 3 3 + z O M I z LU n- - �mm. wr � I i - w t.. .. �a �•� C C OWILW f "'*, D W O 13 to li o o u EamE p t,sr ✓'�5 f2 G 5 v w �d rica aae� a m o < g 313 CD c � 2 c�c vnEv�N ,� Y��'�•-�- m f LL r NULL N Ip g Z I 6 ' z -- L. I o ww K Ip m N n m J W° WEw° 0 3 3 p i M rc0 Apr R' h � N�F W W I om ~ w w nW. m wI w � t, �; ier' N z w F J a Po m F m V-LL. m rc m m f8, c m 13 m in VA C L" m4 E 1130GJI Na3d 'A3 WM G Ull r co rl � I f MX i ay O M� 5•p � '� t�^� ...""b.�`« ell FF. d G .B X Wp� ssbb" Y' Njg 4 ✓,3 f10 Wrc art el .. 0 m; -Y. m 4 y a R Ct7 I C? t z o L a .tPl 1 r/ U 01 A+, YY Yt rf i tea o .,. io SO 6 l'IiiUt]tti INlaka 'YJa wvtVHtd � - )_ ,I w 111 ld eq} r 1 m Q2 z w � .�.I ��� r. �s•3 �.dyt, >9 r e 1 F 2n 1 d > � „P as ad � f z / W r,._,r.....,.. w...l � r =w t '"if 9 ;" W ee<urqll�µ �4a� 'X "4 / z' z 1 o I� ����1 • ,C J a ��.�� ow IV I r aZ§ m wm .i f a m I::.. w $PC so „yy ^ t ..`..�� � � �I V @ ✓�yY.,f�� Q JIfIy ea p C 3 01 � G1 e •. 2 n v J'9 � )d .r 3� i i iEll lit IY _E 6.'2 qY' h Irk � dli LL1[-. 1 K � � U d� rr o w P . z` u � 4^I .,til a 4 m , � Q Ig ALM o m 21 3 7 Ii x a b 1 a ,.,.� {�. T� � " l d ^ink cs� � �e IS 4 � lk.! ?Y.... � ✓' � `�`�' Z m cU 9"� � +.w„ *...' .w;�.rwna�r..�P � o� ul ua -4-rnnn naaa .a.za w���r,rsa G Im J n ` � d jry, 1 � I muu v� 7 ui A s CL uj sz n u i r �p5 I ltlmI�0} Ct T p"' ti " I w f i w s n � c m w r t }& o) p C { , I Il (➢ IA1 CA PI 1Kt l [� u �, l.. ..... �_�},� ......,.,............... ...........i�... 113O MI NIIJA 'n111MVOU W d t g � o � J f€>��➢i 74, fuiJ �f ek 'f�,j ....r J��O�' � a " Q � �, V U ti v7,77 � 1 J. E Zll ' .ZIL L ttY f N a v r c $ m m L1JY F ' vm ..._... .._ m a .Y9d(M.L�......... r IY a a ul f 2 ry o o� N.K �r oa 1'� �� dN'.MOtl CII IOS NI NIW G LBYyY.G"5 � u Gwl O I. 4'� I "'II ��� I 1) 'j�NC'•� o� [KJ W m 00 e � _ r Y Z 2 w E 0 IZ,fJ(Ze" w � Jf� ° r ✓ G M 4 W Cp Y a G 1 • I � rr� 9.� �R �4 �VR dI I ✓. v 11 4 ` e w r Y a S m 5 a a rc a w m s I y 5N3tHHlIIN d51JlLhtlBG 00 8 mew — mom �, r4y�,p,WaM1 �yM l7N Q w > 'Yn � o rr >sr rL C O m m n mo ptl. W W cc-Wm E I a oaa r N R w mE vm. � m a E 0 mo m>c a V n Y \ Y � it W ❑ v r_ it O LL .vn zt �o e ��m o rM1I U u - w w 41 f w ❑ -; oy W � w I - J . am n COQ m ry ma ammo K�- o 0 0 wa 00 x- m a m� ' z Q W, �� z ❑ mm 0 I IJOCJI I Ni11J AfI NMb8C1 3�iy 9po mL ,n �lF Jy:1�, 22 Z $ r a e m F w ° n n uq t n i v a Lu ix toC o a o 4 ca LLI q LL as I.. n s D � aF°u moon 11►' mm � agn yr 3 w .. m �mi mp1 m .sly no 47 fl 5 I mow• a a 0 l� o I I I I Q �x LL a � I Si uS BIEZ cc 44 rci (PUC��O q�� p e tI�J a W W 1110011 NHI1 AR WJWN(t m m m m R $� E y�9 v � � i i z C g m @ o m a 54 2 c n 14- 3 ry a mn�¢ o $ & 5 a9 m Hag � Fit � N o Em n mo V1� cm � h a �y '°fE omR E w o ¢ g_ 3£>b� kb Q mp p? . O o mom s m o W5c r a W .. CL _LCC E �e�gg Q ¢�d 2� a Uo m m jU i+E SEo ' `m c9 to �u � s Egcw E °w oo _ " s 3e o2t Y '$, ate E c m nz Q m0.e 8 aPa� N1 �¢ '®- m z r u I 4q O� 2 (y 6 W F > Ogg _ S. r = � N Z. °.. 2 W F p F x m tT N. :gFO m mO Fn Wy6 22 LLd €€WS ¢ ¢ 3.. - oN o a - _ try Xyr � f e pr 4 Fm m� Y G c c O F at m J L G EEE 6 = m6`L NO i OW e x ..... mmG K � pU O NN x m = Wi FoF6 ea an' o u n � z m f9-� U JF qym � wK m x n O n5 rn r, f.mm s Fmv U r It �� o aXo e�� mxN # v ''77�� mama :�8 w m VFj X ft yWj y, W T1340fi NY3J �A9 NMUtl0 m o � S d v ro ,fit Qai, n N �0 5 o LL B' 1l�� yO' � Q,•, � �55 a em a '"9" m— 0� Q 'AAK N beg i ro o z p41Y.d m L 4Y��yt✓ ¢ m N SCp g 2� G.. a ul_ N.t• N I g NK a aa 'E. ro m I I ��dro ® ro G �•v � 2 c o Y cG _ it o 79 Na. I - SdM trgg� yymy yp�r o ?g�;2, 1 83a f a O r�2 � FI M1] Y Vi N t` I W n ' f11 � i � oz as I 4 f a F'ySm 3 w .vn it l'ri'l:ellt p3 u5gggm T-Z yaq LLma q zing �=ate WAG �� 36 rg G� �N N� Fy 0 z _..._ .............._'.,.___..... Fc .._.P................__,., , Z�N I-cf• O C 9M1 J alb U g Z J fc 2 mfz U_ ry• 00 in innC �' 0mg � O W l n GS ro a d z .— . .._... �.. ,. I 00� ? j a � II Er &&&SSSS rI mN a 1130011 HU3J 'AO NM Q w E ..o 2 o ea, S+ou v f`�i J Z C1 w s LLI w rc E mow;; d dN 41]]. p1U ^ r19 8 2 u 03 R0a 0IL ffl 4 €' i0 m W d is t c ry h x ryd y � N2 9 N d C O y D N $�0_- m ` Od ,C �e m d m a 0 5 6J n O N y D w W J F= YU(4} O S, S0 uWr P�] n a Y-c d � W r 4 w Ji rW9 � eOlg a f N • �. ry � Y- 6 L] K Twa �>Uy O F w V V 3 W W N o~ O V YYwy U > Vn w W <w a m W � m W � 6 w a W Z O tj6 W IZ a'vi N1W _ mQ Y r � 1130011 NH33 'Ad WV80 t � Itl Lc m JAM P$,V Z d wLLI J a y p Z p a G LU`p c o 0 8 N NSL HN V P' Ayyf 4V QgW G W „ n dye q'Ch IL#A C y rc a `o vg a�o i^AtQ�dV' LLI 06— a2 4`om n -- i E:2 .22 Ucm n a s a E � a rr°,.. r � rrnrn hUy F m U H IC W i O O W K w p J O O x f w � o � o w � o `r $z w V ` � � h N p � ) W LL N ap F a ' 3 v+ w s i 0 s . z o q „ o M-. r.x 7 � w m 0 w WU, J W a W � W y � � a f0 m J O LL y c 1130011 NH3A :AO W"O Tr N WQ y p ?a 1�1y Ns O ��eA rTTO O C w gyp., yf y N (y a e JWV IS 12 IL W r) a i o W N W ° w� E E � � M �g U) 06 fF $ot Nc c p ry N n X1�111 was _ L)w e LL , o ` w � m 3 6 yl LL � C w o�� m w 4 0 o� w O� a� 2 aW LL W ad O ul K LL U F py� W � Ni JII m W .q is QU 2 F a W � w W O W NIA w aII � gg mw 2 � G W a a �- rca b rn z w o my O Tw N Q � O E Ue- `•• U E O Q O �d O K 2 O r-^ f w w 9930019 NN3d 'A9 WM a N IT,)flll o , vEPIL W a r pp E*'11Y IL E` 913 ` �'�11Qi7 PY• � V' r Q N o Lin mV amy m S WIZ ; i mo v m " 10 F E 6 - w O j ✓� 3 NC � w O' w K N f rc� aw LL� w w � rc N � u Y w G {9 w > U t� • ___ .. ., vwi � m 0 ate^' Ez 0 oz r LH v o� w w w q 4N, 1 q G2 _` 1110011 NH3] :A9 WM Q o gg s LU 'a E p 4m ojd N8 dr= N o LL yb 2 3 .13 V• 'tr, r a�yy j a�°'• QP� P 8 �'a q+tF�. N�q1�w Sw J. e �� \111,`MI ,:1 OLL� t) LL19 Y y Z O O o J a a mn ? W ww _........ ........em_ 6 G O m@@. Z Fzs w V W m a _ z ..._.....-.._ ----- r 8 r o V .— y YO 6 w� 6 u� pW $oo $ 1 z w um go Cz F 2 w z GI a a wow U 2 O Y �v Enriwi 1.gg O Nx m O.. Fm" O 7 me a o i •�@9 � W e YII wW NN LLZO a� 2 �W b 17 J 'm)a T J m G 3 3 J O a � u zF LL F z a a� w ww .. 5 N D F Z U zd F, aFi 0 U pmW wW Fps 1� 6UG O wN LL wF F�a e °' 730an wi,i ,A3 w"a DREV HY: FERN UDDELL v7 4y MIM:. a .. r. f �-r w . n Y � - - n KV� n sM MIN D'MIN � vYy�yF a rn ra n O m m a d i' Ly a n iro i A e 0 m - i Yffi x °9�� v p C7 ♦r+a >; °�n 5 Y p .S�A� � 4 I'1rN YF�✓ O o "t —1w O 9 K y roro rA�,. m zz .CD M1I o f o i m € aQm"1 IF a m E ar7. O 2' ro � N E ZenZN $ E v W W�a, v f. m E E� 5 �1111Y$"8y, Lu W N ° e IT >, m y v 3 v c E �.+ pia e ai FU ; .0 o m U / j,. w, �f0= i o`e a�3co o0<g w@ 'a � �" ",� � J0FJ g � 8 o Q e c�mm 6V4 o C�N� y r . 8 Eti my .o v'$` wS Ew 2N kAf f7il aN,® pr0 Lu "a O a cyE moi LLq �fZz 3 a° om m� a �'cY Nar un mmo U' N—F /� c NG C� NOOC CL mNpj yt O NFILO �y�.=NT Vrm N yN aC [] CC��C FN ig 000 � ENiV C LR U 9E Imo _tc $ LLn U�m r a rc_=wa �' r_a U Z g 1 N F ' Y F F J Q OF Q N W f © w E w zm P W go W O Q Yl-4 h V m Q y z U OO 2 n l Z Z mG U o pia LL r Id m o w, g rc m a az 6U O , y W,QUy mCCH ow N xa— w pp ✓lam 5 \ U 00 1L 31PN 3356 11CYIl kVd rd r 'tlVN6WN3C.tl3tlYl.!'NON' pw ��rai sm vK n m0 F ,}n ✓' z �rSfs L,ry� ✓F 6 w kjj t .. ... ..._ ry z ww.. w ap6 0 sx �z 1130tl11 N83d AB NMYtlO m a N ° N m2 T 1 6 � YJUA VJI'f�f p N w Q 5 m t✓�Q c i �,� \ $ c r ,X` mz�, O� P� an � a ��`,� m xcia°a rn a �-, 44 Fw �y Ada �.th" 7�"•""'4' w o CL rt! � W p Q C 11i' 5 oaDO a m uo rr a s m ox S° m N a N 3 C�N N L 06 � GQ .� 09° � 52.� On E N�v1 Np pOu QOmla- m rnm=oi ov W �a <� o°o U yN co m m Bc m f. yf N �ryow _ w 22 .. . OQ 3F^-UK xL SW.�N Wd_ W K� �p �;KO w�Wa OW ow3 hm¢� �o�� mpzd rvXG 4 VFKW 'r N JimKU � p•,1 Q. m6 .. m i xFw [9 O�w7+ Yi W o� o o l x� _ xm� � r o X rz "f NV Q ga �� $ O b 2 W 1 Mo 7 d' Z dU J O W � Z vmrunv �N LLp rW p .Ci � ow o m? PIIII �N G O.N w J ZLI v J .... .... xw J _Nw oa ow f f'' h,3h mow a 3 Sz mgz yw J N yQa V atOON �� OZiVN OCW� 1O 3�x n3aan rva3� Ae nuvaa 3 n W W 10 W4 � g IL a a & "5G Iva �rytiymsy y, wG/pyR 6 q m ala l`v A, �m.�m ' � ry�.I,�ff r A TS V �99 I y y g o �."a� a o S"rr78f 4�p4 1� C0 NNa�6' Z "i 3 c.SH e 5 m o fill O o n gym. mm^„m ma ,SSy .F;{gu 1 1�qb y� 5a x. go c,y"d .2 a i N `6.Sv z.0 K F �' Nf q P o w 2 [d M v 6 6 K x� 20 uz w o ^\ W a 1 g S J6 p ¢ ° 3op �dOY U'm OE W o0 ¢¢ ,. x W � N ., o s° yy. 11)) Om t t >22 OS `W O ° w AtlJJigVOtl 0 52 w 2SO 3APtlN SS B } = o mp t1 a 10�o y�j FF � ' Sw q�yFv1 S N m b J 6 21 n ors 0 S t bC o0 ° O 1,1 0 6 W b U n ¢ JJ l,Il W pulpy O �LYI py2� � �pp ° WWe b1Ew& z qx o- 0 --- N° E m Fy W OW bG m 26 O K � o w 71300f1 NH3j �A9 NMIM° b m „ W m 4$ #cN v = oBcO.En 2 €10 ma�^ W N F �a�`-`aK Wd U log ry m.�v rJ T m N 9 W P 'S9 ^ Vdp w Xrv_ w IU 2 m F y @tea v, Cr m a m@m. 49 6 q, Wy'j ' g c'A-3c' m o 2 S� rnc�mV ~�QQ o a mN. p on ¢caf T@ m mL ..dv � W fd N� om haLLmi 7° /.fl h9 myo w 5 6 q5 �acm L c€p ' o �''��dF$ Ra��Wg ya " ¢ � E mo 129 mOf �� tP mvo mo„mc $T ® y w bOrn 8a mm '7'm n wFz p d EE2a cmi@@ E 5.:WE c dE c a$°na my Ag�YXI'E 20o0-.t n EmO m n E ' cFi �f0� @ Em L$mEm E E mu@ € � A P `E 5em �E I Mwh$ �vwc No` g � S "i Eo 2€8 g a R«m � aa rneE 3@ ug Qm m 91$ mg m ME` nE 9.B8o ;m O x o 2 N ni d of id K m O � � a o y 5 0 o z � a 1 �6 m iig op ffi � F a Z a 0 1 C � � w gP a 00. .:-. a a � w �m- 20m m m _ ARMMM � m . ........... mm mm SWUM To Ad NM IQ ulU' sM MO p: E E o me Peon a yy*Wj z J�WW u c spy,.,, F �M m L°a u vry m 4 RF e A F.U) JetWQa � o awgal ° oE E`o swR4�M Q �'oo� S EEyn8 @ m m n Eco N2 L pm w� � a$a ` •''' got � mmc m�•�rvE my O as 9 w u$] 2 3 �m EM 6' Nsrs e Nm r"E 49 m �� q mn@ ESF`3'"om �ca. O m ba rb�urm o C'c mN W E " y� ,&�E �'gEmE e'�i,' �E3 e _ m �� �p g"'�o 2 °"21 C8 Cc Egcrv€ $m �AE g'� `: z n s F wTS7 S `a * t4.e 6E SCn t9 m°. m�`e Pi ii5 Ea N tri V Yf v w 1 O b b 3 Y Op d c €fj i z z z z E. qg3 6` i 4 oC F x .�,fwxr PIP .l•d u aa ¢ pM F » � m ° of v -80 d v H i my ril Xr WILO tw ' ^o v CIS 6 u k A F Z m x""i ttia 8 m 2 x 6 m ° 25 N 1: 0 d. yN� a_ �ILLLLF VF mp (n5~ 0 ��F Om LLQQ `meµ} F �¢2 N2 p 2 ] pr22 N•t O 2 z Zm FFxw mt o W uxlm. �i e F2 Z W OZ 8 o O� iw _ ae a � q d r xd b Fs u N m R 444 z; z5 o;5 V om J J W W h n Flil T130af1 Ntl3J :A9 NMNtlO llNll� r o OW F 9 S_ e x 4Y 9 r _ gas 1 J LU O 2 ,Pfi'.9/P U 0 \ F it W Im...m O a I� m S �i c ga cF c Q Z m o � � � b 'P13aPlll Na3i AG WM u o � m z o w W _ �€ Ngol, W a J 19 Ic N{ 4 f Mr y Q V W U �� N 3 y L� � �d�✓Aea Z LLI m Za E F a = zohltil`il V"'�4 C)C a L LL '� < `o E m m O G~I%o q wry a En o 11 k' u,e E ® y CH v w z rc� N A! V IA w r 00 f o ,F ww 6S w tl u z O Vy 0 [P o i U� O m 4r S Z o LL Z W LL \ U� 1 ^r mS ogoo 0 m�wm V� Z�Z� Zy K� ad Verye Q � Q= UN VN 00 00 V0 UV �Ww • N F 0o m " i Qw 4 yN C ~ F a F C rc�rc z w , z W m F U zo � apt WI} F r O WV W gyp K Nn rcQ og g Z K og ow o� oS w� ^m Q NN m m0 WN ¢m F U'- B WN O WN Zw N WN FZ� r 1 TA0011 NUM :AB WM a n � - M p Wa y0�L G g 0 * ,I �r y ( a '✓.a ^�NyN i , gzw 000. a � n 4� C P. c 1- m� I 1 � V I 1 ? W r + r ry l m (y TTm Jr � p w fi vI t r( x yy41µ�ee J �J 1 III IN'1 W I I : pq�n GR 1 p t. rr �� 5 s nn 1 q r 81 w 1 � _... a ...... �'i;d:�an nand an tmalVNa ` r N � m m 4 i � �Y �� bdr�✓w "J W ZW 9 21yL 3 I. FE h a x e r w a Ur UN i b c - 41 � r� i I ww t qq x � ' wa wlky i} � hx _i. I i* x 6i o , o rc � 9 qq z a I u + i u +W T } :,; F i OFAM BY FERN LIDRELL W PM rt �NN L rn y I u m � �I�m Iw Fi IfIF 3 p¢ v c m� a u N y iTr O °�+ � C1 \1kY F'.1)fN 4 v mx ^ a t � IF 4�n N om 7 !t O W " LL,Z �O s w.m w m mo 1L0 mM twom LLI a o a °i.+" q.�, biJ9NN6a m a L E o' ZN ZLLI a — N y pOd'J a o o o m o c a m d�ati a 3 m. n v a L �• m c o a� .o�G$ o � �~to m v rc nG w o a m � c F H m m o.. N Vl m VI Q Vl-P J .I p c r Q bUv,L m o x¢OQW7 ZWOZJ m2�ZU p � l k Qj m �a c ,m t _ n � >_ III�IIIII III 'a K � I o 444 w w sa 1 t 4 3 4�o G�� t OWE LLzl S o ! 10. ." t /J F �Ww � 0UaZ Mc O W S o m} o m F w h N Y T ��'�Li &,✓�4,f F J N F ° e �� a 3 v._, �� � w�i �I,•rL s 6JIS W Dom d 'o °h A o `"a a — " 2 �"�r✓i1P 1"T+E�w` f9�L Q N u -° n co3a w� Q O q .j � uj . m NR fW na cM `m vt oa 3� Wm 0 o F 1%O N rn� UW o� 1h i'O �w { W 0m vv UO.Q J ON wF J� pon ,- 11 A, I � �1 <F IS � ' W b w o WLv d U O Q G � z � N z W G J w5 � O t G �411 LI NtlW wI U �OIG6 i.4 Q _ () L G mf Wlog sm ON w w o uO 0N~Vy N Zoo'orcF: "bpr Nci a QO2 a0 p El W. E Vow jQ D o T, ju �Vo' w D FggIg@ 0 o s 9 — OCQ � ��"•.. C m W Q m s a W C z m s F w 0 z 0 ti p K 0 p w U F O 2 F V K a O b J \ p h � `ep d p� 4 �Q pQF m f,U 1130011 NU33 A9 WM C SUMMARY O�F° QUANTITIES AND LOCATION MAP 2018 Guardrail Repairs/Almaroof A - 2 September 19, 2018 Project Number: 18-3011.4 mapwwTw ................ ........... mau ---------- oy ------------------ ----------------- . .......... ...... AnL ap spa mai o .. ....................- -- ---- 2 ......... ........ ..... ............. .. .... ................... ..... el v v .................... ..... ... ........ ...... cl I ...................... � a r r4 m f _. a xc tH<„r mny 4W6 RS aMA'gop ' aG iil,jf � 1 1 _ vU OAw tlrdP a ul �... o 55 Zb " uw N atnb t c➢g,`UAV 94L u� 31.DMw^u G M1s 41AV,j ttC4 4� x r CL ICU j q�aea�¢�I♦•cr,rt 1 xMw S Pdv O penapql NJ Co i A�laAw b� rig OJ �twrNu ' kl dYt �' e ., D f W II N -� .rm,gb y ,.. _ , w unV`HA S aaw g �7 H AA11l9ft M tJ I wr r 7 u � x FTI nh'W,9r, 6l W m µ �4 ea dl NJ w f U q O G mry i — I m C. E CD W N q. � � N U o c '❑ N � E U = N `6 ii a ® S^V 66 � ! m lieI J Y o a: S^V 96' w m �F N a N N ',.,.. S Id 96 ne W9 S a'd 96 CL htl L a `n 44J '0 S Id S6 r _ N N LS 13 176 co '` y6l �,�,�.° ���` S Id 76 V v4 co r. t �6 m s,ly e6 S^v16 ayRamp S Id 99 Nq " M ro N E'. J(`^b 95� v � 11�rr11 O 3S AV OLL k+`1 W N w W p W.d 0 3S Id 60L p E L N ry N W QI Z 3s Id L6L y �Y yy N BE;AV Lft 3S AV OO m ✓ � N N W 3S AV SOL N N f0 w CL G 3 3S Id VOL 65 N N L W 3S Id EOL N 3 �N N /� W W c 3S Id ZOL N a N N N 3S Id LOL m EL h N ^' 3S Id OOL 3S 10 OR O n+ W M M a h aS AV d SId 66 0 N N N N SId 96 / E n N 6AV �6 . A j } LJQL-..... . :wa 2^ m y : ° ■ , � 2 � C ■_ �� . § /INA�/� @ y N X y . \ \ \ \ � � ■ ��/ r ± 0 L \ p»: < « =ma ^ @6 ! @ . � \ E \ � E m LAW Z \e d p am c a n m � W aA 91 58 AV S ty "� 16 n X �C L co r O s N a N n tm" �r C,7 W r E a r-. o b X m N U E N � E d M�V�5gh h L CL d 4p n� S S}q,arStCie'e ca Lake Fe7wick Rd"a" w 0 w paS 4t�a .p S'AV St, co \ w E A N N w ,p`iy S^V Eb ry y EH 1. O p S AV 5r6 U Z vi p ffY a o N ¢ n c a y I I f ss I o 1 a � �J c W 4t,JI wII11N1a�".. P*u N li N ^V pla^IV E Qv w L q ar W E X W f0 e"r, / ti\, 00 yl N h ^V lapuexaIV LU +a c N^d 3aadvoAd.. m E m in ® g^V la=ueq ap ueA w 4811V u a u �o E t N ^V'IIeID m u p kG N AV,>laagauue ] �. Ksnnebecl< Av S � g 0 o d a x w E � m w G a y ip w � 5R o w o- I•. c � N N N J E N N of a 9AY 35 Id ZO6 I � N 040 p1 3S AV Lab 3S Id OOL Id 96 ti �y 5 MwL g8 C''� zl L p"� N co (14 N d � 6 ny Agnagwl� � w c n L U E W � c [�J o 0 3S Id 09t o U3 O E c 4) CL U) lie 3SAVBVL "NX 6. uj tu (n co V" 0 144PI 3S AV ri, FL 3S AV Cj,L � N U N J E N N S Ay SOA1 M J II o a S AV 6L Zg pwS � rnt NI vi �"4yNPItlk� �'Ee�u,'��l j N /dry N 4) li h 74 /A N L w 9 AV L'd co r co N � T l \ N S Ay S9 . m E Ela 0 - � N U N m O E N J oil C O r Q y a in o � a I r r. ti N � J CL rr L N wa PO FSarvvfk E O a G TRAF'F I C CONTROL PLANS 2018 Guardrail Repairs/Almaroof A - 3 September 19, 2018 Project Number, 18-3011.4 LEGEND TEMPORARY SIGN LOCATION CHANNELIZATION DEVICES awnry W20-1 dda,x PROTECTIVE(WORK VEHICLE H DJ Q TRAFFIC FLOW W 0 C: O-D FLAGGING STATION W20-3 miuvaaad -S' � ARROW BOARD O CCD (SEQUENTIAL CHEVRON) ov3wv S^ W2p_1 oroe 3NYl�drv' 0-0 � i s • "`�w.'�. `e 4k a N ' '. MINOR STREET/ CROSS STREET X � WORK VEHICLE , 11 (OPTIONAL) s ,, L, O➢ C C A • ARROW BOARD ♦ (SEQUENTIAL CHEVRON) >sa � ♦•• W20-7a xi"xo o a0 <C 'Mgrv¢to N N No FdGd W20-1 O O J BE DISTANCE BE ROAD TYPE PXEPAREP W20-3 BETWEEN SIGNS /F xo a*nP A B C r U URBAN 200 200 200 g Ranb 25l 30 MPH FT FT FT rrodw W20-1 URBAN STREETS nweap RESIDENTIAL& 350 350 350 BUSINESS DISTRICTS FT FT FT 35 P 40 MPH RURALROADS& 500 '.. 500 500 URBAN ARTERIALS FT FT FT GENERAL NOTES: 45/55 MPH 1, ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS.. 2. MANDATORY REQUIREMENT: ALERT KING COUNTY METRO CONSTRUCTION(5)DAYS IN ADVANCE OF ROAD WORK BY CALLING 206-477-1140. 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS, TABLE 1 4. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE,AT-GRADE CHANNELIZATION DEVICE INTERSECTIONS AND/OR DRIVEWAYS. SPACING(FEET) 5, PROTECTIVE VEHICLE RECOMMENDED;MAY BE A WORK VEHICLE, 6, ALL SIGNS MIN,48"X48"UNLESS OTHERWISE SPECIFIED, MPH TAPER TANGENT 7. CHANNELIZATION DEVICES ARE 28"REFLECTIVE CONES(SEE TABLE(1)FOR SPACING 35145 30 60 DISTANCE). 6. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 25/30 20 40 9. ALERT AFFECTED BUSINESSES/RESIDENTS OF CLOSURE TIMES/DATES, 10 FLAGGING WORKSTATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS BY FLOODLIGHTS THAT DO NOT CREATE GLARE,POSING A HAZARD FOR DRIVERS,PER WAC 269-155-305. City of Kent 2018 s"I T rv�,� Y e/ts/zsle Public Works Department GUARDRAIL REPAIR t7OF KENT EnginecringDivision PROJECT LEGEND -ZK- TEMPORARY SIGN - LOCATION ■ CHANNELIZATION a DEVICES 11I.imircri0v11) auno Q TRAFFIC FLOW R5-11 24'x 12" Bw 4 4 SIDEWALK CLOSED R9-9 ■ ■ GENERAL NOTES: 1. ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE 7 MUTCD AND CITY OF KENT SPECIFICATIONS. 2. MANDATORY REQUIREMENT', ALERT KING COUNTY METRO CONSTRUCTION(5)DAYS IN ADVANCE OF ROAD WORK BY CALLING 205-477-1140, �,u •�. 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY ; CONDITIONS. 4. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE, Lu Lu o �\ AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 5. PROTECTIVE VEHICLE RECOMMENDED;MAY BE A WORK VEHICLE. 6. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED. W \`" SIDEWALK ,, 7. CHANNELIZATION DEVICES ARE 28"REFLECTIVE CONES(SEE TABLE QI �"�,`,� CLOSED (1)FOR SPACING DISTANCE). 0 8. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. Q ■ ■ R9-9 9. ALERT AFFECTED BUSINESSES/RESIDENTS OF CLOSURE TIMES/DATES. 10, FLAGGING WORKSTATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS BY FLOODLIGHTS THAT DO NOT CREATE GLARE, POSING A HAZARD FOR DRIVERS,PER WAC 269-155-305. a 111M,croseo anuo v�ssnm[ ROADTYRE DISTANCE R511 BETWEEN SIGNS 24"x'12" A B C B/W URBAN 200 200 200 a 25l30 MPH FT FT FT URBAN STREETS SIDEWALK RESIDENTIAL& 350 350 350 BUSINESS DISTRICTS FT FT FT 35!40 MPH RURAL ROADS& 500 500 IFT URBAN ARTERIALS FT Fr a MINOR STREET I CROSS STREET 45/55 MPH TABLE CHANNELIZATION DEVICE SPACING(FEET) u MPH TAPER TANGENT 35/45 30 60 25/30 20 40 City of Kent 201$ SHEETs/te/zme Public Works Department GUARDRAIL REPAIR 2 of 5 �' � a � Engineering Division PROJECT PCMS PCM LEGEND v —Ifs- TEMPORARY SIGN LOCATION ROAD WORK; LEFT LANE AHEAD CLOSED ■ CHANNELIZATION W20-1 p`�i111V Yu DEVICES wtloM p I 2.0 SEC 2.0 SEC vkvv 1q PROTECTIVEWORK a FIELD LOCATED IN ADVANCE U Y Lu VEHICLE Lu OF TEMPORARY SIGNS nLU 111n w 13� F_ Q TRAFFIC FLOW LE BUFFER DATA iiA iu V) CHANGEABLE W205L � PCMS DHANGEABLE LONGITUDINAL BUFFER SPACE = E m O O MESSAGE SIGN Q SPEED (MPH) 25 30 35 40 45 7ZS Q DCD ARROW BOARD m� v (SEQUENTIAL CHEVRON) LENGTH (FEET) 155 200 250 305 360 < W 4-2 � MINIMUM TAPER LENGTH = L (FEET) LANE POSTED SPEED (MPH) ■, I� WIDTH (FEET) 25 30 35 40 45 ,, , 10 105 150 205 1 270 450 — 11 115 185 225 295 495 w •� •Y T ARROW BOARD 12 125 180 245 320 540 I (SEQUENTIAL CHEVRON) 2 GENERALNOTES: 0 9 1, ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. '"`N'F WORK VEHICLE 2. MANDATORY REQUIREMENT_ ALERT KING COUNTY METRO CONSTRUCTION(5) ■ -, "u `) (OPTIONAL) DAYS IN ADVANCE OF ROAD WORK BY CALLING 206-477-1140, ( 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 4. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE,AT-GRADE w INTERSECTIONS AND/OR DRIVEWAYS, a 5. PROTECTIVE VEHICLE RECOMMENDED;MAY BE A WORK VEHICLE,. � `` Y ,„ ■ 6. ALL SIGNS MIN.4B'X4B"UNLESS OTHERWISE SPECIFIED. " 7, CHANNELIZATION DEVICES ARE 28"REFLECTIVE CONES(SEE TABLE(1)FOR v v SPACING DISTANCE). F ti ■ WORK VEHICLE 8. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. �'4;'`' (OPTIONAL) 9. ALERT AFFECTED BUSINESSES/RESIDENTS OF CLOSURE TIMES/DATES. 10, FLAGGING WORKSTATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS BY FLOODLIGHTS THAT DO NOT CREATE GLARE,POSING A HAZARD FOR DRIVERS, PER WAD 269-155-305. ■ 4 ® m DISTANCE j w ROAD TYPE BETWEEN SIGNS �IIpM'1 URBAN 200 200 200 25130 MPH FT FT FT m Ny ARROW BOARD ■ v URBAN STREETS (SEQUENTIAL CHEVRON) RESIDENTIAL& 350 350 350 BUSINESS DISTRICTS FT FT FT35 _ W4-2 MPH J m III 4 RURAL ,i RURAA L ROADS& 500 500 500 G ✓`/// URBAN ARTERIALS � 45155 MPH FT FT FT 1sn,u. n m au©sro W20-5L m wNtndD TABLE1 CHANNELIZATION DEVICE SPACING(FEET) 7MPH TAPER TANGENT `" w — amna waa� wzo-1 35145 30 60 25/30 20 40 IlNh7nPCMS City of Kent 2018 Public Works Department GUARDRAIL REPAIR 3 OF 5 9/15/2018 �� ICNT EnginccringDivision PROJECT PCMS LEGEND 2 4 Q � TEMPORARY SIGN ROAD WORK LEFT LANE • LOCATION AHEAD CLOSED . o r CHANNELIZATION DEVICES 2.0 SEC 2.0 SEC AA M--1uW PROTECTIVENVORK FIELD LOCATED IN ADVANCE VEHICLE j OF TEMPORARY SIGNS tiM•` `^4 „"w.s•,,, ,, Q TRAFFIC FLOW I BUFFER DATA �c,°4,'ti �y(��.pq[� PORTABLE 1�'i.s llVi'i.J CHANGEABLE LONGITUDINAL BUFFER SPACE = E �4;.,�`�;'�, MESSAGE SIGN '`wc`a w2 wao1 I�I� ARROW BOARD SPEED (MPH) 25 30 35 40 45 ^,`;. `,: VI Vi (SEQUENTIAL LENGTH FEET 155 200 250 305 360 CHEVRON) . MINIMUM TAPER LENGTH = L (FEET) WORK VEHICLE (OPTIONAL) LANE POSTED SPEED (MPH) CURB OR EDGE OF PAVEMENT WIDTH (FEET) &3010 11 295 495 "12 320 540 EE" " GENERAL NOTES. w 1, ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND AA CITY OF KENT SPECIFICATIONS. " 2. ALERT KING COUNTY METRO CONSTRUCTION(5)DAYS IN ADVANCE OF ROAD WORK(MANDATORY)206-477-1140. 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY c CONDITIONS. 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. • •� •� '� 5. ALL SIGNS MIN.48"X46"UNLESS OTHERWISE SPECIFIED. " ARROW BOARD 6. CHANNELIZATION DEVICES ARE 28"REFLECTIVE CONES(SEE TABLE(1)FOR ~ —I (SEQUENTIAL CHEVRON) SPACING DISTANCE). Lu 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Q_' • 1. WE W INTERSECTIONS AND/OR DRIVEWAYS. N 8. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES, " 9. ALERT AFFECTED BUSINESSES/RESIDENTS OF CLOSURE TIMESMATES. n O' W4-2 /*a . ROAD TYPE DISTANCE BETWEEN SIGNS W2D-5R A B C 4m:rou sax ssnacn m siaaa URBAN 200 200 200 0 25130 MPH FT FT FT URBAN STREETS RESIDEN DAL& 350 350 350 BUSINESS DISTRICTS FT FT FT � 35I40 MPH RURAL ROADS& i7 Mann vdaMK W20-1 URBAN ARTERIALS 500 500 500 axpao 45/55 MPH FT FT FT TABLE 1 CHANNELIZATION DEVICEIVIIuJ. SPACING(FEET) ^ P Q MPH TAPER TANGENT 35/45 30 60 25/30 20 40 City of Kent 2018 once. e/15/201 Public Works Department GUARDRAIL REPAIR 4 of 5 ` KENT Engineering Division PROJECT LEGEND nwirer �"' W20-1 7 TEMPORARY SIGN dam avod -- LOCATION 4 ■ CHANNELIZATION DEVICES PROTECTIVNWORK VEHICLE ■ Q TRAFFIC FLOW I ■ v�i <33 ■ ,w MINOR STREET 1 CROSS STREET rI WORK VEH ICLE P E-" (OPTIONAL) MINIMUM SHOULDER TAPER LENGTH = L/3 (FEET) SHOULDER POSTED SPEED (MPH) ■. WIDTH (FEET) 25 30 1 35 1 40 1 45 1 50 F 8' 40 40 60 90 — LU r "' 10' USE A 3 DEVICES TAPER FOR SHOULDERS to LESS THEN 8' X O • BUFFER DATA Q LONGITUDINAL BUFFER SPACE = E SPEED (MPH) 25 30 35 40 45 LENGTH (FEET) 155 200 250 305 360 a melmir W21-5 DISTANCE ROAD TYPE BETWEEN SIGNS Q A B p aonn R'0.mR URBAN 200 200 W20-1 25130 MPH FT FT URBAN STREETS 2 RESIDENTIAL& 350 350 BUSINESS DISTRICTS FT FT 35/40 MPH '` ,_CURB OR EDGE PURAL ROADS& OF PAVEMENT URBAN ARTERIALS 500 500 GENERAL NOTES. 45/55 MPH FT FT 1. ALL SIGN PLACEMENT AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. MANDATORY REQUIREMENT'. ALERT KING COUNTY METRO CONSTRUCTION(5)DAYS IN TABLE 1 ADVANCE OF ROAD WORK BY CALLING 20B-477-1140, CHANNELIZATION DEVICE 3. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. SPACING(FEET) 4. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE,AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. MPH TAPER TANGENT 5. PROTECTIVE VEHICLE RECOMMENDED;MAY BE A WORK VEHICLE. 35/45 30 60 6. ALL SIGNS MIN.48"X48"UNLESS OTHERWISE SPECIFIED, 7. CHANNELIZATION DEVICES ARE 28"REFLECTIVE CONES(SEE TABLE(1)FOR SPACING 25/30 20 40 DISTANCE). S. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 9. ALERT AFFECTED BUSINESSES/RESIDENTS OF CLOSURE TIMES/DATES. 10. FLAGGING WORKSTATIONS SHALL BE ILLUMINATED DURING HOURS OF DARKNESS BY FLOODLIGHTS THAT DO NOT CREATE GLARE,POSING A HAZARD FOR DRIVERS,PER WAD 269-155-3D5. Cit of Kent 2018 once Y 9/15/2019 Public Works Dep;lrtment GUARDRAIL REPAIR 5 ov 5 Engincering Division PROJECT PREVA I L I NG WAGE RATES 2018 Guardrail Repairs/Al ma roof A - 4 September 19, 2018 Project Number 18-3011.4 Page 1 of 15 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: 9/18/2018 a2nty Trade Job Classification Wa e Holida Overtime Note g _. Journey Level $46.57 5D 1H Kin Asbestos Abatement Workers _ _ King Boilermakers Journey Level $66.54 _SN _1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Erns-9 ryc e;, Janitor $24.63 55 2F King BknUnp Service LML)lla ees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Emj2toyga Window Cleaner (Non Scaffold) $28.13 5S 2F King Building Service Fn1I]l0Yee% Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Maker (In Shop) Journey Level $22.74 1 King Carment_e_-rs_ Acoustical Worker $60.04 D _4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Car7enLers Carpenter $60.04 5D 4C King Carpenters on Stationary Tools $60.17 5D 4C King Ca[lae_nters, Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Ca_rp_entffr Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A iM King Divers Er Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers & Tenders Dive Supervisor/Master $76.33 5D 4C King Drve,i-5 & Tenders Diver $113.60 5D 4C 8y King Divers & Tenders Diver On Standby $71.33 5D 4C King Divers & Tenders Diver Tender $64.71 5D 4C King Divers & Tenders Manifold Operator $64.71 5D 4C Kin Divers-Et g _ _ Manifold Operator Mixed Gas $69.71 5D 4C King Divers & Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 SA 4C King 2[eddpe Workers Assistant Engineer $56.44 5D 3F King (7redmmV rl<€tJim> Assistant Mate (Deckhand) $56.00 5D 3F King Drr:d-Po Woi k e r s Boatmen $56.44 5D 3F King Dredgq Engineer Welder $57.51 5D 3F King r)rt^c1P,e Workers Leverman, Hydraulic $58.67 5D 3F King Dredne Workers IMates 1 $56.44 5D 3F King GredeWVorlters Oiler $56.00 5D 3F httns://fortress.wa.aov/Ini/waaelookun/nrvWaaelnnkun-asnx 9/1 R/?ni s Page 2 of 15 King Gryyvra(t Ar ahcator Journey Level $58.48 5D 1- King G3_UEL4l Tames Journey Level $59.32 5P 1E King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers King Electricians - Inside Cable Splicer $77.51 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.84 7C 4E King Electricians - Inside Certified Welder $74.90 7C 4E King Electricians - Inside Certified Welder (tunnel) $80.37 7C 4E King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $72.30 7C 4E King Electricians Inside Journey Level (tunnel) $77.51 7C 4E King Electricians Motor Shop Journey Level $45.08 5A 1B _ . King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powe_r_lin_e Certified Line Welder $69.75 5A 4D Construction King Electricians -_Powerline Groundperson $46.28 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $69.75 5A 4D Construction _ King Electricians -_Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28'' 5A 4D 8W Construction King Electricians Pow erline (Pole Sprayer $69.75 5A 4D Construction King Electricians - Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $48.06 7E 1E King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Prer.asl Concrete All Classifications - In-Factory Work $17.72 5B 1R Products _ Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Flma rs. Journey Level $41.45 7A 31 King Glaziers Journey Level $63.06 7L 1y King Heat: It Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Flcatinig.Uccluirment,_M(xhanics, Journey Level $82.51 7F 1E King Hod Carriers Ft Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $11.50 1 - -- - ._..._............... .... - King Intand Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56.48 5B 1K King, Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King his;;t�ection/Cl aping/Seallno Of Cleaner Operator, Foamer Operator $31.49 1 Sewer It Walca'm_Systcnls.By_Rer-ote Control httDs://fortress.wa.ciov/Ini/waaelookuD/DrvWaaelookUD.aSDX 9/18/2018 Page 3 of 15 King Nns t I' II Grout Truck Operator $11.50 1 RZ�2iqin Sew EJ Control King lns r.,LL-tno n1 LQ-c?a n 1,1.,/s e a t 111 Head Operator $24.91 1 Sowor Ft Water SysLems By i(,jncte. Control King Of Technician $19.33 S.ewe�A ate S fLns - -..-A water.... Control King !qslLectLon [��jnin�./.L'.ahng Ty Truck Operator_LL --.L-5 Of $20.45 SewLer ft,��atLr Sys tie ems By. female, '�-ontrot _ -- - King Insutation-Ap Journey Level 5D 4C jjUcators $60.04 King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 ............... King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A-. 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 311 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.901 7A 31 King- Laborers Change House Or Dry Shack $48.90 ZA 31 -- King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King L�±2E�Es Clean-up Laborer $48.90 7A 31 King- Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger - $48.90 7A 31 King Laborers Diver $50.42 7A 31 . ...................... King Laborers Drill Operator (hydraulic,diamond) $49.81 7A 31 King Laborers Dry Stack Watts $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Fatter Et Bucker Chain Saw $49.81. 7A 31 King Laborers Fine Graders $48.90� 7A 31 King Laborers Firewatch $41.45 KA �3! �: httDS://fortress.wa.ciov/1ni/wanelookur)/nrvWacipinokiin-aqn)( 9/1 q/?ni R Page 4 of 15 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Labowrers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King, Laborers Groutmen (pressure)including Post $49.81 7A 31 Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King, Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 1 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers, Nozzleman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.811 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 3.1 King Laborers Powderman's Helper $48.90 ZA 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers mm Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer 1 $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 httos://fortress.wa.aov/Ini/waaelookuD/DrvWacelookuo.asox 9/18/2018 Page 5 of 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) - King_ Laborers Toolroom Person (at Jobsite) $48.90 7A 31 - King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 BR King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60, 7A 31 88 Worker 0-30 psi King laborers Tunnel Work-Compressed Air $112.63 7A 31 8S Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 8� Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 Worker 54.01-60.00 psi g p $124.13 7A 31 Kin Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 83u4 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 83u4 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 S Worker 72.01-74.00 psi Kane, Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8� Tender - King Laborers Tunnel Work-Miner $50.52 7A 31 8� King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King, Laborers Well Point Laborer $49.81 7A 31 King I Laborers Window Washer/cleaner $37.67 7A 31 King 1 Laborers l,Jnd rq ound.-S.evvLr.- General Laborer Et Topman $48.90 7A 31 Water King Laborers - Underground Sewer 0 Pipe Layer $49.81 7A 31 Water - g � $37.67- 7A 31 Kin Laordscaoe CoCon�tru�tion Landsca e Laborer King Landscape Constructigri Landscape Operator $59.49 7A 3C 8P King Lathers Journey Level $58.48 5D 1H King Marble Setters Journey Level $57.32 5A 1M King Metal-Fabrication (In Shop) Fitter $15.86 1 King Metal i rabr rc�ation (In airtap,) Laborer $11.50 1 m,mm King Metal Fabs icatio_n_jIn Sh Machine Operator $13.04 1 King Metal Fabric anon (In Shop) Painter $11.50 1 King Metal A abo uR atv"on (1n Sho1 Welder $15.48 1 httos://fortress.wa.aov/lni/wanelc)okHD/DrvWaaelnnktin_asnx A/1 R/gm R Page 6 of 15 King Millwrlg@i_t Journey Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Builcla_ngs Electrician $11.56 1 King Modular_Buildinas Equipment Maintenance $11.56 1 King Madiular Builtlogs Plumber $11.56 1 __ _ _ King Modular Build1M'S Production Worker $11.50 1 King Modular,Buildings Tool Maintenance $11.561 1 King Modular Buildings Utility Person $11.56 1 King Mcyc3ula,_Btaik_ciriryns Welder $11.56 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender $54.99 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI King Pile Driver_ Hyperbaric Worker - Compressed Air $79.87 5D 4C Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $88.87 5D 4C Worker 54.01 - 60.00 PSI King Pile,_D,i„fiver Hyperbaric Worker - Compressed Air $91.37 SD 4C Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI King _Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C Worker 68,01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Plasterers Journey Level $56.54 74 1R King P[,,iy±grouiid_i_t @ark_[quiprrperlt, Journey Level $11.50 1 Installers King Plumbers Ft PirlefRIA-rs Journey Level $83.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power EeltiipavienP: Oi2ervatox's Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C BP_ King Power Equipment Operators Batch Plant Operator, Concrete $59.96 7A 3C 8P King Power Equipment Operators Bobcat $56.90 7A 3C 8P King Powet Frrp!rnent Opeomal'.rars, Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Ecguiprient 0 1 ators Brooms $56.90 7A 3C 8P King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P King Power Eouiramt^nt OnK^rakars Cableways $60.49 7A 3C 8P King Power Eguiprent O erat is Chipper $59.96 7A 3C 8P King Power Equipment Operators Compressor $56.90 7A 3C 8P King Power E.quipinegat Op!orators Concrete Pump: Truck Mount With $60.49 7A 3C 8P Boom Attachment Over 42 M King Power Equip Dent Qprr�k,nrs Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Mower Eguipl'rlerrt_operattor Concrete Pump - Mounted Or Trailer $59.49 7A 3C 8P High Pressure Line Pump, Pump High Pressure. httDs://fortress.wa.aov/Ini/waaelookUD/DrvWaaelookUD.aSDX 9/18/2018 Page 7Of 15 King Plmt�Lf Concrete Pump: Truck Mount With $59.96 7A 3C 8P King Power EgIft.1prIentOp-rators Cranes Friction: 200 tons and over $62.33 7A C 8P King f�2 furOnt 0 torj Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P With Attachments King ��L)WqLf�Lk oge'rator, Cranes; 100 Tons Through 199 Tons, $61.10 7A 3C 8P Or 150' Of Boom (Including Jib With King of boom including jib with attachments King ?9wer EgUipmen tOpe ra tot's Cranes: 300 tons and over or 300' of $62.33 7A 3C 8P boom including jib with attachments King Cranes: 45 Tons Through 99 Tons, $60.49 7A 3C SP Under 150' Of Boom (including Jib With Attachments) King Power Eaujoment.ODerators Cranes: A-frame - 10 Tons And $56.90 7A 3C Under King Cranes: Friction cranes through 199 $61.72 7A 3C 8P tons King Kg1kil 0�-,)eratmrs Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power-Equip—Me Deck Engineer/deck Winches $59.96 7A 3C 8P King QpL atoi s Derricks, On Building Work $60.49 7A 3C 8P King Power Equismient OlLer�iL2,rs Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Crane Mount King Power-E.gurp ri �rators Elevator And Man-lift: Permanent $56.90 7A 3C 8P And Shaft Type King Power r-guipurtemOperators Finishing Machine, Bidwell And $59.96 7A 3C 8P Gamaco Et Similar Equipment King [,�!��-y xjtuioment, Operatws Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Attachments King .1"Clum Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Attachments King _0L)eraLQrs Grade Engineer: Using Blue Prints, $59.96 7A 3C 8P Cut Sheets, Etc I �n­IL�nLQ.11e.[Atots Guardrail Punch $59.96 King PQW(� rl.Cld pTK5L1t_QPS9_1:i_1t2_�s Hard Tail End Dump Articulating $60.49 7A 3C 8P Off- Road Equipment 45 Yards. Et Over King O�eFators Hard Tail End Dump Articulating $59.96 7A 3C 8P Off-road Equipment Under 45 Yards Operator ITons IAnd Under httO-q://fO|tn8SlVVaUovAni/m/aoelonk/m/orvVVnoe|nok|maynx 4/1A/7O1R Page 8 of 15 King Pow do Lpinat rs (Loader, Overhead 8 Yards. Et Over $61.10 7A 3C 8P King Power Equipment Operators. Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Including 8 Yards King �oyLei�Fc qlp ieLn Olaeratoty Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P King I'eavm o Fquflr Nrrlr t O acrato Ls Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Er)ta)mmaL nerit Okra or°s Locomotives, AU $59.961 7A 3C 8P King Power Eetuar ie nt Chat+rrs Material Transfer Device $59.96 7A 3C BP King Powere�Ccg r�rut gper zrrors Mechanics, AU (leadmen - $0.50 Per $61.10 7A 3C 8P Hour Over Mechanic) King Powror Fcuipmetrrt Oporators Motor Patrol Graders $60.49 7A 3C 8P King Power EgartrarrA r t C_lraer'atq Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equi?rren Oil Distributors, Blower Distribution $56.90 7A 3C 8P Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Power°Equigi)terrtm°0j7ma1r ars Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Tons Through 44 Tons King Power EcLufprnent Operators Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P And Over King Power-Eciui)7ment Oper'atoi Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $56.90 7A 3C 8P King Power Equipment. Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) King Pow(zr Fquil)me )t 04)erYatr,)r_s, Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equiprnre t 0ue^rat rs Posthole Digger, Mechanical $56.90 7A 3C 8P King f�c7�nrc-,c' Ecicj)psrent' Qpet°attw, Power Plant $56.90 7A 3C BP King Powea Fqu yia,ieott Ope' t[ar`5, Pumps - Water $56.90 7A 3C BP King Power quipnj!l erators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Power -q )Lllnu-t-opffatorc Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Feet In Height Based To Boom King Power Eepurp)rrent 0I)C'V°atorS Remote Control Operator On Rubber $60.49 7A 3C 8P Tired Earth Moving Equipment King avower Fqui)mrraC t0 erator„s. Rigger And Bellman $56.90 7A 3C BP King Power Equipn1CMt Operators, Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King. Power Equipment_Operators_ Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Fguipn5ent Operator'af Roller, Plant Mix Or Multi-lift $59.49 7A 3C BP Materials King Power F.c uioiner t Or eratars Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipmen.t_Operators Saws - Concrete $59,49 7A 3C 8P King Power Eguiun-rf nt operators Scraper, Self Propelled Under 45 $59.96 7A 3C 8P Yards King were_Ecltaigarrgcrrt_CJraeratrirs Scrapers - Concrete Et Carry All $59.49 7A 3C 8P King I>uwei Egrai Merit Op i,tors Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P And Over King Power Equipment Operators Service Engineers - Equipment $59.491 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.901 7A 3C I 8P King Powor Eclu qq n9 Ope�ralr�q's Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. httDs://fortress.wa.aov/Ini/wacielookUD/DrvWaaelookuD.aSDX 9/18/2018 Page q0f15 King PowerEguipment Op rators Shovel, Excavator, Backhoe: Over $60,49 ZA 3C 8P 30 Metric Tons To 50 Metric Tons King Power EQUipmcnt Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P 50 Metric Tons To 90 Metric Tons King Shovel, Excavator, Backhoes: Over $61.72 7A 3C 90 Metric Tons King LQ�yff_F.q King Rower FtluripqTpit Operators Spreader, Topsider Et Screedman $60.491 7A 3C 8P King EcLVgL EqulpmL n t Tower Bucket Elevators 7A 3C BP King Power Eaujoiroil, Oper atoi s Tower Crane Up To 175' In Height $61.10 7A 3C 8P Base To Boom King Pqwqr.E.._%Jpment Operators Tower Crane: over 175' through $61.72 7A 3C 8P 750' in height, base to boom King ?(��ftLrgulpment Orjerator5 Tower Cranes: over 250' in height $62.33 7A 3C 8P from base to boom King Operators Transporters, All Track Or Truck $60.49 7A 3C 8P Type King LLWLLEL!1LMt01-0jnLa—tor 5 Trenching Machines $5�.49 7A 3C 8P King Power Equji)rnent Oi)erators Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P And Over Tons King Power EcALOpme t OqeLi Ui Truck Mount Portable Conveyor --�59 96 ZA 3C 8P King !jQy�LL.f.cLyip nenj OpeLatr rs Wheel Tractors, Farmalt Type $56.90 7A 3C 8P King ao��-(-ILLLJ jinn�i—nt Dme I—at or" Asphalt Plant Operators $60.49 7A 3C 8P Under- --kLE2mr King 2ower EquJiDmeat_Pperators- Barrier Machine (zipper) $59.96 7A 3C 8P Utlde round Sewer Ct-Wa—tLT King Power Eguipment Operatws- Batch Plant Operator, Concrete $59.96 7A 3C 8P Underqround Sewer Ct Water Underqround Sewer Et Water 1� Equipment un Sewet Et Water k Water King �O2�ver Equipment Operators- Concrete Pump: Truck Mount With $60.49 7A 3C 8P 2�wer EL Water King e t Concrete Finish Machine -laser $56.90 7A 3C 8P Urderqround Sewer Et Water Screed httDS://6Orf[e55.VV3.00V/lOi/VV3OelOAkun/nrvVVaoeIuokuoasnx 4/iA/JO18 Page 10 of 15 King Power ECILlipment Operators- Concrete Pump - Mounted Or Trailer $59.49 7A IC 11 UndergMuild Sewcr FAMater High Pressure Line Pump, Pump High Pressure. King Rowerf-cl Concrete Pump: Truck Mount With $59.96 7A 3C 8P Underground Sewer Et Water Boom Attachment Up To 42m King Power_R Conveyors $59.49 7A 3C 8P Underwr and Sewer a Water King Power Equipment Operators- Cranes Friction: 200 tons and over $62.33 7A 3C 8P Unde[grougg 5ewer.�t Water _ King Power EQuipmen""t "Operators- Cranes: 20 Tons Through 44 Tons $59.96 7A 3C 8P 'Underground Sewer Et Water With Attachments King Power,Kqui i ntOperators; Cranes: 100 Tons Through 199 Tons, $61.10 7A 3C 8P Underground w Ft Seer Water Or 150' Of Boom (Including Jib With ................................. Attachments) King Power Eg2iLMtULO j)eis LiLor s- Cranes: 200 tons- 299 tons, or 250' $61.72 7A 3C 8P Underground Sewer Et Water of boom including jib with attachments King Power E luip Cranes: 300 tons and over or 300' of $62.33 7A 3C 8P Underground Sewer F± Water boom including jib with ............................................... attachments King Power Equipment Operators-s- Cranes: 45 Tons Through 99 Tons, $60.49 7A 3c 8P UnderprOUnd Sewer B Water Under 150' Of Boom (including Jib With Attachments) King Power EqUi prone)t Operators,- Cranes: A-f rame - 10 Tons And $56.90 7A 3C 8P Underground Sewer a Water" Under I King Prawgr t rlutisoirvv t Opei,atarsm Cranes: Friction cranes through 199 $61.72 7A 3C 8P Underground Sewer Fk Water tons King Power_Dquip ,g utors� Cranes: Through 19 Tons With $59.49 7A 3C 8P ln� t_QpqC� — — U ride rgrauod Sewer.4,.VYqter Attachments A-frame Over 10 Tons King EqL6L.i�Eui niqitOptratois- Crusher $59.96 7A 3C 8P UnderFrOUnd Sewer Et Wager King LlowerEqu.ip eitOperato[s- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer ft Water (power) King Power Rim ment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water King Powel I (LU1Lq1LenLpe�atofs_ 0 Dozers D-9 Et Under $59.49 7A LC 8P J - — _ Underground Sewer Et Water King Power EqunlLrne�nt 0 Drill Oilers: Auger Type, Truck Or $59.49 7A 3C 8P Underground Sewerft Water Crane Mount King Power Eguil)rrent Operators- Drilling Machine $61.10 7A 3C 8P Under=d Sewer ft,Wirier King Power Equipment Operators- Elevator And Man-lift: Permanent $56.90 7A 3C 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $59.96 7A 3C 8P Underground Sewer EL Water Gamaco Et Similar Equipment King Power Equimnent QL)g�ritors- Forklift: 3000 Lbs And Over With $59.49 7A 3C 8P Underground Sewer ft Water Attachments King Forklifts: Under 3000 Lbs. With $56.90 7A 3C 8P Undervyroi.Lndt newer [I Water Attachments King Pow�_Ir_L(Tt 111 Q Grade Engineer: Using Blue Prints, $59.96 7A 3C 8P Undergrq jnd Sewer It Water Cut Sheets, Etc King Gradechecker/stakeman $56.90 7A 3C 8P !1�nd-ro,Ear LndL Sewer Ft Water King Power,Equpinrle it i a Loms Guardrail Punch $59.96 7A 3C 8P m_Qpqr__ — Underground Sewer Et Water King Power Equry rn n .0 'rators- $60,49 7A 3C 8P UndergLo_IrLd_S->wer Water_ I httDs://fortress.wa.ciov/1ni/wacielookur)/r)rvWacielookuD.asDx 9/18/2018 Page 11 of 15 Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King r v t-+ Et L'jP-u (Lt Osreratof s- Hard Tait End Dump Articulating $59.96 7A 3C 8P Und_ergrounci;ewer Et Water Off-road Equipment Under 45 Yards u King Perwer Eg0prrlej')t OL�eiators- Horizontal/directional Drill Locator $59.49 7A 3C 8P UndergrouncP Sewer h:Water King Power F'ctai(rrrertC Operators- Horizontal/directional Drill $59.96 7A 3C 8P Jndc.,rqround Sewc,,r tt Water Operator King Power EgUioment Operators- Hydralifts/boom Trucks Over 10 $59.49 7A 3C 8P t9rre{ere;rnrntd .newer Et Water Tons King Fewer .ptollnIent Orteratort- Hydralifts/boom Trucks, 10 Tons $56.90 7A 3C 8P Uncl� jjr round Sower S. Water And Under King FoWer EcLuji)rnent Operartwsn Loader, Overhead 8 Yards. Et Over $61.10 7A 3C SP Underground Sewer & Water King Power Cerurpfft Opfraxar5- Loader, Overhead, 6 Yards. But Not $60.49 7A 3C 8P Underground Sewer Et Water Including 8 Yards King Power I. 1urit pent Uaerators- Loaders, Overhead Under 6 Yards $59.96 7A 3C 8P Undeground Sewer Ei Water - - - King Power_AL-1r1rrrtermt Ot ce ators• Loaders, Plant Feed $59.96 7A 3C 8P Underc),round Sewer Et Water King Power Equipment Opq rape)!-smm Loaders: Elevating Type Belt $59.49 7A 3C 8P Undornjound Sewer 5. Water - - - King 6?owcmm gE t1alateni Oper°atersu Locomotives, All $59.96 7A 3C 8P Underground Sewer R Water- - King Rower" E2Lpmos'tt.Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Ct Water King Poweo Ecpu jameirt t7zrterase Mechanics, All (leadmen - $0.50 Per $61.10 7A 3C 8P Undergro nd.Sewer Et.Water Hour Over Mechanic) 11 - King Power Ecumment. Oneral:ors- Motor Patrol Graders $60.49 7A 3C SP Under,vround Sewer ft Water King Power Eor.ripn7rnt C7csprtt rmsr, Mucking Machine, Mole, Tunnel $60.49 7A 3C 8P Under",round Se?M er' Ft Water Drill, Boring, Road Header And/or Shield King Po wer Eergiprnr nt Operators..-- Oil Distributors, Blower Distribution $56.90 7A 3C SP Under round Sewer Ei Water Et Mulch Seeding Operator 8P King Power Equipment OperaFgrs_, Outside Hoists (elevators And $59.49 7A 3C Underpt'r and 5ewef' & Water Manlifts), Air Tuggers,strato King Power.-Fquiornent.Operators- Overhead, Bridge Type Crane: 20 $59.96 7A 3C 8P Unde[Uncier r� qQg Sewer ..& Water Tons Through 44 Tons King Power Eoujyrnent Operators- Overhead, Bridge Type: 100 Tons $61.10 7A 3C 8P Underground Sewer Eu Water And Over - King Power Eauiament Operators- Overhead, Bridge Type: 45 Tons $60.49 7A 3C 8P Under°,round Sewer' Et Waster Through 99 Tons King Tower Eclui'prment Operators- Pavement Breaker $56.90 7A 3C 8P Unclewro,ound Sewer,Et Water. - Kin; Powc--d Cr3ttifai emit9P.orators- Pile Driver (other Than Crane $59,96 7A 3C 8P Underground Sewer ft Water Mount) - King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer Et Water King Payer Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer It Water King Power EctEaopmcnt Operators- Power Plant $56.90 7A 3C 8P UrK r round Sewer Et Water - King Power 4-graipamr�{. it OEaeKdtrs- Pumps - Water $56.90 7A 3C 8P Underground Sewer & Wwatei httos://fortress.wa.00v/lni/wanelookiin/nrvWanpinnkiin_asnx A/1 R/gf11 R Page 12 of 15 King PovLer Egu0merjt ()perators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer King Power Ecloi nnem0perators- Quick Tower - No Cab, Under 100 $56.90 7A 3C 8P Undergri%unjc SS�wecE Et Water Feet In Height Based To Boom I King Power Equipment Operators• Remote Control Operator On Rubber $60.49 7A 3C 8P LLirlo—rlllirc;i-o..u-.r-i-d--Se—w(,—r-EL Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underg,,roupd Sewei Et Water King Power,-Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P UndergLauad_SeNyer_k Water (Certified) King �Wls- Rollagon $60.49 7A 3C 8P Underground.. Sewer E Water ................. .......................King jPm��iE%�rn Oiotitors- Roller Other Than Plant Mix $56.90 7A 3C 8P 2�� — — - Underground Sewer F1 WauLi King Rower Equipment Op . Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P erators� Urdergrqy-nd Sewer 4 Water Materials King (L%y r�Fcyuipr?nt Oacratr3rs- Roto-mill, Roto-grinder $59.96 7A X 8P King Power EQUiPM2.11t Op_cyabqr­ Saws - Concrete $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $59.96 7A 3C 8P _-Underground Sewor & Water— Yards KingPower E-q!un"Ient Oporat ol s- Scrapers - Concrete F± Carry All $59.49 7A 3C 8P Underground Sewer It Water King Eowcri_ Eggipalgr Leo aLors-_ Scrapers, Self-propelled: 45 Yards $60.49 7A 3C 8P Underground Sewer ft Water And Over King Eov ei EECnpinent OL)tLaLoi F_ Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer ft Water King Power E(Kirpment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Underpround.5ewei Ci Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A X 8P t Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $60.49 7A X 8P Underground Sewer ft Water 30 Metric Tons To 50 Metric Tons King Power Frjuipmont Opr,ralors- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer & `Water- Tractors: 15 To 30 Metric Tons King Shovel, Excavator, Backhoes: Over $61.10 7A 3C 8P UndenIgLound Sewer It Water 50 Metric Tons To 90 Metric Tons King Pqwc:' EStqml_n c Llt_�!Ile La Lons_-� Shovel, Excavator, Backhoes: Over $61.72 7A 3C SP Under ro.jnd Sewerft Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $60.49 7A 3C 8P ............................ ........................... Under ,round Sower & Water King Power E2rifLineni O)eiatois- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer Et Water King Power CcLp went 0 erators- Tower Bucket Elevators $59.49 7A 3C BID j) Under�griound Sewer a Water King Lo—wei IaL ut�111!LIr tk�P ff a Tower Crane Up To 175' In Height $61.10 7A 3C 8P Underground Sewer Ct_Watei- Base To Boom King powqLr Agrimlen t Cj» tqg_ Tower Crane: over 175' through $61.72 7A X 8P UnderirµLoLun(tljewgr ft Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $62.33 7A X 8P ,L Undei�gEoLtncLje Sewer a Water from base to boom w I King I! Transporters, All Track Or Truck $60.49 7A 3C 8P Underground Sewer B, Water Type httDs://fortress.wa.ciov/1ni/waaelookuD/i)rvWaQelookUD.asDx 9/18/2018 Page 13 of 15 King Pq_wer FgL0jLr2ent OpLraators_. Trenching Machines $59.49 7A 3C 8P Undgcm uu id SewerFt Water - - - King Power LquJarnerat Oirerattars^. _Truck Crane Oiler/driver - 100 Tons $59.96 7A 3C 8P Undein�ot�nrad Sewer It Muter And Over -.. King Power Eguipreient_Operators- Truck Crane Oiler/driver Under 100 $59.49 7A 3C 8P - Underrrround Sewer f Water Tons King Rawer FgnaiLrg eott Oraerarl¢ars- Truck Mount Portable Conveyor $59.96 7A 3C 8P Urrderarotrnd Srar�t=r Fx Wrtier King P wcP Cca tipttt? snk Orerator° - Welder $60.49 7A 3C 8P l)rytV("'UL2gnr�l Sewer a walep. - King Powae r Lgi naent Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P� Underground Sewer Et Water g ._.._ 1L L__'__:.__w_._.____ Y $59.96 7A 3C "- 8P Kin Power E"crrianoa.nt �ue�ators- Yo Yo Pa Dozer UJ'd(.NUrQV9d Sewer fi Water King Power Line Clearance Tree Journey Level In Charge $49.96 SA 4A Trimmers King Pwder Line Clearance _Tree Spray Person $47.37 5A 4A Trimmers King Power Line-_Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers - King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers .......... g ,diLi „n, Journey Level $79.51 6Z 1G Kin Re.fa"7�ryi'af€ore Fr; Air Cnnrlittonrrav, Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residentiai C;aimgnters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.071 7A 1M King Re idca7ttal t) wall ApralicatgL� Journey Level $45.05 5D 4C King Residential D"rrY ywall Tgpers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $37.26 0 1 King Residential Glaziers Journey Level $42.05 71- 1H King ResicleoCi'_at..InsulatirsciJaalrcatcars Journey Level $60.04 5D 4C King Residential Laborers Journey Level $36.68 7A 1H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Cx Pipefitters Journey Level $51.37 5A 1G King Reid nti;rl Refitaerzttontt Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R King Rgsir9eirtial Se ft f Ir LL�yer Journey Level $49.43 5A 3J King Ndesirlenttal-Srorinitler Fitters {Fire Journey Level $46.58 SC 2R - Prot--ectiornj. _..........-- ------------ King Residential Stone Masons, Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E King w�iaNluitdtnarxft slvla Re1lalr New Construction Boilermaker $36.36 7V 1 g pildinn a Ship Repair New Construction Carpenter $36.36 7V 1 Kin Shibu httos://fortress.wa.aov/Ini/waaelookun/nrvWaaelnnkun.asnx A/1 R/?(11 R Page 14 of 15 King Shipfaaaaldin ,Et $hp Rppra)r New Construction Crane Operator $36.36 7V 1 King Shrphurldnrw E.Shap Rpnpir New Construction Electrician $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Heat Ft Frost $73.58 5J 4H Insulator King Shi buiLdrng.Et Ship Repair New Construction Laborer $36 36I 7V 1 King ShiplauildirtpEz ShiC1_ 2i` New Construction Machinist $36.36 7V 1 King Sht,pbuilding_E4 Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbtnldinri. Ea Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding It Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Ship Repair New Construction Rigger $36.36 7V 1 King ShiL)b wildinr,6. ShilLRep<iir New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding £t Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 King Si1.if.8buildinr £i,_S_hip Bdeptafi" Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Ei Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King 5hil br tdin_u 51a fE'r it Ship Repair Electrician $44.95 7X 4J King LhijpbuRding AS fiip Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipg tding_ft, Ship Rtj2air Ship Repair Laborer $44.95 7X 4,1 King Sha 5hu tdint;_F SC3ip R air Ship Repair Machinist $44.95 7X 4J King Sjj!pbujlding Et Ship Re pair Ship Repair Operating Engineer $44.06 7Y 4K King Sl lauilding & ShitiitpLa rir Ship Repair Painter $44.95 7X 4,1 King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et' SI'up I e av Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding la Ship Repair Ship Repair Shipwright $44.95 7X 4J King �5p71L-bUA ]in _& SRnf (r aip Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers it Installeis Qectricatl Journey Level $49.70 0 1 King �jgb7 Nkakcj"s fi Installers_illprr Journey Level $31.52 0 1 Elec.a:p ical) ____ King Soft Fluor Liye:r_s Journey Level $49.43 5A 3.1 King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $77.39 5C 1X King Star e�R g Mechanics (Ngn, Journey Level $13.23 1 Structural);. King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lgti Sweeper Journey Level $19.09 1 Workers King Sug Veyor5 Assistant Construction Site Surveyor $59.49 ZA 3C 8P King 5.Vi pil Chainman $58.93 7A 3C 8P King Surveyoas Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Technicians Journey Level $48.06 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A _ 2B Outside_._..._ _.._ .. King Telephone Line CWSO uCtiran Hole Digger/Ground Person $23.12 5A 2B Outside King To"lepiPyone [iiae_Const�ruchtta( Installer (Repairer) $39.53 5A 2B Outside King Special Aparatus Installer I $41.22 SA 2B httDs://fortress.wa.Qov/lni/waaelookUD/orvWaaelookUD.aSDX 9/18/2018 Page 15 of 15 Te[ephow Lq,.Lu Construction - Outside ............ .......... King RHo-f L-- Special Apparatus Installer 11 $40.41 5A 2B Outside King jej2ph� 2 5A 2B Q�jt�jng�Construction__,-a n_- Telephone Equipment Operator �41.2 Outside (Heavy) King TelODI'lonc, Line Construction Telephone Equipment Operator $38.36 5A 2B Outside (Light) King -E Telephone Lineperson Outside Line Construction_- $38.36 5A 2B Ou&de King 'le�te) Television Groundperson $21.92 5A 2B Outside King Television Lineperson/Installer Lctephoij�, Une Co%�iuction - $29.13 5A 2B ........... Outside King relay?hone IJIIe COMsLILKUOQ Television System Technician $34.68 5A 2B Outside I King Telephone lion Construction - Television Technician $31.18 5A 2B Outside King Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A im King file Setters Journey Level $52.61 5A Im King TittMarble Et Terrazzo Finishers Finisher $43.44 5A 1B King TraffjLControI StriL>ers Journey Level $45.53 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A BIL King Truck.Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers - Read LMjx Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Readv Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King W'L!LprjlLeLEk.Irnsatinu Rnonp Irrigation Pump Installer $17.71 1 Installers King Oiler $12.97 1 Installers King Welt Drfllers Et Irrigation Pump Well Driller $18.00 Installers httDS://fortress.wa.nov/lni/wacielookiin/nrvWace.lookiin-a,,ny 9/1 q/gnl R Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 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. 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 atone 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(I'I)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 8/31/2018 thru 3/2/2019 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 alley twelve(12)hours,Mondaythrough 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-lralf 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 torte 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 tines 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 execs" 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 arc 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 8/31/2018 thru 3/2/2019 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. 6. 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. 0. 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 8/31/2018 thru 3/2/2019 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 horns of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid r at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event thejob is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,) then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate ofwage.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(I-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 maybe 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 8/31/2018 thru 3/2/2019 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 fimction 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 wages 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 thin 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(P/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. I, The First eight(8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J, The fist eight(8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12)in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key— Effective 8/31/2018 thru 3/2/2019 4, L, The first twelve (12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All horns worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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, and all work performed between the hours of midnight(12:00 AM)and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4) 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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. Placeholder Roliday Codes 5, A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents'Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day (8). Holiday Codes Continued 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). it. Holidays: New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 6 Benefit Code Key— Effective 8/31/2018 thru 3/2/2019 5, 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J, Holidays: New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, 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 Holiday(10). 1. Paid Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day(7). 7 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday (,'odes 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 r 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 oil 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 oil 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. 11oiiday Codes Continued 1. Holidays: New Year's Day, President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be 8 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 observed as a holiday on the preceding Friday, 7, J, Holidays: New Year's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on it 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 Samrday 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 (I0). 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. V, Holidays: New Year's Day, President's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day,the day before or after Christmas,and the day before or after New Year's Day, if any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 9 Benefit Code Key—Effective 8/31/2018 thru 3/2/2019 Holiday Codes Continued 7. W, Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day,the day after Christmas,the day before New Year's Day, and a Floating Holiday. i X. 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 the day before or after Christmas day. If a holiday falls on a Saturday er on a Friday that is the normal day off, then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,and Christmas Day. (8) If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President's Day, Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President's Day,Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8) D Holidays:New Year's Day,Presidents'Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. Note Codes 8. 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. 10 Benefit Code Key— Effective 8/31/2018 thru 3/2/2019 Note Codes Continued 8. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted 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, m 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.Flappers and Spotters shall be posted where shown on approved Traffic Control Plans or whore directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction sums 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 hazrnat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour.The prenvum 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. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50'to 100'-$2.00 per foot for each foot over 50 feet. Over 101'to 150'-$3.00 per foot for each foot over 101 feet. Over 15 F to 220' -$4.00 per foot for each foot over 220 feet. Over 221' -$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. W, Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. 11 im � � of a � m Ww � �^ n * i m ^ � IM1 G Y � �R Y iro F Iw �° m 4 I: a 01 II Y � ;N' �'' ' o. n � A w .� d � IJ � m "� un ���� W � � ��� �... � �Iw � ..� � �� M �... 91q � � � .� �� III � 'I �i 1 � e I „ � s� �' %�IMN �, dh � dl�NIWq i ,, �: u n� is i �, x i M NM A WM �I IW f i a may M1N i � w w n i m ��.. ;4,WW A4 a �...,� .� � ��� �� �r� �... ��� , � � ry � �� �' � .� i ����..,,� ' ,. u � as � I� i an °e on, mu � �n �, uw �^ "� ® �, � � � , n �m m � ::: � m ,m �� :. � : um ,� f IW N'i � Wf.�NA i"� ^� iw au w� IIN I�:iw '� uP^� � 'W' ® u a n 1 � N MW'M OMP" l; fPl M, y l u- . X ..p U i�lb, � 10 uo �w � ,� W au I I � w M dV�. II � V� 'w III �i� � N /:.. � .._�, � ..rr' T Agenda Item: Bids - 10A wos HIucroN I I TOp City Council DATE: November 6, 2018 SUBJECT: 2018 Guardrail Repair Project - Award MOTION: Award the 2018 Guardrail Repairs Project to Dirt and Aggregate Interchange, Inc. in the amount of$134,780 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project consists of removing damaged guardrail and installing new guardrail in various locations around the city. The bid opening for the 2018 Guardrail Repairs Project was held on October 9, 2018 with two bids received, all were responsive. The lowest responsible and responsive bid was submitted by Dirt and Aggregate Interchange, Inc. in the amount of $134,780.00. Did-Tab Summary 01. Dirt and Aggregate Interchange, Inc. $134,780.00 02. Petersen Brothers Inc. $221,725.95 Engineer's Estimate $155,950.00 EXHIBITS: 2018 Guardrail Repairs bid tabulation RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project will be paid for using budgeted Business and Occupation Tax funds, Whenever possible, drivers causing guardrail damaged are charged for repairs. STRATEGIC PLAN GOAL(S): 1AtLVi0a City - Creating safe neighborhoods, healthy people, vibrant commercral districts, and inviting parks and recreation,