Loading...
HomeMy WebLinkAboutCAG2019-204 - Original - C.A. Carey Corporation - S. 212th St Bridge Deck Resurface - 04/15/2019 KE T Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract manager prior to submission 4v to the City Clerk's Office. All portions are to be completed. , t."CM41 have questions, please contact the City Clerk's Office at 253-856-5725. Vendor Name: C. A. Carey Corporation Vendor Number (JDE): Contract Number (City Clerk): (-116 1 C1 — 20H Category: -Contract Agreement Sub-Category (if applicable): None Project Name: South 212th Street Bridge Deck Resurface Mayor's signaturE L4 11�It C1 30 working day: Contract Execution Date: Termination Date: Contract Manager: Carla Maloney Department: PW: Engineering Contract Amount: $597,680 Budgeted: W1 Grant? Part of NEW Budget: Local: State: F� Federal: F� Related to a New Position: Basis for Selection of Contractor? Bid Approval Authority: 1:1 Director F-1 Mayor F7 City Council Other Details: Overlay the existing 212th St bridge deck surface with polyester concrete to cover exposed reinforcing steel. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR South 212th Street Bridge Deck Resurface Project Number: 18-3004 BIDS ACCEPTED UNTIL BID OPENING March 19, 2019 March 19, 2019 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 \IN7 • KENT W A S H I N G T 0 N I NDEX 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 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 Manufacturer's Details Section 8 Traffic Control Plans Section 9 Prevailing Wage Rates CITY OF SCENT KING COUNTY, WASHINGTON KENT SPECIAL. PROVISIONS FOR South 212th Street BridgeDeck Resurface Project Number: -30 4 AIDS ACCEPTED UNTIL A E!E.NZ L149 March /(19, 201 Marche 19, 201 10:45 A.M. 1 1: 0 A.M. DELIVER TO CITY OF KENT, CITY HAIL. 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY I LAPORTE, P.E. ` PUBLIC WORKS DIRECTOR KENT 38 W A S H I N G'f(} N 191 2/25/2019� � WIRES Devision 6 Only BIDDER'S NAME C.A. Carey Corp. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR South 212th Street Bridge Deck Resurface Project Number: 18-3004 BIDS ACCEPTED UNTIL BID OPENING March 19, 2019 March 19, 2019 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 i KENT WAS H IN 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 Kent Standard Plans WSDOT Standard Plans Manufacturer's Details 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 March 19, 2019up to 10:4S 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: South 212th Street Bridge Deck Resurface Project Number: 18-3004 The project consists of scarifying and overlaying of the existing bridge deck with polyester concrete. The Engineer's estimate for this project is approximately $400,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Carla Maloney at 253-856-5523. 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. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bi opening. Dated this 4th day of March, 2019. BY: 4wo, q - Kimberley A. K oto, City ClerLy Published in Daily Journal of Commerce on March 5 and 12, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 3/19/19 This statement relates to a proposed contract with the City of Kent named South 212th Street Bridge Deck Resurface Project Number: 18-3004 I am the undersigned bidder or prospective contractor. I represent that - 1. I 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. C.A.Carey Corp. NAME OF BIDDER BY: 4JGeneral Mana er S NAT E/TITLE PO Box 1006 537 NW Locust St . Issaquah, WA 98027 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2121h St. Bridge Deck Resurface/Maloney 1 March 4, 2019 Project Number: 18-3004 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, agree to fulfill the five requirements referenced above. By: A , I For: A Carey Corp Title: General Manager Date: 3/19/19 2121h St. Bridge Deck Resurface/Maloney 2 March 4, 2019 Project Number: 18-3004 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. 2121h St. Bridge Deck Resurface/Maloney 3 March 4, 2019 Project Number: 18-3004 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 C A Carey Corp Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as South 212th Street Bridge Deck Resurface/Project Number: 18-3004 that was entered into on the (Date) 2/19/19 , 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: _ A, � L I For: A Carey Corp Title: General Manager Date: 3/19/19 2121h St. Bridge Deck Resurface/Maloney 4 March 4, 2019 Project Number: 18-3004 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that C.A. Carey Corp. 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 South 212th Street Bridge Deck Resurface/Project Number: 18-3004 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. 2121h St. Bridge Deck Resurface/Maloney 5 March 4, 2019 Project Number: 18-3004 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ �q,"- '$ dt>,t, 0-c> WSDOT LUMP SUM Per LS 1035 2-02.5 90 Remove Cement Concrete $ 17.00 $ 1 ,530.00 KSP LN FT Traffic Curb Per LF 1110 6-09.5 1,015 Scarifying Concrete Surface $ (p0. 00 $ LP01 q00 0-6 KSP SQ YDS Per SY 1115 6-09.5 500 Further Deck Preparation for $ 120.00 $ 60,000.00 KSP SQ FT Type 2 Deck Repair Per SF 1125 5-04.5 25 Cold Plant Mix for Temporary $ 420.00 $10,500.00 KSP TONS Pavement Patch Per TON 1130 6-09.5 1 Polyester Concrete Overlay $-j20)000.OD$ 1�qojWD .00 KSP LUMP SUM Per LS Schedule I Total $ OD 2121h St. Bridge Deck Resurface/Maloney 6 March 4, 2019 Project Number: 18-3004 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 80 Traffic Control Labor $ 75.00 $ 6,000.00 KSP HOURS Per HR 5015 1-10.5 20 Traffic Control Supervisor $ 85.00 $ 1 ,700.00 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 241SUa,6Z$ 2t0,( tZ cb KSP LUMP SUM Devices Per LS 5025 1-10.5 60 Uniformed Off-Duty Police $ 150.00 $ 9,000.00 KSP HOURS Officer Per HR 5030 1-10.5 30 Portable Changeable Message $ 160.00 $ 4,800.00 KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 5 Sequential Arrow Sign (SAS) $ 500.00 $ 2,500.00 KSP DAYS Per DAY 5080 8-23.5 600 Temporary Pavement Marking $ 2.00 $1 ,200.00 WSDOT LN FT Per LF 5100 8-22.5 400 Profiled Plastic Skip Lane Line $ 6.00 $2,400.00 KSP LN FT Per LF 5110 8-26.5 200 Modular Lane Separator Curb $ 120.00 $ 24,000.00 KSP LN FT System Per LF 5140 1-10.5 4 Type III Barricade $ 950.00 $ 3,800.00 KSP EACH Per EA 212`h St. Bridge Deck Resurface/Maloney 7 March 4, 2019 Project Number: 18-3004 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5150 8-09.5 1 Raised Pavement Marker $ 3,000.00 $ 3,000.00 WSDOT HUNDRED Type 2 Per HUNDRED Schedule V Total $ �)q , C1 vV 2121h St. Bridge Deck Resurface/Maloney 8 March 4, 2019 Project Number: 18-3004 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7030 8-01.5 10 ESC Lead $ $ KSP HOURS Per HR Schedule VII Total $ 'CID 2121h St. Bridge Deck Resurface/Maloney 9 March 4, 2019 Project Number: 18-3004 BID SUMMARY Schedule I C;q ql�0 • 6-0 Street Schedule V N Ig6p , C0 Traffic Control Schedule VII M- Temporary Erosion &Sedimentation Control TOTAL BID AMOUNT rag], U% - 2121h St. Bridge Deck Resurface/Maloney 10 March 4, 2019 Project Number: 18-3004 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: South 212th Street Bridge Deck Resurface Project Number: 18-3004 Subcontractor Name Myers & Sons Construction Item Numbers 1130 Subcontractor Name American Concrete Co Item Numbers 1110 Subcontractor Name Apply A Line LLC Item Numbers 5100, 5110,5150 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2121h St. Bridge Deck Resurface/Maloney 11 March 4, 2019 Project Number: 18-3004 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: C.A. Carey Corp. Project Name: South 212th Street Bridge Deck Resurface Project Number: 18-3004 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: NA Plumbing Subcontractor Name: NA Electrical Subcontractor Name: NA 3/19/19 Sign ture of Bidder Date 212th St. Bridge Deck Resurface/Maloney 12 March 4, 2019 Project Number: 18-3004 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 PCW 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. 212" St. Bridge Deck Resurface/Maloney 13 March 4, 2019 Project Number: 18-3004 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: C A Carey Corp NAME: Jeremiah Kerr ADDRESS: 537 NW Locust St/PO Box 1006 Issaquah WA 98027 PRINCIPAL OFFICE: C A Carey Corp ADDRESS: 537 NW Locust St Issaquah WA 98027 PHONE: 425.392_Sn16 FAX: 425.392.8295 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 212`h St. Bridge Deck Resurface/Maloney 14 March 4, 2019 Project Number: 18-3004 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 31 years 2.2 How many years has your organization been in business under its present business name? 31 years 2.2.1 Under what other or former names has your organization operated? NA 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 11/17/718 2.3.2 State of incorporation: Washington 2.3.3 President's name: Christopher Carey 2.3.4 Vice-president's name(s): NA 2.3.5 Secretary's name: Christopher Carey 2.3.6 Treasurer's name: Christopher Carey 2.4 If your organization is a partnership, answer the following: NA 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: NA 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: NA 3. LICENSING WSDOT, Class 5 Bridge Builder 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 2121h St. Bridge Deck Resurface/Maloney 15 March 4, 2019 Project Number: 18-3004 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. Carpenter, Laborer, Equipment Operator 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) NA 4.2.1 Has your organization ever failed to complete any work awarded to it? NA 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NA 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NA 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.) NA 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. Enclosed 4.4.1 State total worth of work in progress and under contract: 10M 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. Enclosed 4.5.1 State average annual amount of construction work performed during the past five years: 12M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. Enclosed 4.7 On a separate sheet, list your major equipment. Enclosed 5. REFERENCES 5.1 Trade References: Cadman, Masons Supply, Atlas Construction Specialties 5.2 Bank References: Heritage Bank, Tim Baer, 425.467.2010 5.3 Surety: Liberty Mutual, Brent Heilesen, 253.310.4016 5.3.1 Name of bonding company: Liberty Mutual 5.3.2 Name and address of agent: Brent Heilesen, 253.310.4016 212`h St. Bridge Deck Resurface/Maloney 16 PO Box 2940, Tacoma WA 9&"Qh 4, 2019 Project Number: 18-3004 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 19thday of March 2019. Name of Organization: C.A.Carey Corp. ' By: Title: Ge e ra Mana er 212`h St. Bridge Deck Resurface/Maloney 17 March 4, 2019 Project Number: 18-3004 7.2 Jeremiah Kerr , 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 19th day of March , 2019. Notary Public: My Commission Expires: 3/28/20 O�Y SN fill i O� ?OTAq� a�i i i 5 Z A �4 N�9' 328 Zp`_C9 III'''OF\W AS\N -Z- 212`h St. Bridge Deck Resurface/Maloney 18 March 4, 2019 Project Number: 18-3004 .. f •� c i a cc 00 O evo a o � o � a a*x`�`uee^'mu BUSINESS LICENSE STATIF Of Profit Corporation Unified Business ID#: 600303497 Business ID#: 001 Lonadon: DOU1 CACAREYCORPORAT|DN /� � Expires: 2018 / 537NVVL[��UGTST ' |SSAQUAH.VVA08O27'2412 UNEMPLOYMENT INSURANCE ' ACTIVE INDUSTRIAL INSURANCE'ACTIVE �. ^ TAX REGISTRATION 'ACTIVE CITY ENDORSEMENTS: |SSAQUAH GENERAL BUSINESS#BUSO3-01O13 'ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. this docionent lists the registratiow., eodorseavents, and li(enses authorized for the business lei was complete,true,and af(urate to fire best of his or lie, knoiAlrdl-r. oKl that businesl'will be " ' ^ ^ ` ` ` { `` n' eServices https://secure.dor.wa.gov/gteunauth/_/#2 Washington State Department of Revenue Services Business Lookup C.A.CAREY CORPORATION License Information: New search Back to results Entity name: C.A.CAREY CORPORATION Business name: C.A.CAREY CORPORATION Entity type: Profit Corporation UBI#: 600-303-497 Business ID: 001 Location ID: 0001 Location: Active Location address: 537 NW LOCUST ST ISSAQUAH WA 98027-2412 USA Mailing address: PO BOX 1006 ISSAQUAH WA 98027-0038 USA Excise tax and reseller permit status: Click Here Secretary of State status: Click here Endorsements Endorsements held at this location License# Count Details Status Expiration date First issuance Issaquah General Business BUS03-01013 Active Nov-30-2019 Sep-09-2006 Kirkland General Business-Non- OBL31003 Active Aug-31-2019 Sep-23-2018 Resident Governing People May include governing people not registered with Secretary of State Governing people Title CAREY,CHRISTOPHER The Business Lookup information is updated nightly.Search date and time:3/19/2019 9:30:49 AM Working together to fund Washington's future 1 of 1 3/19/2019,9:31 AM C A CAREY CORPORATION https:Hsecure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?U... STATE OF WASHINGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage March 19, 2019 WA UBI No. 600 303 497 L&I Account ID 399,764-00 Legal Business Name C A CAREY CORPORATION Doing Business As CA CAREY CORPORATION Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 4 of Year 2018 "31 to 50 (See Description Below) Workers" Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. CACARC*136MH License Expiration 11/10/2019 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51 .12.050 and 51 .16.190). 1 of 1 3/19/2019,9:29 AM March 19, 2019 Timothy LaPorte City of Kent 220 4th Ave S Kent WA 98032 RE: 212th St Bridge Deck Resurface Project Number: 18-3004 Dear Mr LaPorte: C. A. Carey Corporation, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of C. A. Carey Corporation 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). Very Truly Yours, OA 0\"- Jeremiah Kerr General Manager P. O. Box 1006, Issaquah,Washington 98027 main 425-392-8016 fax 425-392-8295 www.cacarey.com "EOE Employer" 2018 Neighborhood Street City of Seattle Fund Pedestrian Improvement PO Box 34996 Package South Package Seattle WA 98104 $1,330,511.00 New sidewalk construction and pedestrian improvements at five locations. Work includes curb, gutter, protected bike lanes, bulb-outs, curb ramps, drainage, traffic signal, channelization, landscaping, lighting, and other miscellaneous work. Greenwood Ave N Sidewalks City of Seattle Victor Cruz N 136th St to N 14th St PO Box 34996 206.898.1754 East Side Seattle WA 98104 $1,475,865.00 New Sidewalk construction and pedestrian improvements that include: pavement removal, asphalt paving, sidewalk, curb, curb ramps, and drainage, traffic signal upgrades, landscaping, channelization and other miscellaneous work. 2018 Arterial Asphalt Concrete City of Seattle Darin Stevens (AAC) South Dearborn Street PO Box 34996 206.355.2577 $1,885,086.00 Seattle WA 98104 Mill and overlay and base repair between loth Ave S & Rainier Ave S and re-striping of channelization between 6th Ave S 7 loth Ave S. Traffic control, excavation, pavement and sidewalk removal, roadway paving, sidewalks, curb ramps, channelization, signage, storm drains, traffic signals, and other miscellaneous work. North Seattle NGW & 2018 City of Seattle Allen Caballas NSF North Package PO Box 34996 206.707.5979 $2,972,453.00 Seattle WA 98104 New sidewalk construction and pedestrian improvement and neighborhood greenway improvements. Work includes curb, gutter, protected bike lanes, bulb-outs, curb ramps, drainage, traffic signal, channelization, landscaping, lighting, and other miscellaneous work. 2011 ARTERIAL ASPHALT City of Seattle Mark Sliger AND CONCRETE-RAINIER Seattle Municipal Tower 206.733.9936 WAY AVE SOUTH 700 5th Ave $2,559,126.00 PO Box 34996 Complete 12/11 Seattle WA 98124-4996 Pavement removal, pavement base repair, asphalt planning, HMA and WMA resurfacing of roadway, concrete pavement, sidewalk restoration, installation of new curb ramps, retrofitting the existing ramps with detectible warning plate, drainage improvements traffic loop detector installation. FAUNTLEROY EXPRESSWAY City of Seattle Mark Sliger SEISMIC RETROFIT Seattle Municipal Tower 206.733.9936 PHASE II 700 5th Ave $2,388,477.00 PO Box 34996 Complete 8/12 Seattle WA 98124-4996 Seismic retrofit of the existing Fauntleroy Expressway including steel column jacketing, reinforced concrete girder seat extensions and reinforced concrete footing overlays. Replacement of existing bearing pads at Abutment 1, Bents 2 through 6 and Bents 10 through 25 of Fauntleroy Expressway structure. Additive 1 Replacement of existing bearing pads at Bents 7 through 9 of Fauntleroy Expressway structure and at Ramps C, D and E. SPIRITBROOK PARK City of Redmond Dennis Brunelle RENOVATION AND PO Box 97010 425.556.2724 DRAINAGE IMPROVEMENTS Redmond WA 98073 $ 1,530,977.54 Complete 4/12 Removal of existing stormwater system piping and structures; installation of new pile-supported stormwater piping and structures; installation of a pump station vault, stormwater treatment pumps, and piping; installation of a new below grade sand filter treatment system; installation of new playground structures along with landscaping and site access improvements. 2011 SIDEWALK City of Seattle Mark Sliger DEVELOPMENT 700 Sth Ave 206.733.9936 $1,585,944.00 PO Box 34966 Complete 4/12 Seattle WA 98124-4996 Construction of new sidewalks, clearing and grubbing, curb, gutter, curb ramps, hot mix asphalt and cement concrete paving, storm drainage, utility adjustments, signing, striping and landscape plantings. S 216TH ST VIC TO I-405 WSDOT Hein Trinh I/C PO Box 47420 425.956.2100 $794,432.00 Olympia WA 98504 Complete 3/12 Improvement of I-5, South 216th Street Vic To 8-405 I/C Vic sawcutting and replacing damaged Portland cement concrete panels, excavating deficient sub grade, cement concrete pavement grinding, pavement marking, erosion control, traffic control. TRANSIT PRIORITY City of Seattle Mark Sliger CORRIDOR IMPROVEMENT 700 5th Ave 206.733.9936 PROJECT: NORTHWEST PO Box 34996 MARKET STREET/4TH Seattle WA 98124-4996 STREET $1,643,498.00 Complete 4/13 Removal existing pavement, sidewalks, landscaping and drainage structures. Construction concrete pavement, bus bulbs, bus shelter foundations, concrete sidewalk roadway drainage improvements, channelization, signage and signal system revisions, pedestrian illumination, transit signal priority (TSP) systems. 2012 NEIGHBORHOOD City of Seattle Mark Sliger STREET FUND-SOUTH 700 5th Ave 206.733.9936 ORCAS ST PACKAGE 1 PO Box 34996 $891.899.00 Seattle WA 98124-4996 Complete 4/13 New 6 foot wide sidewalk,8 foot wide planter, new curb and gutter and widen street to provide 7 foot parking land and 11 foot drive land on south side of S Orcas street between Beacon Ave S and 28th Ave S. EVERETT PERFORMING City of Everett ARTS PLAZA 2930 Wetmore Ave $1,521,156.00 Everett WA 98201 Complete 5/13 Demolition, site grading, hardscape improvements with architectural finishes, street improvements, street lighting, site lighting, artistic and contiguous and integrally colored concrete walls, plaza, seating, landscaping, irrigation and all mechanical/electrical required to construct an artistic fountain while working with owner's artist. SR 18 INTERCHANGE WB WSDOT Hien Trinh BRIDGE, BRIDGE DECK PO Box 47420 425.956.2100 REHABILITATION Olympia WA 98504 $459,418.50 Complete 6/12 Improvement of I-90, SR 18 Interchange, rehabilitating the existing I-90 WB bridge deck, reconstruction bridge expansion joints, planning, paving with HMA, roadway and structure surveying, guardrail, pavement markings, erosion control, traffic control. 2012 NEIGHBORHOOD City of Seattle Mark Sliger STREET FUND PROJECTS 700 5th Ave 206.733.9936 (PACKAGE #2) PO Box 34996 $1,948,605.00 Seattle WA 98124-4996 Complete 5/13 New sidewalk construction and pedestrian improvements at four locations citywide. Pavement removal, paving, sidewalk, curbs, curb ramp upgrades, drainage infrastructure, landscaping, channelization, and other miscellaneous work. PIONEER MEMORAIL WSDOT Moe Davari JOINT REPAIR PO Box 47420 509.222.2402 $1,141,183.00 Olympia WA 98504 Complete 12/12 Removing existing modular expansion joint systems, and designing, fabricating, furnishing and installing replacement modular expansion joint systems. 48TH ST TO M ST BRIDGE WSDOT Jeff Carpenter CONCRETE PAVEMENT PO Box 47420 REHABILITATION Olympia WA 98504 $2,233,510.00 Complete 5113 Replacing Portland cement concrete panels, Portland cement concrete pavement grinding, planning bituminous pavement, HMA replacement, signing, guardrail installation, pavement marking, traffic control. 2012 SIDEWALK City of Seattle Mark Sliger DEVELOPMENT PROGRAM 700 5th Ave 206.733.9936 $638,822.00 PO Box 34996 Complete 5/13 Seattle WA 98124-4996 Construction of new sidewalks, curbs,wheel chair ramps, clearing and grubbing, asphalt and concrete pavements, storm drainage structures, utility casting adjustments, traffic signs, an landscape plantings. SEATTLE SIGN STRUCUTRE WSDOT Jeff Lane (Valley Electric) & EXPRESS LANE PO Box 47420 425.407.0832 ELECTRICAL Everett WA 98203 (C A Carey Subcontractor $741,098.00 for Valley Electric) Complete 3/14 MUKILTEO STATIONS Sound Transit Dale Lydin SOUTH PLATFORM 401 S Jackson St 206.903.7483 $6,405,000.00 Seattle WA 98104 complete 11/16 Construction of new concrete railroad platform (south), station buildings for both the north and south platforms, and a pedestrtrian bridge connecting the two buildings, and general site work including landscaping and sidewalks. 2013 ARTERIAL ASPHALT City of Seattle Mark Sliger AND CONCRETE-NE 125TH PO Box 34996 206.733.9936 ST/SAND POINT WAY NE Seattle WA 98124 $3,034,103.00 Complete 6/14 Pavement removal and replacement, pavement base repair, WMA resurfacing of roadway, installation of storm water bio-retention structures, installation of new curb ramps, the retrofitting of existing curb ramps and detectable warning plates, sidewalk improvements, traffic lane striping, traffic detector loop installation and other miscellaneous work. 15 MILE CREEK BRIDGE King County Dave Hoffman 1384B 201 S Jackson St 206.477.3622 $1,225,247.00 Seattle WA 98104 Complete 12/13 Clearing and grubbing, installing erosion control measures, cofferdams, stream diversion pipe and dewatering system; designing, constructing and removal of temporary traffic diversion road, walls and bridge; removal of structures and obstruction; roadway excavation including haul; removal of existing bridge and wing walls, installing shoring, construction of geo-synthetic reinforced soil abutment wall, placement of streambed materials, precast bridge construction; surfacing and crushed surfacing base course, approach slab; paving with hot mix asphalt and asphalt treated base, installing beam guardrail, stream channel and site restoration. SMOKEY POINT TRANSIT Community Transit Roger Kee CENTER CONSTRUCTION 7100 Hardeson Rd 425.348.7119 PROJECT Everett WA 98203 $2,550,000.00 Complete 6/15 Demolishing existing transit and bus shelters, redeveloping a one-level transit center. Construction of concrete bus driveway, mechanical building with restroom, bus shelters with tensile fabric roofing and glass windscreens. BELLTOWN-UPTOWN City of Seattle Mark Sliger ETB IMPROVEMENTS PO Box 34996 206.733.9936 $496,710.00 Seattle WA 98104 Complete 12/14 Installing Overhead Contact System poles for Electric Trolley Bus System. Installing concrete pole foundations and eyebolts, grouting steel pole bases, removing and salvaging existing poles, removing existing foundations, installing bracket arms for streetlights, extending existing streetlight conduits and wiring, removing and salvaging existing street lights from removed poles, providing new streetlights on new poles, trimming trees conflicting with new polis or streetlights, sidewalk restoration. TOWN CENTER City of Snoqualmie Tamara Knack INFRASTRUCTURE 38624 SE River St IMPROVEMENTS PHASE 2A Snoqualmie WA 98065 $4,282,653.42 Complete 10/15 Improvements to SR 522 (Railroad Ave SE) from SE Northern St to SE River St. Improvements include installation of new water main,water services, sanitary sewer manholes and pipes, storm drainage system and illumination system, undergrounding of power, cable, and phone lines; installation of new curb, gutter, and sidewalk, curb bulbs, boardwalk, street furniture and gateway treatments; roadway paving, channelization, signing, landscaping, irrigation, preservation of legacy trees along the corridor; property restoration; and other related improvements all while keeping SR 202 open and passable to traffic. Improvements to Maple Ave SE from SE Fir St to Se Newton St include shared lane pavement markings & signage SB SE 8TH ST TO NORTHUP WSDOT Mark Sawyer WAY VIC PAVING PO Box 47420 206.491.4483 $3,787,597.50 Olympia WA 98504 Complete 9/15 Improvement of 1-405, King County & City of Bellevue MP 12.80 to MP 14.83 SB SE 8th St to Northup Way to Vic Paving. Planing bituminous pavement, paving with HMA including grade and crown repositioning, reconstruction of inside shoulder, construction of high performance median barrier from MP 13.85 to MP 14.40, illumination, signing, pavement markings and traffic control CENTRAL AREA City of Seattle/SDOT Lyn Pera NEIGHBORHOOD PO Box 34996 206.551.6694 GREENWAY PHASE Seattle WA 98104 $782,954.00 Complete 3/16 Construct a greenway along 25th Ave E, E Columbia St, 22nd Ave E, and 21st Ave E between E John St and S Jackson St. The greenway will include civil improvements such as: oe new enhanced pedestrian traffic signal, two rectangular rapid flashing beacon systems, curb extensions at one intersection, new curb ramps, new crosswalks,23 speed humps, and signage and channelization of the bicycle route. SW SEATTLE CENTER City of Seattle Stan Eng 480V TO 120V CONVERSION Seattle City Light 206.684.0841 $559,956.00 PO Box 34996 Complete 3/16 Seattle WA 98104 Project will convert 480V conductors to 120V conductors within the project location limits. The project includes utility trenching, sidewalk and roadway reconstruction, curb and gutter construction, replacement of handholes and other utility structures, traffic signal modifications, and the replacement of luminaires. 47TH AVE SW AND SW City of Seattle/SDOT Lyn Pera ADMIRAL WAY SIGNAL PO Box 34996 206.551.6694 $352,026.00 Seattle WA 98104 Complete 3/16 Remove existing flashing beacon crossing at the intersection and replace with a traffic signal. Other intersection improvements include but are not limited to new crosswalks for each approach, new curb ramps and a new curb bulb. NEIGHBORHOOD STREET City of Seattle/SDOT Mark Sliger FUND PEDESTRIAN PO Box 34996 206.753.9936 IMPROVEMENTS PROJECT Seattle WA 98104 $1,525,731.50 Complete 5/16 Projects includes pavement removal and replacement, mill and overlay, curb and sidewalk removal and replacement, sidewalk repair, curb ramps, signing, channelization, utility adjustments, roadway drainage improvements, landscaping, installation of pedestrian luminaire and rectangular rapid flashing beacon, removal of flashing beacon system and wiring, removal and installation of pedestrian push button assemblies, guardrail removal and replacement and other related work. Roadway realignment @ NW 55th place. 2015 SIDEWALKS City of Seattle/SDOT Mark Sliger DEVELOPMENT & SRTS PO Box 34996 206.753.9936 PACKAGE 1 Seattle WA 98104 $1,095,381.00 Complete 6/16 New sidewalk construction and pedestrian improvements at three locations. Pavement, removal, asphalt and concrete paving, sidewalk, curb, curb ramps, drainage water quality treatment, modular concrete wall, landscaping, channelization and other miscellaneous work. 2015 SIDEWALKS City of Seattle/SDOT Mark Sliger DEVELOPMENT & SRTS PO Box 34996 2 06.753.9936 PACKAGE 4 Seattle WA 98104 $1,677,076.00 Complete 10/16 New sidewalk construction and pedestrian improvements at five locations. Includes curb, gutter, multi-use paths, bulb-outs, curb ramps, drainage, traffic signal, channelization, landscaping, lighting and other miscellaneous work. DELRIDGE-BALLARD City of Seattle/SDOT Mark Sliger NEIGHBORHOOD PO Box 34996 206.753.9936 GREENWAYS Seattle WA 98104 $2,075,550.00 Complete 12/16 Construct a greenway in Delridge-Highland Parks Neighborhood and one in Ballard Neighborhood. Greenways include civil improvements, two new enhanced pedestrian traffic signal, three rectangular rapid flashing beacon systems, curb extensions, new curb ramps, new crosswalks, speed humps, retaining walls, multi-use paths, signage and channelization for bicycle route. SR 520 NE 40TH NE WSDOT Mark Sawyer 51ST STREET WESTBOUND 15700 Ave N 206.225.8799 CD REVISION Seattle WA 98133 $319,036.50 Complete 3/17 Removing& resetting existing con. barrier, rotating existing monotube cantilever sign structure, modifying existing bridge mounted sign brackets, illumination, signing, ITS, pavement markings& delineation, erosion control, traffic control. BURKE GILMAN TRAIL University of Washington Michelle Leviant CORRIDOR-PHASE 1 Capital Projects Office $3,31,681.00 PO Box 352205 Complete 12/16 Seattle WA 98195 Demolish and replace approximately 1,400 LF of the existing Burke-Gilman Trail between 15th Ave NE and Pacific PI NE on the University of Washington Campus. Demolition of existing rail, clearing and grubbing, new storm drainage system, new steel stair from Pacific Street of Trail level, metal railings for retailing walls and slopes, excavation and haul of contaminated soils structural earth retaining walls, cast-in-place retaining walls,new asphalt and concrete pavement, landscaping, irrigation, lighting, bike enclosure structure, prefabricated bike shelters and racks and traffic control. 2016 Arterial Asphalt and City of Seattle/SDOT Lyn Pera Concrete Meridian Ave N PO Box 34996 206.615.0488 $1,564,441.00 Seattle WA 98104 complete 12/17 Pavement base repair including concrete base, asphalt planing, WMA resurfacing of roadway, sidewalk restoration, curb ramps, drainage, traffic detector installation, re-striping for buffered bike lakes, lighting and other miscellaneous work 2016 Arterial Asphalt and City of Seattle/SDOT Eugene Pike Concrete South Spokane St PO Box 34996 206.684.4160 $1,046,433.00 Seattle WA 98104 complete 7/17 Removing concrete roadway slabs, removing concrete sidewalks, removing concrete curb ramps, removing concrete roadway, removing concrete curb and gutter, removing railroad ballast, ties and track, disposing of contaminated materials, backfilling excavated area with imported material, furnishing and installing concrete curb, gutter and sidewalk furnishing and placing full depth asphalt pavement and asphalt overlay, constructing a raised concrete bike/pedestrian crossing, furnishing and installing pedestrian signal improvements and traffic signal loop detectors, furnishing and installing a catch basin and connecting pipe, installing utility supplied casting, furnishing and installing channelization, signing and trees. 84th Ave NE and 92nd Ave WSDOT Mark Allison NE Added Truck Aprons 310 Maple Park Ave SE 425.576.7063 $287,128.00 Olympia WA 98501 complete 1/18 Clear and grub, replace concrete curb and gutter, replace concrete ramps, install textured concrete pavement, hot mix asphalt, electrical W of Alice Rd Bridge Deck WSDOT Kevin Waligorski Rehab 310 Maple Park Ave SE 509.667.2860 $379,039.00 Olympia WA 98501 complete 11/16 Bridge deck, remove and replace, sidewalk repairs, traffic control Downtown Park-Complete City of Bellevue Jeff Bryley the Circle and Inspiration PO Box 90012 206.615.0488 Playground Bellevue WA 98009 OHNO Construction $1,636,000.00 (C A Carey subcontractor complete 6/17 to OHNO) Structural concrete construction including seat walls, canal and bridges. 2014 County Safety Selection King County/DOT Paul Moore $2,663,500 201 S Jackson St 206.423.1081 complete 1/18 Seattle WA 98104 Improvement of twenty-two (22) roadways in King County by constructing pavement repair, installing high friction surface treatment (HFST), installation of guardrail, removing roadside hazards. SE 408th St to 196th Ave SE WSDOT Chet Lunman Vic Pavement Repair and ADA 310 Maple Park Ave SE 206.768.5663 $1,975,151.00 Olympia WA 98501 complete 7/17 Concrete panel replacement, concrete grinding, asphalt grinding and paving, striping. Swift Green Line - 128th Community Transit Todd Jacobs St Improvements 700 Hardeson Rd 425.348.2367 49194,640.64 Everett WA 98203 Road paving, concrete sidewalks, signal foundaitons and wiring, retaining wall elements. 2017 AAC Nickerson St and City of Seattle Lyn Pera Interbay PBL PO Box 34996 206.551.6694 $1,918,460.00 Seattle WA 98104 Mill and overlay asphalt surface, localized full depth asphalt base repair, curb ramps, concrete sidewalk replacement, drainage, pushbuttons, detector loops signing and re-striping. Re- channelization to install two-way Protected Bike Lanes (PBL), spot concrete panel replacement, installation of concrete traffic islands and miscellaneous work. King County Rail Operations Railworks Shawn Jendryka Track Maintenace and 274 US Highway 12 360.262.9444 Repairs Chehalis WA 98532 (sub for Railworks) $17,250.00 complete 9/17 Replace defective switch points, field welds, material handling and trucking TDHS Walkway Repairs Temple DeHirsch Sinai $97,586.00 1511 E Pike St complete 7/17 Seattle WA 98122 Replace decking on existing pedestrian bridge Rainier Valley N-S City of Seattle Chris Barns Neighborhood Greenway PO Box 34996 206.234.1404 $1,739,535.00 Seattle WA 98104 Construct a greenway in Rainier Valley. Greenway includes civil improvements such as: rectangular rapid flashing beacon systems, curb extensions, new curb ramps, new crosswalks, speed humps, retaining walls, multi-use paths, and signage and channelization for bicycle route. Columbia Street Two-Way City of Seattle Eugene Pike Transit Corridor PO Box 34996 206.271.9549 $1,654,273.48 Seattle WA 98104 Reconstruct roadway pavement with concrete paving and install signal poles for future conversion of Columbia Street into two-way operation. Work includes sidewalk and curb ramp installations, signals, channelization and signing. Includes watermain replacement and assisting SPU Operations with connections of existing watermains and water service connections. Cathodic Protection Program City of Seattle Josh Campbell $1,150.882.50 PO Box 34996 206.684.5257 complete 8/18 Seattle WA 98104 Installation of cathodic protection elements on the Cedar River Pipe Lines including deep anode ground bed installations, distributed anodes, rectifier station power connections, test stations, and surface restoration. Fauntleroy Ferry Terminal WSDOT Rachael Waitt Pavement Preservation 2901 Third Ave, Suite 500 206.515.3944 $344,696.00 Seattle WA 98121 complete 5/18 Remove and replace ACP on existing loading doc. 2018 Neighborhood Street City of Seattle Fund Pedestrian Improvement PO Box 34996 Package South Package Seattle WA 98104 $1,330,511.00 New sidewalk construction and pedestrian improvements at five locations. Work includes curb, gutter, protected bike lanes, bulb-outs, curb ramps, drainage, traffic signal, channelization, landscaping, lighting, and other miscellaneous work. Greenwood Ave N Sidewalks City of Seattle Victor Cruz N 136th St to N 14th St PO Box 34996 206.898.1754 East Side Seattle WA 98104 $1,475,865.00 New Sidewalk construction and pedestrian improvements that include: pavement removal, asphalt paving, sidewalk, curb, curb ramps, and drainage,traffic signal upgrades, landscaping, channelization and other miscellaneous work. 2018 Arterial Asphalt Concrete City of Seattle Darin Stevens (AAC) South Dearborn Street PO Box 34996 206.355.2577 $1,885,086.00 Seattle WA 98104 Mill and overlay and base repair between loth Ave S & Rainier Ave S and re-striping of channelization between 6th Ave S 7 loth Ave S. Traffic control, excavation, pavement and sidewalk removal, roadway paving, sidewalks, curb ramps, channelization, signage, storm drains, traffic signals, and other miscellaneous work. North Seattle NGW & 2018 City of Seattle Allen Caballas NSF North Package PO Box 34996 206.707.5979 $2,972,453.00 Seattle WA 98104 New sidewalk construction and pedestrian improvement and neighborhood greenway improvements. Work includes curb, gutter, protected bike lanes, bulb-outs, curb ramps, drainage, traffic signal, channelization, landscaping, lighting, and other miscellaneous work. Resume for Curtis Pitts 11027 W Lake Joy Drive Carnation WA 98014 Home Phone(206)999-4246 QUALIFICATIONS Curtis Pitts has extensive experience in all phases of General Construction but is particularly experienced in the areas of mass concrete construction,bridge work and public water systems including tanks,underground utilities and pump stations. Curtis has extraordinary organizational skills and is able to handle multiple tasks simultaneously as is indicated in his record of experience. Additionally,Curtis has outstanding"people skills"having a consistent record of satisfied agencies,including,most recently,the Cities of Newcastle,WA,Sound Transit,and King County DOT. WORK HISTORY 1996-Present Superintendent,C.A.Carey Corporation Project Superintendent on many high profile Public Works construction projects which required intense coordination with public agencies,neighborhoods and A/E professionals. Recently completed a 3 million gallon concrete reservoir and public park of the City of Bellevue,WA, street and entrance improvements at City Hall in Corvallis Or and a design/build three million gallon reservoir and pump station at Issaquah Highlands for the developer Port Blakely Communities and the City of Issaquah WA. 1995-1996 Superintendent,E Kent Halvorson Construction Completely responsible for the super fast track construction of a 40 unit retirement home in Hayden Lake Id. Coordinated all work with home office in Redmond,WA delivering project on time and on budget. Fast track construction required commitment of evenings and weekends to achieve goals. 1993-1995 Superintendent,Elsworth-Peck Construction Constructed a sewage treatment plant in Coeur D' Lane Id consisting of 3 concrete tanks, pumps,underground utilities and sitework. 1991-1993 Superintendent,C.A.Carey Corporation Built specialty construction projects such as an athletic club addition and underground structural concrete parking garages. EDUCATION 1980 Sand Point High School,Sand Point Id Jeremiah Kerr Construction Professional, General Superintendent SUMMARY Actively employed in the heavy civil construction industry since 2000, responsible for all coordination, scheduling,budget, and safety aspects of workers,jobsites, and the public for 16 years. HIGHLIGHTED EXPERIENCE IN PUBLIC WORKS • Contract Management « Risk Management • Change negotiations' • Pre-work and Job Closeout • Budget • Innovative means and methods • Railroad Experience • Safety Expert: Worked with closely with The Integrated Group for safety training, record keeping, LNI compliance, and accident response. Project Manager for: • Burke Gilman Trail Project: shoring and deep excavations through pervasive existing tunnels and utilities on UW campus. • Mukilteo Station Train Platform and Bridge Crossing: BNSF mainline tracks • Everett Performing Arts: Street improvements including the install of new storm sewer and C/B's in the streets, new curb and gutter and sidewalks. Created Plaza for Performing Arts Center and Water Feature • Fauntleroy Expressway: Seismic Upgrades involving the install of new support column jacketing for main support columns and the dig for footing extensions on the support columns • Lakewood I-5 Panel Replacement with Traffic Control setup. Break out of I-5 panels,the clean out and regrade and pour back. • Metro Road Improvement along Martin Luther King Jr.Way S and Rainier Ave S. Removal of roadway dig in and install of new catch basins and new storm sewer pipe for storm drain extensions. • Howard Hanson Dam project, reaction plane strengthening. Excavation and shoring systems. Certifications Held: • Hazwopper 40 • OSHA 30 • B-ioo Licensed Contractor Utah State Division of Professional Licensing • CESCL • Forklift Safety • Trench Safety • Confined Space • First Aid and CPR Education 9 Bachelor's Degree, University of Washington, Seattle. 2005 537 NX LOCUST P.O. BOX 1006 ISSAQUAH_ WA. 98027 Phone 425-392-8016 Fax 425-392-8295 Cell 206-718-6277 Email candrews@cacarey.com I have seventeen years' experience in Public Works project management in addition of twelve years of field experience providing the Clients with creative, team oriented solutions to challenges presented in today's construction market. I was able to advance quickly due to paying attention to detail. Thru the course of my work history I have experience in project managing various Public/Private projects ranging from $500 thousand to $20 million. Also I have had the privilege in participating in pre-design work, value engineering, cost estimating, and construction management to provide all clients projects on schedule and within budget. The pace of my personal and professional growth in the construction field has been rewarding. On a few projects I have had the opportunity to be a part of Greenroads; in a partnership with Community Transit we achieved a Silver Award. Meeting these goals and achieving a beautiful product was both self- gratifying and also giving the owner a great product. I have expertise in a team building approach from design to construction in order to establish a successful project for all parties. WORK HISTORY • 2007-Present Project manager/Project Engineer C.A. Carey Corp. Oversees all phase of Public/Private works General Contractors operations. Project manager for time and access sensitive projects requiring particularly close attention to safety, schedule & budget as well as contracts with Sub Contractors. • 2000-2007 CRTL LLC Forman/Operator and oversaw all phases of Public/Commercial construction. Forman for $50,000.00 to $5,000,000.0 EDUCATION • Everett Community College 2 years • Lakewood High School 4 years CERTIFICATIONS • CESEL certification • Washington State Flaggers Card • WSDOT Traffic Control Supervisor Card • First Aid/CPR Resume for Dan Peters 18021 56th Ave West Lynwood, WA 98037 QUALIFICATIONS Extensive experience in all phases of General Construction,particularly experienced in the areas of road improvements,traffic control,underground utilities,concrete structures and subcontractor coordination. Extraordinary organizational skills and ability to handle multiple tasks simultaneously,as indicated in record of experience.Outstanding"people skills"with a consistent record of satisfied agencies,including,most recently,the City of Seattle,City of Des Moines, King County DOT, WSDOT,Sound Transit,and Corp of Engineers WORK HISTORY 2009-Present Superintendent,C.A.Carey Corporation Project Superintendent on many high profile Public Works construction projects which required intense coordination with public agencies,neighborhoods and A/E professionals. Recently completed a 1.5 million road and bridge project for King County DOT,a 2.8 million road project for WSDOT and a 500 thousand road and electrical project for the City of Seattle. Successfully involved in,and completed,over a dozen projects for CA Carey. 2003-2009 EDP Construction Owned and managed a framing company,building residential homes for Tom Cat Construction,Avalon Homes and Brooks Homes,to name a few.Completely responsible for scheduling,working with the owners,and performing high quality work. Coordinated all work with their home offices,delivering project on time and on budget. Fast track construction required commitment of evenings and weekends to achieve goals. 1990-2003 Self Employed Commercial Fisherman All phasing of commercial fishing in Alaska..A few of the positions he held are,Deck Boss, Deck Hand and all around gopher. EDUCATION Shorewood High School,Shoreline,WA-Diploma 11103 Vernon Rd. Dusty Johnson Lake Stevens, WA. 98258 Phone(206) 718-4853 Fax (425) 392-8295 email: djohnson@cacarey.com IVAURCATIONS Dusty's greatest talent is delivering high quality construction projects on schedule and at or under budget. 24 years of multi-disciplinary construction experience combine to provide Dusty a comprehensive background in many phases of construction primarily civil and structural. Dusty excels at fostering and maintaining a team approach to building projects.By combining the talents of all project participants Dusty creates a jobsite attitude that speeds progress while minimizing the potential for disagreement amongst people with varying interests in the job. Dusty is an extremely fast learner. The pace of his personal and professional growth in the construction field has been remarkable. Dusty began supervising work just six years after breaking into the business. WORK HISTORY 2008-Present Superintendent, C.A. Carey Corporation-Issaquah, WA. Supervises Public Works projects of many different shapes and sizes including Road and Bridge and Utility and Water Infrastructure. Responsible for all phases of job supervision including scheduling,production,owner and subcontractor relations and jobsite safety. 2004-2008 Foreman, C.A. Carey Corporation-Issaquah, WA.. Oversaw construction of Civil Projects for C.A.Carey.Responsible for all phases of construction 1997-2004 Foreman,Halverson Construction,Kirkland, WA.. Oversaw crews of Civil Projects and various phases of construction 1993-2004 Carpenter,M.MKlein Construction-Redmond, WA. Built foundations for single-family homes. EDOCATION 1990-1993 Elko,Nevada,Elko High School,Class of 1993 Further Education and Certifications Washington State Flaggers Card Competent Person certification for Trench Excavation safety First Aid/CPR Equipment Rates and Formulas for "Time and Material" Work Burke Gilman Trail, Phase I Yoetar Horse Gas or Serial# working Stand-by Code Type Manufacturer Description with Model Number Mann. Power Diesel Rates Ratcs 1311 -Backhoe John Deere John Deere 310 D Backhoe 1994 A42 Air Com ressor ATLAS COP ATLAS 185 AIR COMPRESSOR 70 Diesel T0310D006797300 $54.00 ' $13.50 B38 Backhoe Terex Terex TX-760 Backhoe 4WD Ext 2002 80 Diesel 27CM6245 $54.00 $13.50 D04 Dozer John Deere John Deere 550G Dozer 1993 84 Diesel T0550GH799045 $50.77 $10.11 E12 Excavator Kobelco Kobelco 115SRdz 2004 86 Diesel SNYY0305298 $57.16 $14.36 E 15 Excavator Komatsu Komatsu PC200-6Z Excavator 1995 143 Diesel 91650 $72.70 $19.51 E28 Excavator Komatsu Komatsu Excavator 228 2009 179 Diesel 41589 $100.49 $24.80 E30 Excavator Komatsu Komatsu Excavator PC35mr-3 2010 29 Diesel 16260 $19.13 $4.69 E35 Excavator Kobelco Kobelco Excavator 35SR 2006 28 Diesel PX1315225 $27.18 $7.77 E40 Excavator Kobelco Kobelco Excavator 35SR 2008 28 Diesel PX1520353 $28.59 $7.57 E44 Excavator Kobelco Kobelco 210Ex-8 Excavator 2004 147 Diesel YQO8U-1454 $98.00 $24.50 E50 Excavator Kobelco Kobelco 140SRLC 2010 94 Diesel YH0507349 $77.54 $20.32 E70 Excavator Kobelco Kobelco 70SRdz 2006 60 Diesel YT0408926 $53.88 $14.94 E31 Excavator KOMATSU Kobelco PC35MR-5 2016 24.4 Diesel 30400 1 PIN*KMTPC263HGE030400* G25 Generator Wbisperwatt MQ Power Whisperwatt Generator 25KW 1986 70 Diesel 3661212 $20.70 $1.92 G45 Generator Whisperwatt MQ Whisperwatt Gen.45KW model 45ssiu3 1986 55 Diesel 7204043 $20.29 $1.76 L48 Loader Komatsu Komatsu WA250-1 Front End Loader 1997 138 IDiesel 12726 $50.38 $8.99 MO1 Miscellaneous Tools Misc Small Tools 100-1000 value N/A N/A N/A N/A $0.12 $0.02 M02 Miscellaneous Tools Misc Medium Tools 1000-2500 value N/A N/A N/A N/A $0.52 $0.21 M03 Hammer Drill Hilti Hilti 120V SDS Max Mag Drill N/A N/A N/A N/A $0.92 $0.21 P 14 Pickup Ford Ford F-350 P/U flatbed plate B53160B 1999 231 Gas 1FDWF36S3XEA73584 $29.20 $3.88 P 10 Pickup Ford Ford F450 P/U TMA plate B75055K 2002 325 Diesel 1FDXF46R98EE15452 $26.12 $4.82 P12 '.Pickup Ford FordF-150 PAJ plateA84029S 2003 231 Gas 2FTRF17263CA19748 $18.44 $3.36 POl Pickup Ford Ford F-150 P/U xcab plate A13226V 2004 231 Gas 2FTRX17224CA75247 $15.26 $1.53 P13 Pickup Ford Ford F-ISO P/U xcab, plate 2007 248 Gas $18.61 $3.47 I P06 Pickup Ford Ford F-350 P/U,Service plate B23657C 2007 300 Gas 1FDWF365X7EA86486 $29.20 $3.88 P07 Pickup Ford Ford F-150 P/U xcab plate B40692C 2007 248 Gas 1FTVX14597NA39521 $18.61 $3.47 I P08 Pickup Ford Ford F-350 P/U,Service plate B52460G 2008 300 Gas 1FDWF36548ED92332 j $29.20 $3.88 P l I Pickup Ford Ford F-550 P/U TMA plate B4547K 2008 350 Gas 1FDAF56S03EB68992 $33.76 $4.04 Pickup Ford FordF-150 plateC92929M 2008 Gas 1FFRF12288KD18572 Pickup Ford FordF-150 plate:C76788M 2012 Gas IFFNFlCFICKE23916 P03 Pickup Ford Ford F-150 plate:C24878A 2006 IFTVX14507NA39522 Pickup Ford FordF-150 plate: 2012 Gas lFTFW1ETXCKE00979 Pickup Ford Ford F-150 Plate:C45220M 2014 Gas 1FTEX1EM2EKD55413 Pickup Ford FOrdF-450 Plate: 2017 Disel 1FDTF4GT1HEB22797 S29 Sweeper Lay-Mot Lay-Mor 88 Street Sweeper 2000 20 Diesel 25089-001 1 $18.85 $4.42 TOl Kenworth Crane Ledwell Kenworth Crane Truck 1984 400 Diesel 4GTJ7C13X2J701344 $42.83 $9.84 T67 Truck Dump Isuzu Dump Truck 5 yd ledwell 10,dump box 2006 200 Diesel 4GTJ7C13X25701344 $45.80 $8.81 T68 Truck Dump Isuzu Dump Truck 5 yd ledwell 12'dump box 2006 200 Diesel 46J7C13221700155 $45.80 $8.81 Year Horse Gas or working Stand-by of Power Diesel Seri al# Rates Rates Code Type Manufacturer Description with Model Number M Burke Gilman Trail, Phase 1 anu. WO1 Water Buffalo WOl 500 Gal Water Buffalo N/A 17XJ0820??080240 $36.62 $4.91 W02 Water Buffalo W02 500 Gal Water Buffalo 1998 N/A N/A IT9TS1221 WS362311 $36.62 $4.91 X02 Trailer 7000lbs Eagle Eagle Flatbed Trailer 16' 2007 N/A T 1B4BU16207B001805 $21.40 $4.25 X03 Job Trailer Brown X ????????????? 1000 N/A T 154182SFH $17.50 $2.55 X04 Job Trailer Evergreen 8 x 28 1000 N/A T EVG-05148 ???? $17.50 $2.55 X06 Trailer xxxxLBS 1989 N/A 1T9TS1221WS362331 $17.50 $2.55 X07 ..%Job Trailer 8 x 28 1000 N/A T EVG-05148 ?9" $17.50 $2.55 X08 Trailer 12,000LBS Trailer Equip. N/A $10.74 $3.67 Trailer Olympic 7x20 Charcoal OM14-2E 2017 N/A T 1C9TF2027HT997060 Trailer Olympic 7x20 Silver OM14-2E 2018 N/A T IC9TF2027JT997257 X10 PCMS Solar Tech PCMS unit#35 N/A 407613 $6.09 $2.96 X11 jPCMS Solar Tech PCMS unit#5 N/A 407550 $6.09 $2.96 X 12 Arrow Board#X 12 Arrow Board#X12 N/A WFBPS-LSAC $3.39 $0.98 X13 Arrow Board#X13 Arrow Board#X13 N/A 980IB449 $3.39 $0.98 X14 Arrow Board#X14 Arrow Board#X14 N/A 00118AB02 $3.39 $0.98 X15 Arrow Board#X15 Arrow Board#X15 Model SEH252B5 #11 N/A 9906134103 $3.39 $0.98 X16 Arrow Board#X16 Arrow Board#X16 Model SEH252B6 #7 N/A 9905B4139 $3.39 $0.98 X17 Arrow Board#X17 Arrow Board#X17 Model SEH252B7#13 N/A 9906B4109 $3.39 $0.98 Y01 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 (March 19, 2019), 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. C. A. Carey Corp. BiddNI B ins Name _SiaK_atuW &f Authorlized Official* Y Jeremiah Kerr Printed Name General Manager Title 3/19/19 Issaquah WA 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. 2121h St. Bridge Deck Resurface/Maloney 19 March 4, 2019 Project Number: 18-3004 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 thirty (30) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 0 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: 3/19/19 C.A. Carey Corp . NAM E F 1'�DT Signature of uthorized Representative Jeremiah Kerr/ General Manager (Print Name and Title) 537 NW Locust St Address Issaquah, WA 98027 2121h St. Bridge Deck Resurface/Maloney 20 March 4, 2019 Project Number: 18-3004 "ENCLOSED" BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, /-, as Principal, and , as Sur y, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal s m of Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and a igns, jointly and severally, by these presents. The condition of this obligation is sur that if the Obligee shall make any award to the Principal for South 212th S eet Bridge Deck Resurface/Project Number: 18-3004 According to the terms of the propos I or bid made by the Principal thereof, and the Principal shall duly make and ente into a contract with the Obligee in accordance with the terms of said proposal or bi and award and shall give bond for the faithful performance thereof, with Sur ty or Sureties approved by the Obligee; or if the Principal shall, in case of fail re so to do, pay and forfeit to the Obligee the penal amount of the deposit spe ified in the invitation to bid, then this obligation shall be null and void; otherwise t shall be and remain in full force and effect and the Surety shall forthwith pay an forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond SIGNED, S ALED AND DATED THIS DAY OF 2019. PRINCIPAL SURETY 20 Received return of deposit in the sum of $ 2121h St. Bridge Deck Resurface/Maloney 21 March 4, 2019 Project Number: 18-3004 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, C.A. Carey Corporation as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly Five Percent (5%) bound unto the CITY OF KENT, as Obligee, in the penal sum of of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for South 212th Street Bridge Deck Resurface/Project Number: 18-3004 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 19th DAY OF March 2019. AC.A. Carey Corporation BY: — PRINCT A Liberty Mutual Insurance Company g _ SURETY Holli Albers, Attorney-In-F,acl. Received return of deposit in the sum of $ 212`' St, Bridge Deck Resurface/Maloney 21kNttllli March 4, 2019 Project Number: 18-3004 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual,, The Ohio Casualty Insurance Company Certificate No:8200306-023049 --- SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L. Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shar in,Jr.,Karen C. Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January 2019 Liberty Mutual Insurance Company \NSUR �jV INSV X. 1NSUq- The Ohio Casualty Insurance Company �JpGopPORyr9y0 fijJPG�aPDigTR9y \`Q�ORPDR9T 1L West American Insurance Company > 1912 0 0 1919 0 2 1991 0 /7 vs 1F r o Q 3 l rn N d� S-4cHU`J�.ail O is, MPS "NDIANP a r 0/7 * ti0 �Hl * *�d s'�M . *�d By. David M.Carey,Assistant Secretary co State of PENNSYLVANIA ss c County of MONTGOMERY m a) On this 15th day of January 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance 0 o 23 Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—F_ a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. u w T 3 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c 0- a �o C'N O p N � jN "�`' COMMONWEALTH OF PENNSYLVANIA Q O O 4�2 y Notarial Seal /�� 0 C OF Teresa Pastella,Notary Public v Cc p q) Upper MerionTwp.,Montgomery County By: C t0 3 My Commission Expires March 28,2021 3 E ,� IySpLNp� V eresa Pastela,Notary Public p m C?DQ�1 � Member,Pennsylvania Association of Notaries o M n O a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual (3) 0.5 Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: 0 aa) E ai ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o M Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the ) >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >C:)M C any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall=N > N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such '"°O Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. 00 6 ARTICLE XIII—Execution of Contracts:Section 5,Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked — IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 19th day of March 2019 1NSUR �1,4 INgU \NSUq jp•GoaPortyleym Q p"o.µPoR•yrog2� VP�o9PoRglgy� , 1912 n 0 1919 1991 :7 "t�'�'y+ - : o a o 9S �"3 i F 3 BY: 0 DNA MPS `l D3 �NDIANP a s�,M Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 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. South 2121h Street Bridge Deck Resurface Project Number: 18-3004 NAME OF PROJECT C .A. Carey Corp . NAME OF BIDDER'S FIRM S NA E OF AUTHORIZED REPRESENTATIVE OF BIDDER 2121h St. Bridge Deck Resurface/Maloney 22 March 4, 2019 Project Number: 18-3004 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 11, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ('Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2121h St. Bridge Deck Resurface/Maloney 23 March 4, 2019 Project Number: 18-3004 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) 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. CONT T R: CITY OF KENT: By: By: na re) (signature) Print Name: Jeremiah Kerr Print Name: Timothy J. LaPorte, P.E. Its General Manager Its Public Works Director 3/19/19 (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2121h St. Bridge Deck Resurface/Maloney 24 March 4, 2019 Project Number: 18-3004 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 ....................El Orderof Contents................................................................................ l- Invitationto Bid................................................................................... ContractorCompliance Statement........................................................ Date............................................................................................la' Have/have not participated acknowledgment.............................E!r Signatureand address ................................................................Ir Declaration - City of Kent Equal Employment Opportunity Policy ........la'` Dateand signature .....................................................................12� AdministrativePolicy ...........................................................................IT Proposal...............................................................................................0' First line of proposal - filled in ...................................................d Unitprices are correct ................................................................0' Subcontractor List (contracts over $100K) ..........................................e Subcontractors listed properly....................................................[a Signature ....................................................................................Ir Subcontractor List (contracts over $1 million).....................................0- Subcontractors listed properly....................................................e Dateand signature .....................................................................IX Contractor's Qualification Statement ...................................................Cf Completeand notarized ..............................................................P1 Certification of Compliance with Wage Payment Statutes....................1T ProposalSignature Page......................................................................a AllAddenda acknowledged .........................................................0" Date, signature and address .......................................................la BidBond Form ..................................................................................... Signature, sealed and dated .......................................................Zr Powerof Attorney.......................................................................0' (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.................................................................Cam]' Signature ....................................................................................12' ChangeOrder Form..............................................................................if Bidder's Checklist ................................................................................El" 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. 212`h St. Bridge Deck Resurface/Maloney 25 March 4, 2019 Project Number: 18-3004 Bond No. 023210032 PAYMENT AND PERFORMANCE BOND T TO C I TY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, C.A. Carey Corporation as Principal, and Liberty Mutual Insurance Company *Massachusetts a Corporation organized and existing under the laws of the State of Wa54-ri+Ig"*as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $597,680.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of South 212`h Street Bridge Deck Resurface/Project Number: 18-3004 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 21 2" St. Bridge Deck Resurface/Maloney 26 March 4, 2019 Project Number: 18-3004 TWJWNESSE C.A. Carey Corporation PRINCIPAL (enter principal's name above) BY: TITLE: president DATE: 4/9 1 DATE: 4/9/19 C�4.5. CORPORATE SEAL: Melody Shew !, O�o� �y V PRINT NAME ii�tttt' NO�LO,� �h111111� DATE: 4/9/19 Liberty Mutual Insurance Company SURETY CORPORATE SEAL: BY: , DATE: April 4, 2019 TITLE: Holli Albers, Attorney-In-Fact ADDRESS: 1001 4th Avenue, Suite 3700 Seattle, WA 98154 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 Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR SISTANT S RETARY 21 2`1 St. Bridge Deck Resurface/Maloney 27 March 4, 2019 Project Number: 18-3004 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual, The Ohio Casualty Insurance Company Certificate No:8200306-023049 --SURETY West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E Heilesen Kyle Joseph Howat Cynthia L. Jay,Ahceon A.Keltner,Christopher Kmyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin Donald Percell Shanklin Jr.,Karen C. Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January , 2019 Liberty Mutual Insurance Company P�INSU49 PV,Iv INS& INS UR4 The Ohio Casualty Insurance Company Jo°aPO�rayp0 Q�oOaPORgrF�y �4PooaPORgrFyn West American Insurance Company >, 3 o c+ rCU 1912y11 0 1919 n 1991 � N : O a o YdJ� ' *�S aY yO�H/�A MPS�,aL� �s��N°IANP'�,dL� By. 1 ` C 1 • M + 1 / rn c David M.Carey,Assistant Secretary :3 -ca State of PENNSYLVANIA -0 � County of MONTGOMERY ss m Co L) a) On this 15th day of January , 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o O Fu Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes— > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C w a> E i 3 IN WITNESS WHEREOF, have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. CD Q w �aP PAST co O O Q� 0°NW, fib, COMMONWEALTH OF PENNSYLVANIA _ �� 4�5 Notarial Seal Q-O do a) OF Teresa Pastella,Notary Public O f6 O Upper MerionTwp.:Montgomery County By: � �a�Q' My Commission Expires March 28,2021 3 E y IN U Teresa Pastella,Notary Public Fry PVB�` Member.Pennsylvania Association of Notaries O a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual O.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o (D 6ARTICLE IV-OFFICERS:Section 12.Power of Attorney. a) - Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the m 0 a >. President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o Nany and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a)N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such '+eo Z � instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the,-M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 0 ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. 0— Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, H CD shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American In:wance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in fuC b;rce and effri-t aed has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of P�1NSuo P�11( INS& INSUgq V j�ooapor�loym eJ2ooapoR, '-f. VP coavoRq>FyCi Z o m W 3 o m 1912 0 01919� o a 1991 0 "c By. d�9sS4CNU`+��.da SO��hAMPS��L� *e �NDIANP' D3 __ __.. 07) * �xa yl * ��d s�M * *�,a Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and C. A. Carey Corporation organized under the laws of the State of Washington located and doing business at _537 NW Locust St, Issaquah ("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: South 212th Street Bridge Deck Resurface/Project Number: 18-3004 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 thirty (30) 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. 212`h St. Bridge Deck Resurface/Maloney 28 March 4, 2019 Project Number: 18-3004 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. 212"' St. Bridge Deck Resurface/Maloney 29 March 4, 2019 Project Number: 18-3004 CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTES : C KIMBERLEY A. K OTO, CITY CL APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: . �q h PRINT N A E: Jeremi err TITLE: general manager DATE: 4/9/19 212`' St. Bridge Deck Resurface/Maloney 30 March 4, 2019 Project Number: 18-3004 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 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. 212`h St. Bridge Deck Resurface/Maloney 31 March 4, 2019 Project Number: 18-3004 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 212`h St. Bridge Deck Resurface/Maloney 32 March 4, 2019 Project Number: 18-3004 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional 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. 212`"' St. Bridge Deck Resurface/Maloney 33 March 4, 2019 Project Number: 18-3004 Client#: 114762 CARECA DATE(MM/DD/YYYY) ACORD,,, CERTIFICATE OF LIABILITY INSURANCE 4/04/2019 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: Michelle Savage Propel Insurance PHONEo g00 499-0933 FAX 866 577-1326 A/C /C,N Ext: A No Tacoma Commercial Insurance E-MAIL . a ro ADDRESS: g @Pelinsurance.com p 1201 Pacific Ave,Suite 1000 michellesavaINSURER(S)AFFORDINGCOVERAGE NAIC# Tacoma,WA 98402 The Phoenix Insurance Company 25623 INSURER A: P Y INSURED INSURER B:Travelers Property Casualty COofAmerica 25674 C.A.Carey Corporation AXIS Surplus Insurance Company 26620 INSURER C: P P Y Carey Development LLC PO Box 1006 INSURER D INSURER E: Issaquah,WA 98027 INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DDIYYYY MM/DDIYYYY A X COMMERCIAL GENERAL LIABILITY DTCO5J123206PHX18 6/15/2018 06/15/2019 EACH OCCURRENCE $1 000,000 CLAIMS-MADE � EREMIS OCCUR P EaEoNacurrence $300 000 X PD Ded: $2,500 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY F7X ECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY DT8105J123206PHX18 6/15/2018 06/15/201 COMBINED Ea accidents INGLE LIMIT 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ X AUTOS ONLY X AUTOS ONLY Per accident B X UMBRELLA LIAB X OCCUR CUP5J14045A1826 6/15/2018 06/15/2019 EACH OCCURRENCE $6000000 EXCESS LIAB CLAIMS-MADE AGGREGATE s8,000,000 _ DIED I X RETENTION$$1O 000 $ ER A WORKERS COMPENSATION DTC05J123206PHX18 6/15/2018 06/15/201 X PERTLITE OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN WA Stop Gap E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N I A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Contr.Pollution CP002557022018 6/15/2018 06115/2019 $2,000,000/$2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: Project#18-3004-South 212th Street Bridge Deck Resurface Additional Insured status applies per attached endorsement(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3603506/M3226387 CJ00 This page has been left blank intentionally. TRAVELERS) One Tower Square, Hartford, Connecticut 06183 TRAVELERS CORP . TEL : 1 -800-328-2189 STREET & ROAD CONTRACTORS COMMON POLICY DECLARATIONS ISSUE DATE : 07/03/18 POLICY NUMBER : DT-CO-5J123206-PHX-18 INSURING COMPANY: THE PHOENIX INSURANCE COMPANY 1 . NAMED INSURED AND MAILING ADDRESS : C .A. CAREY CORP 537 NW LOCUST ST ISSAQUAH, WA 98027 2 . POLICY PERIOD : From 06/15/18 to 06/15/19 12 :01 A .M. Standard Time at 3 . LOCATIONS your mailing address . Premises Bldg. Loc. No. No. Occupancy Address SEE IL TO 03 4 . COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURING COMPANIES : COMMERCIAL GENERAL LIABILITY COV PART DECLARATIONS CG TO 01 11 03 PHX EMPLOYEE BENEFITS LIABILITY COV PART DECLARATIONS CG TO 09 09 93 PHX 5 . NUMBERS OF FORMS AND ENDORSEMENTS FORMING A PART OF THIS POLICY: SEE IL T8 01 10 93 6. SUPPLEMENTAL POLICIES : Each of the following is a separate policy �= containing its complete provisions : Policy Policy No . Insuring Company o� o� SEE CALCULATION OF PREMIUM "= DIRECT BILL COMPOSITE RATES ENDORSEMENT 7. PREMIUM SUMMARY: Provisional Premium Due at Inception $ Due at Each $ NAME AND ADDRESS OF AGENT OR BROKER : COUNTERSIGNED BY: PROPEL INSURANCE-TAC (F1691 ) P 0 BOX 2940 TACOMA, WA 98402 Authorized Representative DATE: IL TO 02 11 89(REV. 09-07) PAGE 1 OF 1 OFFICE : SEATTLE 013177 TRAVELERS) POLICY NUMBER: DT-CO-5J1 23206-PHX-1 8 EFFECTIVE DATE: 06-1 5-18 ISSUE DATE: 07-03-18 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS. IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL TO 03 04 96 LOCATION SCHEDULE IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL F1 18 10 13 AMENDMENT OF NAMED INSURED - WASHINGTON GENERAL LIABILITY - CONTRACTORS CG TO 01 11 03 COML GENERAL LIABILITY COV PART DEC CG F3 07 11 08 DEDUCTIBLE LIAB INSURANCE - WASHINGTON CG TO 07 09 87 DECLARATIONS PREMIUM SCHEDULE CG TO 08 11 03 KEY TO DECLARATIONS PREMIUM SCHEDULE CG TO 34 11 03 TABLE OF CONTENTS CG 00 01 10 01 COMMERCIAL GENERAL LIABILITY COV FORM CG D4 20 07 08 AMEND OTHER INS COND MEAN OTHER INS/INSR CG D4 71 01 15 AMEND COVERAGE B - PERS & ADV INJURY GN 01 13 11 03 EMPLOYERS OVERHEAD LIABILITY CG D2 03 12 97 AMEND-NON CUMULATION OF EACH OCC CG D2 11 01 04 DESIGNATED PROJECT(S) GEN AGGR LIMIT CG D2 46 08 05 BLANKET ADDITIONAL INSURED (CONTRACTORS) CG D3 16 11 11 CONTRACTORS XTEND ENDORSEMENT CG D2 93 11 03 EXCL-CONSTRUCT MANAGE ERRORS & OMISSIONS CG D3 22 01 04 EXCLUSION-SUITS BY ONE NAMED INSURED CG D3 26 10 11 EXCLUSION - UNSOLICITED COMMUNICATION o= CG D3 56 05 14 MOBILE EQUIP REDEFINED-EXCL OF VEHICLES CG D3 91 08 13 EXCL-PROJ SUBJ TO WRAP-UP-LTD EXCEPTIONS CG D4 21 07 OS AMEND CONTRAC LIAB EXCL-EXC TO NAMED INS CG D5 46 10 11 EXCL - ARCHITECT/ENG/SURVEY PROF SERV CG D6 18 10 11 EXCL-VIOLATION OF CONSUMER FIN PROT LAWS CG D7 46 01 15 EXCL-ACCESS OR DISCL OF CONF/PERS INFO CG DO 76 06 93 EXCLUSION-LEAD CG D1 42 01 99 EXCLUSION-DISCRIMINATION CG D1 73 11 03 AMEND-POLL EXCL-INCL LTD COV POLL COSTS CG D2 04 06 01 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG D2 40 09 15 EXCLUSION -SILICA OR SILICA-RELATED DUST o CG F2 45 07 02 EXCLUSION - WAR - WASHINGTON CG T4 78 02 90 EXCLUSION-ASBESTOS CG T4 81 11 88 EXC-HAZARD-CONNECTED DESIGNATED EXPOSURE CG F2 66 11 03 WA CHANGES EMPLOY RELATED PRACTICES EXCL CG F4 66 01 08 WASHINGTON CHANGES-WHO IS AN INSURED CG F2 41 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION CG TO 09 09 93 EMPLOYEE BENEFITS LIAB COV PART DEC CG TO 43 01 16 EMPLOYEE BENEFITS LIAB TABLE OF CONTENTS CG T1 01 01 16 EMPLOYEE BENEFITS LIABILITY COV FORM IL T8 01 10 93 PAGE : 1 OF 2 013178 TRAVELERSJ� POLICY NUMBER: DT-CO-5J1 23206-PHX-1 8 EFFECTIVE DATE: 06-1 5-1 8 ISSUE DATE: 07-03-1 8 INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INS ACT DISCLOSE IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL T4 14 01 15 CAP ON LOSSES CERTIFIED ACT OF TERRORISM IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 42 09 08 OREGON CHANGES-DOMESTIC PARTNERSHIP IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION IL T8 01 10 93 PAGE : 2 OF 2 a AIM TRAVELERS J One Tower Square, Hartford, Connecticut 06183 TRAVELERS CORP . TEL : 1 -800-328-2189 COMMON POLICY DECLARATIONS ISSUE DATE : 07/03/18 POLICY NUMBER: DT-810-5J123206-PHX-18 INSURING COMPANY: THE PHOENIX INSURANCE COMPANY 1 . NAMED INSURED AND MAILING ADDRESS : C.A. CAREY CORP AND AS PER IL F1 18 537 NW LOCUST ST ISSAQUAH, WA 98027 2 . POLICY PERIOD: From 06/15/18 to 06/15/19 12 :01 A.M. Standard Time at your mailing address . 3. LOCATIONS Premises Bldg. Loc. No. No. Occupancy Address 4. COVERAGE PARTS FORMING PART OF THIS POLICY AND INSURING COMPANIES : COMMERCIAL AUTOMOBILE COV PART DECLARATIONS CA TO 01 02 15 PHX 5. NUMBERS OF FORMS AND ENDORSEMENTS FORMING A PART OF THIS POLICY : SEE IL T8 01 10 93 " 6. SUPPLEMENTAL POLICIES : Each of the following is a separate policy containing its complete provisions : "— Policy Policy No. Insuring Company o� o= o� SEE CALCULATION OF PREMIUM DIRECT BILL COMPOSITE RATES ENDORSEMENT 7 . PREMIUM SUMMARY: o= Provisional Premium Due at Inception $ Due at Each $ e= NAME AND ADDRESS OF AGENT OR BROKER : COUNTERSIGNED BY: PROPEL INSURANCE-TAC (F1691 ) �= P 0 BOX 2940 TACOMA, WA 98402 Authorized Representative DATE: IL TO 02 11 89(REV. 09-07) PAGE 1 OF 1 OFFICE : SEATTLE CO2292 TRAVELERSJ� POLICY NUMBER: DT-81 0-5J1 23206-PHX-1 8 EFFECTIVE DATE: 06-15-18 ISSUE DATE: 07-03-1 8 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS . IL TO 02 11 89 COMMON POLICY DECLARATIONS IL T8 01 10 93 FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS IL TO 05 06 10 COMMON POLICY CONDITIONS-WASHINGTON IL T3 02 07 86 CALCULATION OF PREMIUM-COMPOSITE RATE(S) IL F1 18 10 13 AMENDMENT OF NAMED INSURED - WASHINGTON IL T8 25 GENERAL PURPOSE ENDORSEMENT COMMERCIAL AUTOMOBILE CA TO 01 02 15 BA- COVERAGE PART DECS (ITEMS 1 & 2) CA TO 03 02 15 BA COVERAGE PART DECS (ITEMS 4 & 5) CA T3 95 02 15 DEDUCTIBLE COVERAGE CA TO 30 02 16 BA/AD/MC COV PART SUPPL SCH - ITEM TWO CA TO 31 02 15 TABLE OF CONTENTS-BUSINESS AUTO COV FORM CA 00 01 10 13 BUSINESS AUTO COVERAGE FORM CA T4 52 02 16 SHRT TRM HRD AUTO - ADDT'L INSD LS PAYEE CA T4 59 02 15 AMENDMENT OF EMPLOYEE DEFINITION CA T4 74 02 16 BLNKT ADDTL IND- PNC W/OTHER INS CA 01 35 10 13 WASHINGTON CHANGES �= CA 20 01 10 13 LESSOR - ADDL INSURED AND LOSS PAYEE CA 21 34 10 13 WA UNDERINSURED MOTORISTS COVERAGE CA 99 03 10 13 AUTO MEDICAL PAYMENTS COVERAGE CA 99 23 10 13 RENTAL REIMBURSEMENT COVERAGE CA 99 48 10 13 POLL LIAB-BUS AUTO/MOTOR CARRIER COV FRM CA T3 53 02 15 BUSINESS AUTO EXTENSION ENDORSEMENT o� CA T8 01 BLANKET ADDITIONAL INSURED o INTERLINE ENDORSEMENTS IL T4 12 03 15 AMNDT COMMON POLICY COND-PROHIBITED COVG IL 01 23 11 13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 98 09 08 NUCLEAR ENERGY LIABILITY EXCLUSION = IL TO 10 12 86 LENDER'S CERTIFICATE OF INS FORM A o� o o LL IL T8 01 10 93 PAGE : 1 OF 1 002293 TRAVELERS J� One Tower Square, Hartford, Connecticut 06183 POLICY DECLARATIONS POLICY NO.: CUP-5J14045A-18-26 COMMERCIAL EXCESS LIABILITY ISSUE DATE: 07/06/2018 (UMBRELLA) INSURANCE POLICY INSURING COMPANY: TRAVELERS PROPERTY CASUALTY COMPANY OF AMERICA 1. NAMED INSURED AND MAILING ADDRESS: THIS POLICY DOES NOT C.A. CAREY CORP COVER LIABILITY AND AS PER CG DO 74 ARISING OUT OF 537 NW LOCUST ST ASBESTOS MATERIAL ISSAQUAH WA 98027 SEE ENDORSEMENT UM 01 96 07 96 2. THE NAMED INSURED IS A: LX] CORPORATION F__I SOLE PROPRIETOR '❑ PARTNERSHIP OR JOINT VENTURE ❑ OTHER 3. POLICY PERIOD: From 06/15/2018 to 06/15/201912:01 A.M. Standard Time at your mailing address. 4. PREMIUM: * $ l^I Flat Charge F] Adjustable (See premium schedule) * DIRECT BILL 5. LIMITS OF INSURANCE: COVERAGES LIMITS OF LIABILITY AGGREGATE LIMITS OF LIABILITY 8,000,000 Products/Completed Operations Aggregate 8,000,000 General Aggregate COVERAGE A - Bodily Injury and 8,000,000 any one occurrence subject to the Products/ Property Damage Completed Operations and the General Liability Aggregate Limits COVERAGE B - Personal and 8,000,000 any one person or organization subject to <= Advertising Injury the General Aggregate Limit of Liability Liability RETAINED LIMIT 10,000 any one occurrence or offense 6. SCHEDULE OF UNDERLYING INSURANCE: POLICY LIMITS (000 omitted) COVERAGE COMPANY SEE ENDORSEMENT CG DO 23 04 96 7. On the effective date shown in Item 3, the Commercial Excess Liability (Umbrella) Insurance Policy _ numbered above includes this Declarations Page and the Policy Jacket (Form UM 00 76 which contains the _ Nuclear Energy Liability Exclusion) and any endorsements listed hereafter: SEE END. IL T8 01 01 01 NAME AND ADDRESS OF AGENT OR BROKER: COUNTERSIGNED BY: PROPEL INSURANCE-TAC F1691 PO BOX 2940 Authorized Representative TACOMA WA 98401-2940 DATE: CG TO 14 04 96 Page 1 of 1 OFFICE: SEATTLE WA 019458 POLICY NUMBER: CUP-5J14045A-18-26 EFFECTIVE DATE: 06/15/2018 ISSUE DATE: 07/06/2018 LISTING OF FORMS, ENDORSEMENTS AND SCHEDULE NUMBERS THIS LISTING SHOWS THE NUMBER OF FORMS, SCHEDULES AND ENDORSEMENTS BY LINE OF BUSINESS CG TO 14 04 96 POLICY DECLARATIONS COMMERCIAL EXCESS LIABILITY UMBRELLA CG DO 74 04 93 NAMED INSURED IL T8 01 01 01 FORMS ENDORSEMENTS AND SCHEDULE NUMBERS UMBRELLA / EXCESS CG DO 23 04 96 SCHEDULE OF UNDERLYING INSURANCE UM 00 01 11 03 COMMERCIAL EXCESS LIABILITY UMBRELLA INSURANCE UM 02 34 07 15 AMENDMENT OF POLLUTION EXCLUSION UM 03 92 11 03 EMPLOYERS LIABILITY - FOLLOWING FORM UM 04 04 11 03 AMEND OF COV ADVER INJURY PROP DAMAGE UM 04 75 07 08 AMENDMENT OF DEFENSE OF CLAIMS OR SUITS UM 04 76 07 08 AMENDMENT OF WHO IS AN INSURED - QUALIFYING UNDER SCHEDULED UNDERLYING INSURANCE UM 04 77 07 08 AMENDMENT OF DUTIES IN THE EVENT OF OCCURRENCE OR OFFENSE CLAIM UM 04 79 07 08 OTHER INSURANCE CONDITION AND MEANING OF OTHER o� INSURANCE UM 04 81 07 08 AMENDMENT - MEANING OF YOU AND YOUR AND MEANING OF EMPLOYEE UM 04 88 07 08 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS UM 05 11 01 15 AMEND OF COV B - PERSONAL INJURY AND ADVERTISING INJURY LIABILITY o� UM 06 03 11 10 CRISIS MANAGEMENT SERVICES EXPENSES o UM 06 39 02 14 AMEND OTHER INS - DESIGNATED PERSONS OR ORGANIZATIONS m� WRITTEN CONTRACT OF INS UM 06 88 03 15 AMEND-FIN INT IN FOREIGN INS ORG - UM UM 01 52 01 16 EXCESS EMPLOYEE BENEFITS LIABILITY COVERAGE UM 00 30 03 12 AMENDMENT OF DAMAGE TO PROPERTY EXCLUSION - CONTRACTORS UM 00 76 01 86 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENTBROAD FORM UM 01 16 11 03 EXCLUSION - CONSTRUCTION MANAGEMENT ERRORS OMISSIONS UM 01 96 07 96 EXCLUSION - ASBESTOS o� UM 02 07 07 96 EXCLUSION - ALL HAZARDS IN CONNECTION WITH A o DESIGNATED EXPOSURE UM 02 55 11 03 AMENDMENT AIRCRAFT/WATERCRAFT UM 03 04 02 97 EXCLUSION - LEAD UM 03 24 02 01 EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEM UM 03 60 09 15 EXCLUSION - SILICA OR SILICA-RELATED DUST UM 03 72 05 02 WASHINGTON - FUNGI OR BACTERIA EXCLUSION UM 03 76 07 02 EXCLUSION - WAR WA 019460 IL T8 01 01 01 PAGE: 1 OF 2 POLICY NUMBER: CUP-5J14045A-18-26 EFFECTIVE DATE: 06/15/2018 ISSUE DATE: 07/06/2018 UMBRELLA / EXCESS (CONTINUED) UM 04 09 01 04 EXCLUSION - SUITS BY ONE NAMED INSURED AGAINST ANOTHER NAMED INSURED UM 04 15 10 11 EXCLUSION - UNSOLICITED COMMUNICATIONS UM 04 56 08 13 EXCL - PROJECTS SUBJ TO WRAP-UP INS PROGRAM WITH LTD COVERAGE EXCEPT UM 05 30 03 09 EXCLUSION - DISCRIMINATION UM 05 65 12 09 EXCLUSION - ARCHITECTURAL UM 06 09 10 11 EXCLUSION - VIOLATION OF CONSUMER FINANCIAL PROTECTION LAWS UM 06 50 01 15 EXCLUSION - ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL INFORMATION UM 00 98 12 13 WASHINGTON MANDATORY ENDORSEMENT INTERLINE ENDORSEMENTS IL T3 68 01 15 FEDERAL TERRORISM RISK INSURANCE ACT DISCLOSURE IL T4 14 01 15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM IL T8 01 01 01 PAGE: 2 OF 2 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section II) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage"or"personal injury"; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization, 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to sured does not apply the additional insured by this endorsement still is pp y to "bodily injury", "prop- excess over any valid and collectible "other in- surance",damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any sio architectural, engineering or sur- on any other basis, that is available to the addi- eyin v tional insured when that person or organization is eying services, ices, including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications;and notice as soon as practicable of an "occur- !I. Supervisory, inspection, architectural or rence" or an offense which may result in a claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 0 2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY I. How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we H. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses; and condition does not affect whether the insur- ance provided to the additional insured by Ill. The nature and location of any injury or this endorsement is primary to "other insur- damage arising out of the"occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. 1. Immediately record the specifics of the —DEFINITIONS: claim or"suit"and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to it that we under which you are required to include aperson or organization as an additional in- receive written notice of the claim or"suit" as sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the"personal injury"is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of the claim or defense against the "suit", and contract or agreement by you; otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect; and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE —This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Aircraft Chartered With Pilot H. Blanket Additional Insured — Lessors Of Leased B. Damage To Premises Rented To You Equipment C. Increased Supplementary Payments I. Blanket Additional Insured — States Or Political D. Incidental Medical Malpractice Subdivisions— Permits E. Who Is An Insured — Newly Acquired Or Formed J. Knowledge And Notice Of Occurrence Or Offense Organizations K. Unintentional Omission F. Who Is An Insured — Broadened Named Insured L. Blanket Waiver Of Subrogation —Unnamed Subsidiaries M. Amended Bodily Injury Definition G. Blanket Additional Insured — Owners, Managers N. Contractual Liability—Railroads Or Lessors Of Premises PROVISIONS INJURY AND PROPERTY DAMAGE LI- A. AIRCRAFT CHARTERED WITH PILOT ABILITY: The following is added to Exclusion g., Aircraft, Exclusions c. and g. through In. do not apply Auto Or Watercraft, in Paragraph 2. of SECTION to "premises damage". Exclusion f.(1)(a) — COVERAGES — COVERAGE A BODILY IN- does not apply to "premises damage" caused JURY AND PROPERTY DAMAGE LIABILITY: by: This exclusion does not apply to an aircraft that a. Fire; is: b. Explosion; (a) Chartered with a pilot to any insured; c. Lightning; (b) Not owned by any insured; and d. Smoke resulting from such fire, explosion, (c) Not being used to carry any person or prop- or lightning; or erty for a charge. e. Water; B. DAMAGE TO PREMISES RENTED TO YOU unless Exclusion f. of Section I — Coverage A 1. The first paragraph of the exceptions in Ex- — Bodily Injury And Property Damage Liability clusion j., Damage To Property, in Para- is replaced by another endorsement to this graph 2. of SECTION I — COVERAGES — Coverage Part that has Exclusion —All Pollu- COVERAGE A BODILY INJURY AND tion Injury Or Damage or Total Pollution Ex- PROPERTY DAMAGE LIABILITY is deleted. clusion in its title. 2. The following replaces the last paragraph of A separate limit of insurance applies to Paragraph 2., Exclusions, of SECTION I — "premises damage" as described in Para- COVERAGES — COVERAGE A. BODILY graph 6. of SECTION III — LIMITS OF IN- SURANCE. CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 1 of 6 COMMERCIAL GENERAL LIABILITY 3. The following replaces Paragraph 6. of SEC- C. INCREASED SUPPLEMENTARY PAYMENTS TION III—LIMITS OF INSURANCE: 1. The following replaces Paragraph 1.b. of Subject to 5. above, the Damage To Prem- SUPPLEMENTARY PAYMENTS — COVER- ises Rented To You Limit is the most we will AGES A AND B of SECTION I — COVER- pay under Coverage A for damages because AGE: of "premises damage" to any one premises. b. Up to $2,500 for the cost of bail bonds The Damage To Premises Rented To You required because of accidents or traffic Limit will apply to all "property damage" law violations arising out of the use of any proximately caused by the same occur- vehicle to which the Bodily Injury Liability rence", whether such damage results from: Coverage applies. We do not have to fur- fire; explosion; lightning; smoke resulting from nish these bonds. such fire, explosion, or lightning; or water; or any combination of any of these causes. 2. The following replaces Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — COVER- The Damage To Premises Rented To You AGES A AND B of SECTION I — COVER- Limit will be: AGES: a. The amount shown for the Damage To d. All reasonable expenses incurred by the Premises Rented To You Limit on the insured at our request to assist us in the Declarations of this Coverage Part; or investigation or defense of the claim or b. $300,000 if no amount is shown for the "suit", including actual loss of earnings up Damage To Premises Rented To You to $500 a day because of time off from Limit on the Declarations of this Coverage work. Part. D. INCIDENTAL MEDICAL MALPRACTICE 4. The following replaces Paragraph a. of the 1. The following is added to the definition of"oc- definition of "insured contract" in the DEFINI- currence" in the DEFINITIONS Section: TIONS Section: "Occurrence" also means an act or omission a. A contract for a lease of premises. How- committed in providing or failing to provide ever, that portion of the contract for a "incidental medical services", first aid or lease of premises that indemnifies any "Good Samaritan services"to a person. person or organization for "premises damage" is not an "insured contract"; 2. The following is added to Paragraph 2.a.(1) of SECTION II—WHO IS AN INSURED: 5. The following is added to the DEFINITIONS Paragraph 1 d above does not apply to Section: 9 P ( )( ) pp Y "bodily injury" arising out of providing or fail- "Premises damage" means "property dam- ing to provide: age"to: a. Any premises while rented to you or tem- (i) "Incidental medical services" by any of , of the your "employees" who is a nurse practi- ly occupied by you with permission tioner, registered nurse, licensed practical of the owner; or nurse, nurse assistant, emergency medi- b. The contents of any premises while such cal technician or paramedic; or ( ) premises is rented to you, if you rent such ii First aid or "Good Samaritan services" by premises for a period of seven or fewer consecutive days. any of your "employees" or "volunteer 6. The following replaces Paragraph 4.b.(1)(b) workers", other than an employed or vol- unteer doctor. Any such "employees" or of SECTION IV — COMMERCIAL GENERAL "volunteer workers" providing or failing to LIABILITY CONDITIONS: provide first aid or "Good Samaritan ser- (b) That is insurance for "premises damage''; vices" during their work hours for you will or be deemed to be acting within the scope 7. Paragraph 4.b.(1)(c) of SECTION IV — of their employment by you or performing COMMERCIAL GENERAL LIABILITY CON- duties related to the conduct of your busi- DITIONS is deleted. ness. Page 2 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 5. of 4. Any organization you newly acquire or form, SECTION III—LIMITS OF INSURANCE: other than a partnership, joint venture or lim- For the purposes of determining the applica- ited liability company, of which you are the ble Each Occurrence Limit, all related acts or sole owner or in which you maintain the ma- omissions committed in providing or failing to jority ownership interest, will qualify as a provide "incidental medical services", first aid Named Insured if there is no other insurance or "Good Samaritan services" to any one per- which provides similar coverage to that Or- son will be deemed to be one 'occurrence". ganization. However: 4. The following exclusion is added to Para- a. Coverage under this provision is afforded graph 2., Exclusions, of SECTION I — COV- only: ERAGES —COVERAGE A BODILY INJURY (1) Until the 180th day after you acquire or AND PROPERTY DAMAGE LIABILITY: form the organization or the end of the Sale Of Pharmaceuticals policy period, whichever is earlier, if you "Bodily injury" or "property damage" arising do not report such organization in writing out of the willful violation of a penal statute or to us within 180 days after you acquire or ordinance relating to the sale of pharmaceuti- form it; or cals committed by, or with the knowledge or (2) Until the end of the policy period, when consent of, the insured. that date is later than 180 days after you 5. The following is added to the DEFINITIONS acquire or form such organization, if you Section: report such organization in writing to us "Incidental medical services" means: within 180 days after you acquire or form a. Medical, surgical, dental, laboratory, x-ray it, and we agree in writing that it will con- or nursing service or treatment, advice or tinue to be a Named Insured until the end instruction, or the related furnishing of of the policy period; food or beverages; or b. Coverage A does not apply to "bodily injury" b. The furnishing or dispensing of drugs or or "property damage" that occurred before medical, dental, or surgical supplies or you acquired or formed the organization; and appliances. c. Coverage B does not apply to "personal in- "Good Samaritan services" means any emer- jury" or "advertising injury" arising out of an gency medical services for which no compen- offense committed before you acquired or sation is demanded or received. formed the organization. 6. The following is added to Paragraph 4.b., Ex- F. WHO IS AN INSURED — BROADENED NAMED cess Insurance, of SECTION IV — COM- INSURED—UNNAMED SUBSIDIARIES MERCIAL GENERAL LIABILITY CONDI- TIONS: The following is added to SECTION II — WHO IS The insurance is excess over any valid and AN INSURED: collectible other insurance available to the in- Any of your subsidiaries,other than a partnership, sured, whether primary, excess, contingent or joint venture or limited liability company, that is on any other basis, that is available to any of not shown as a Named Insured in the Declara- your "employees" or "volunteer workers" for tions is a Named Insured if you maintain an own- "bodily injury" that arises out of providing or ership interest of more than 50% in such subsidi- failing to provide "incidental medical ser- ary on the first day of the policy period. vices", first aid or "Good Samaritan services" No such subsidiary is an insured for"bodily injury" to any person to the extent not subject to or "property damage" that occurred, or "personal Paragraph 2.a.(1) of Section II — Who Is An injury" or "advertising injury" caused by an of- Insured. fense committed after the date, if any, during the E. WHO IS AN INSURED — NEWLY ACQUIRED policy period, that you no longer maintain an OR FORMED ORGANIZATIONS ownership interest of more than 50% in such sub- The following replaces Paragraph 4. of SECTION sidiary. II —WHO IS AN INSURED: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 3 of 6 COMMERCIAL GENERAL LIABILITY G. BLANKET ADDITIONAL INSURED —OWNERS, H. BLANKET ADDITIONAL INSURED — LESSORS MANAGERS OR LESSORS OF PREMISES OF LEASED EQUIPMENT The following is added to SECTION II — WHO IS The following is added to SECTION II —WHO IS AN INSURED: AN INSURED: Any person or organization that is a premises Any person or organization that is an equipment owner, manager or lessor and that you have lessor and that you have agreed in a written con- agreed in a written contract or agreement to in- tract or agreement to include as an insured on clude as an additional insured on this Coverage this Coverage Part is an insured, but only with re- Part is an insured, but only with respect to liability sect to liabilityfor "bodily injury", for "bodily injury", "property damage", "personal p y � j ry", "property dam- , age", "personal injury"or"advertising injury"that: injury"or"advertising injury' that: a. Is "bodily injury" or 'property damage" that a. Is "bodily injury" or "property damage" that occurs, or Is personal injury" or advertising occurs, or is injury" caused bysanal injury" or offen e that is comsing mit- ted, mit-- ted, subsequent to the execution of that con- injury" caused by an offense that is commit- ted, subsequent to the execution of that con- tract or agreement; and tract or agreement; and b. Arises out of the ownership, maintenance or b. Is caused, in whole or in part, by your acts or use of that part of any premises leased to omissions in the maintenance, operation or use of equipment leased to you by such you. equipment lessor. The insurance provided to such premises owner, The insurance provided to such equipment lessor manager or lessor is subject to the following pro- is subject to the following provisions: visions: a. The limits of insurance provided to such a. The limits of insurance provided to such premises owner, manager or lessor will be equipment lessor will be the minimum limits the minimum limits which you agreed to pro- which you agreed to provide in the written contract or agreement, or the limits shown on vide in the written contract or agreement, or the Declarations,whichever are less. the limits shown on the Declarations, which- ever are less. b. The insurance provided to such equipment lessor does not apply to any "bodily injury" or b. The insurance provided to such premises "property damage" that occurs, or "personal owner, manager or lessor does not apply to: injury" or"advertising injury" caused by an of- (1) Any "bodily injury" or "property damage" fense that is committed, after the equipment that occurs, or"personal injury" or"adver- lease expires. tising injury" caused by an offense that is c. The insurance provided to such equipment committed, after you cease to be a tenant lessor is excess over any valid and collectible in that premises; or other insurance available to such equipment (2) Structural alterations, new construction or lessor, whether primary, excess, contingent demolition operations performed by or on or on any other basis, unless you have behalf of such premises owner, lessor or agreed in the written contract or agreement manager. that this insurance must be primary to, or c. The insurance provided to such premises non-contributory with, such other insurance, owner, manager or lessor is excess over any in which case this insurance will be primary valid and collectible other insurance available to, and non-contributory with, such other in- to such premises owner, manager or lessor, surance. whether primary, excess, contingent or on I. BLANKET ADDITIONAL INSURED — STATES any other basis, unless you have agreed in OR POLITICAL SUBDIVISIONS—PERMITS the written contract or agreement that this in- surance must be primary to, or non- The following is added to SECTION II —WHO IS contributory with, such other insurance, in AN INSURED: which case this insurance will be primary to, Any state or political subdivision that has issued a and non-contributory with, such other insur- permit in connection with operations performed by ance. you or on your behalf and that you are required Page 4 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY by any ordinance, law or building code to include (ii) A manager of any limited liability as an additional insured on this Coverage Part is company; or an insured, but only with respect to liability for (iii) An executive officer or director of "bodily injury", "property damage", "personal in- any other organization; jury" or "advertising injury" arising out of such op- that is your partner, joint venture erations. member or manager; or The insurance provided to such state or political (b) Any "employee" authorized by such subdivision does not apply to: partnership, joint venture, limited li- a. Any "bodily injury," "property damage," "per- ability company or other organization sonal injury" or "advertising injury" arising out to give notice of an "occurrence" or of operations performed for that state or po- offense. litical subdivision; or (3) Notice to us of such "occurrence" or of an b. Any "bodily injury" or "property damage" in- offense will be deemed to be given as cluded in the "products-completed operations soon as practicable if it is given in good hazard". faith as soon as practicable to your work- J. KNOWLEDGE AND NOTICE OF OCCUR- ers' compensation insurer. This applies RENCE OR OFFENSE only if you subsequently give notice to us The following is added to Paragraph 2., Duties In of the "occurrence" or offense as soon as The Event of Occurrence, Offense, Claim or practicable after any of the persons de- Suit, of SECTION IV — COMMERCIAL GEN- scribed in Paragraphs e. (1) or (2) above ERAL LIABILITY CONDITIONS: discovers that the "occurrence" or offense may result in sums to which the insurance e. The following provisions apply to Paragraph provided under this Coverage Part may a. above, but only for the purposes of the in- apply. surance provided under this Coverage Part to you or any insured listed in Paragraph 1. or 2. However, if this Coverage Part includes an en- of Section II—Who Is An Insured: dorsement that provides limited coverage for "bodily injury" or "property damage" or pollution (1) Notice to us of such "occurrence" or of- costs arising out of a discharge, release or es- fense must be given as soon as practica- cape of"pollutants" which contains a requirement ble only after the "occurrence" or offense that the discharge, release or escape of "pollut- is known by you (if you are an individual), ants" must be reported to us within a specific any of your partners or members who is number of days after its abrupt commencement, an individual (if you are a partnership or this Paragraph e. does not affect that require- joint venture), any of your managers who ment. is an individual (if you are a limited liability K. UNINTENTIONAL OMISSION company), any of your "executive offi- cers" or directors (if you are an organiza- The following is added to Paragraph 6., Repre- tion other than a partnership,joint venture sentations, of SECTION IV — COMMERCIAL or limited liability company) or any "em- GENERAL LIABILITY CONDITIONS: ployee" authorized by you to give notice The unintentional omission of, or unintentional of an "occurrence"or offense. error in, any information provided by you which (2) If you are a partnership, joint venture or we relied upon in issuing this policy will not preju- limited liability company, and none of your dice your rights under this insurance. However, partners, joint venture members or man- this provision does not affect our right to collect agers are individuals, notice to us of such additional premium or to exercise our rights of "occurrence" or offense must be given as cancellation or nonrenewal in accordance with soon as practicable only after the "occur- applicable insurance laws or regulations. rence"or offense is known by: L. BLANKET WAIVER OF SUBROGATION (a) Any individual who is: The following is added to Paragraph 8., Transfer (i) A partner or member of any part- Of Rights Of Recovery Against Others To Us, nership or joint venture; of SECTION IV — COMMERCIAL GENERAL LI- ABILITY CONDITIONS: CG D3 16 11 11 ©2011 The Travelers Indemnity Company.All rights reserved. Page 5 of 6 COMMERCIAL GENERAL LIABILITY If the insured has agreed in a contract or agree- 3. "Bodily injury" means bodily injury, mental ment to waive that insured's right of recovery anguish, mental injury, shock, fright, disability, against any person or organization, we waive our humiliation, sickness or disease sustained by right of recovery against such person or organiza- a person, including death resulting from any tion, but only for payments we make because of: of these at any time. a. "Bodily injury" or "property damage" that oc- N. CONTRACTUAL LIABILITY—RAILROADS curs; or 1. The following replaces Paragraph c. of the b. "Personal injury" or "advertising injury" definition of "insured contract" in the DEFINI- caused by an offense that is committed; TIONS Section: subsequent to the execution of that contract or c. Any easement or license agreement; agreement. 2. Paragraph f.(1) of the definition of "insured M. AMENDED BODILY INJURY DEFINITION contract" in the DEFINITIONS Section is de- The following replaces the definition of "bodily leted. injury"in the DEFINITIONS Section: Page 6 of 6 ©2011 The Travelers Indemnity Company.All rights reserved. CG D3 16 11 11 COMMERCIAL GENERAL LIABILITY POLICY NUMBER: ISSUE DATE: -THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART f SCHEDULE Designated Project Designated Project(s): General Aggregate(s): EACH "PROJECT" FOR WHICH YOU HAVE AGREED, GENERAL AGGREGATE LIMIT + IN A WRITTEN CONTRACT WHICH IS IN EFFECT SHOWN ON THE DECLARATIONS I DURING THIS POLICY PERIOD, TO PROVIDE A SEPARATE GENERAL AGGREGATE LIMIT, PROVIDED THAT THE CONTRACT IS SIGNED AND EXECUTED i BY YOU BEFORE THE "BODILY INJURY" OR "PROPERTY DAMAGE" OCCURS. i i A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. i obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for j rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project" shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated ject", and that limit is equal to the amount of "project"shown in the Schedule above. i the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to 2. The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of "bodily injury" or "prop- gregate Limit. erty damage" included in the "products- S. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- b. Claims made or"suits"brought; or nated "project"shown in the Schedule above: c. Persons or organizations making claims or bringing "suits". i CG D2 11 01 04 Copyright, The Travelers Indemnity Company, 2004 Page 1 of 2 i i I COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. nated Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2. of SECTION III—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or a. Damages under Coverage B; and agreement. For the purposes of determining the j b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the I medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1) which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single"project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. i i i I i i 1' 1 :1 1 I, 1 i i I Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CG D2 11 01 04 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 2. The following is added to Paragraph B.5., Other 1. The following is added to Paragraph A.1.c., Who Insurance of SECTION IV — BUSINESS AUTO Is An Insured, of SECTION II — COVERED CONDITIONS: AUTOS LIABILITY COVERAGE: Regardless of the provisions of paragraph a. and Any person or organization who is required under paragraph d. of this part 5. Other Insurance, this a written contract or agreement between you and insurance is primary to and non-contributory with that person or organization, that is signed and applicable other insurance under which an addi- executed by you before the "bodily injury" or tional insured person or organization is the first "property damage" occurs and that is in effect named insured when the written contract or during the policy period, to be named as an addi- agreement between you and that person or or- tional insured is an "insured" for Covered Autos ganization, that is signed and executed by you Liability Coverage, but only for damages to which before the "bodily injury" or "property damage" this insurance applies and only to the extent that person or organization qualifies as an "insured" occurs and that is in effect during the policy pe- under the Who Is An Insured provision contained o requires this insurance to be primary and n in SECTION II. non-contributory. CA T4 74 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.with its permission. This page has been left blank intentionally. COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF B. BLANKET ADDITIONAL INSURED USE— INCREASED LIMIT C. EMPLOYEE HIRED AUTO I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES— INCREASED LIMIT D. EMPLOYEES AS INSURED J. PERSONAL PROPERTY E. SUPPLEMENTARY PAYMENTS — INCREASED K. AIRBAGS LIMITS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR F. HIRED AUTO — LIMITED WORLDWIDE COV- LOSS ERAGE— INDEMNITY BASIS M. BLANKET WAIVER OF SUBROGATION G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED this insurance applies and only to the extent that The following is added to Paragraph A.1., Who Is person or organization qualifies as an "insured" An Insured, of SECTION II —COVERED AUTOS under the Who Is An Insured provision contained LIABILITY COVERAGE: in Section II. Any organization you newly acquire or form dur- C. EMPLOYEE HIRED AUTO ing the policy period over which you maintain 1. The following is added to Paragraph A.1., 50% or more ownership interest and that is not Who Is An Insured, of SECTION II — COV- separately insured for Business Auto Coverage. ERED AUTOS LIABILITY COVERAGE: Coverage under this provision is afforded only un- An "employee" of yours is an "insured" while til the 180th day after you acquire or form the or- operating an "auto" hired or rented under a ganization or the end of the policy period, which- contract or agreement in an "employee's" ever is earlier. name, with your permission, while performing duties related to the conduct of your busi- B. BLANKET ADDITIONAL INSURED ness. The following is added to Paragraph c. in A.1., 2. The following replaces Paragraph b. in B.5., Who Is An Insured, of SECTION II — COVERED Other Insurance, of SECTION IV — BUSI- AUTOS LIABILITY COVERAGE: NESS AUTO CONDITIONS: Any person or organization who is required under b. For Hired Auto Physical Damage Cover- a written contract or agreement between you and age, the following are deemed to be cov- that person or organization, that is signed and ered "autos" you own: executed by you before the "bodily injury" or (1) Any covered "auto" you lease, hire, "property damage" occurs and that is in effect rent or borrow; and during the policy period, to be named as an addi- (2) Any covered "auto" hired or rented by tional insured is an "insured" for Covered Autos your "employee" under a contract in Liability Coverage, but only for damages to which an "employee's" name, with your CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO permission, while performing duties (a) With respect to any claim made or "suit" related to the conduct of your busi- brought outside the United States of ness. America, the territories and possessions However, any "auto"that is leased, hired, of the United States of America, Puerto rented or borrowed with a driver is not a Rico and Canada: covered "auto". (i) You must arrange to defend the "in- D. EMPLOYEES AS INSURED sured" against, and investigate or set- The following is added to Paragraph A.1., Who Is tle any such claim or "suit" and keep An Insured, of SECTION II —COVERED AUTOS us advised of all proceedings and ac- tions. LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- (ii) Neither you nor any other involved"insured" will make any settlement ing a covered "auto"you don't own, hire or borrow without our consent. in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED (iii) in may, at our discretion, participate LIMITS in defending the "insured" against, or in the settlement of, any claim or 1. The following replaces Paragraph A.2.a.(2), "suit". of SECTION II — COVERED AUTOS LIABIL- (iv)We will reimburse the "insured" for ITY COVERAGE: sums that the "insured" legally must (2) Up to $3,000 for cost of bail bonds (in- pay as damages because of "bodily cluding bonds for related traffic law viola- injury" or"property damage" to which tions) required because of an "accident" this insurance applies, that the "in- we cover. We do not have to furnish sured" pays with our consent, but these bonds. only up to the limit described in Para- 2. The following replaces Paragraph A.2.a.(4), graph C., Limits Of Insurance, of of SECTION II — COVERED AUTOS LIABIL- SECTION II — COVERED AUTOS ITY COVERAGE: LIABILITY COVERAGE. (4) All reasonable expenses incurred by the (v) We will reimburse the "insured" for "insured" at our request, including actual the reasonable expenses incurred loss of earnings up to $500 a day be- with our consent for your investiga- cause of time off from work. tion of such claims and your defense of the "insured" against any such F. HIRED AUTO — LIMITED WORLDWIDE COV- "suit", but only up to and included ERAGE— INDEMNITY BASIS within the limit described in Para- The following replaces Subparagraph (5) in Para- graph C., Limits Of Insurance, of graph B.7., Policy Period, Coverage Territory, SECTION II — COVERED AUTOS of SECTION IV — BUSINESS AUTO CONDI- LIABILITY COVERAGE, and not in TIONS: addition to such limit. Our duty to (5) Anywhere in the world, except any country or make such payments ends when we jurisdiction while any trade sanction, em- have used up the applicable limit of bargo, or similar regulation imposed by the insurance in payments for damages, United States of America applies to and pro- settlements or defense expenses. hibits the transaction of business with or (b) This insurance is excess over any valid within such country or jurisdiction, for Cov- and collectible other insurance available ered Autos Liability Coverage for any covered to the "insured" whether primary, excess, "auto" that you lease, hire, rent or borrow contingent or on any other basis. without a driver for a period of 30 days or less (c) This insurance is not a substitute for re- and that is not an "auto" you lease, hire, rent quired or compulsory insurance in any or borrow from any of your "employees", country outside the United States, its ter- partners (if you are a partnership), members ritories and possessions, Puerto Rico and (if you are a limited liability company) or Canada. members of their households. Page 2 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO You agree to maintain all required or (2) In or on your covered "auto". compulsory insurance in any such coun- This coverage applies only in the event of a total try up to the minimum limits required by theft of your covered "auto". local law. Your failure to comply with No deductibles apply to this Personal Property compulsory insurance requirements will not invalidate the coverage afforded by coverage. this policy, but we will only be liable to the K. AIRBAGS same extent we would have been liable The following is added to Paragraph B.3., Exclu- had you complied with the compulsory in- sions, of SECTION III — PHYSICAL DAMAGE surance requirements. COVERAGE: (d) It is understood that we are not an admit- Exclusion 3.a. does not apply to "loss" to one or ted or authorized insurer outside the more airbags in a covered "auto" you own that in- United States of America, its territories flate due to a cause other than a cause of 'loss" and possessions, Puerto Rico and Can- set forth in Paragraphs A.1.b. and A.1.c., but ada. We assume no responsibility for the only: furnishing of certificates of insurance, or a. If that "auto" is a covered "auto" for Compre- for compliance in any way with the laws hensive Coverage under this policy; of other countries relating to insurance. b. The airbags are not covered under any war- G. WAIVER OF DEDUCTIBLE—GLASS ranty; and The following is added to Paragraph D., Deducti- c. The airbags were not intentionally inflated. ble, of SECTION III — PHYSICAL DAMAGE We will pay up to a maximum of $1,000 for any COVERAGE: one "loss". No deductible for a covered "auto" will apply to L. NOTICE AND KNOWLEDGE OF ACCIDENT OR glass damage if the glass is repaired rather than LOSS replaced. The following is added to Paragraph A.2.a., of H. HIRED AUTO PHYSICAL DAMAGE— LOSS OF SECTION IV— BUSINESS AUTO CONDITIONS: USE—INCREASED LIMIT Your duty to give us or our authorized representa- The following replaces the last sentence of Para- tive prompt notice of the "accident" or 'loss" ap- graph AA.b., Loss Of Use Expenses, of SEC- plies only when the "accident" or 'loss" is known TION III—PHYSICAL DAMAGE COVERAGE: to: However, the most we will pay for any expenses (a) You (if you are an individual); for loss of use is $65 per day, to a maximum of (b) A partner(if you are a partnership); $750 for any one "accident'. (c) A member (if you are a limited liability com- I. PHYSICAL DAMAGE — TRANSPORTATION pany); EXPENSES— INCREASED LIMIT (d) An executive officer, director or insurance The following replaces the first sentence in Para- manager (if you are a corporation or other or- graph A.4.a., Transportation Expenses, of ganization); or SECTION III — PHYSICAL DAMAGE COVER- (e) Any "employee" authorized by you to give no- AGE: tice of the "accident' or"loss". We will pay up to $50 per day to a maximum of M. BLANKET WAIVER OF SUBROGATION $1,500 for temporary transportation expense in- The following replaces Paragraph A.5., Transfer curred by you because of the total theft of a cov- Of Rights Of Recovery Against Others To Us, ered "auto" of the private passenger type. of SECTION IV — BUSINESS AUTO CONDI- J. PERSONAL PROPERTY TIONS: The following is added to Paragraph AA., Cover- 5. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex- tent required of you by a written contract We will pay up to $400 for "loss" to wearing ap- signed and executed prior to any "accident' parel and other personal property which is: or"loss", provided that the "accident' or"loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 02 15 ©2015 The Travelers Indemnity Company.All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.with its permission. COMMERCIAL AUTO such contract. The waiver applies only to the The unintentional omission of, or unintentional person or organization designated in such error in, any information given by you shall not contract. prejudice your rights under this insurance. How- N. UNINTENTIONAL ERRORS OR OMISSIONS ever this provision does not affect our right to col- The following is added to Paragraph B.2., Con- lect additional premium or exercise our right of cealment, Misrepresentation, Or Fraud, of cancellation or non-renewal. SECTION IV—BUSINESS AUTO CONDITIONS: Page 4 of 4 ©2015 The Travelers Indemnity Company.All rights reserved. CA T3 53 02 15 Includes copyrighted material of Insurance Services Office,Inc.with its permission. UMBRELLA THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL EXCESS LIABILITY (UMBRELLA) INSURANCE The following is added to Paragraph 11., OUR RIGHT a. "Bodily injury" or"property damage" caused by an TO RECOVER FROM OTHERS., of SECTION IV — "occurrence"that takes place; or CONDITIONS.: b. "Personal injury" or "advertising injury" caused by If the insured has agreed in a contract or agreement an "offense"that is committed; to waive that insured's right of recovery against any subsequent to the execution of the contract or agree- person or organization, we waive our right of recovery against such person or organization, but only for ment. payments we make because of: UM 04 88 07 08 O 2008 The Travelers Companies,Inc. Page 1 of 1 Includes the copyrighted material of Insurance Services Office, Inc.with its permission. This page has been left blank intentionally. KENT SPEC 1 AL PROV 1 S 1 ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 REMENTS ..................................... 1-1 1 -01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1 -2 1-03 Award and Execution of Contract....................................... 1 -5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public................. 1-13 1-08 Prosecution and Progress ................................................. 1-17 1-09 Measurement and Payment .............................................. 1-21 1 -10 Temporary Traffic Control ................................................ 1-22 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-2 2-06 Subgrade Preparation...................................................... 2-3 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 6 STRUCTURES ......................................................... 6-1 6-09 Modified Concrete Overlays .............................................. 6-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-09 Raised Pavement Markers ................................................ 8-4 8-22 Pavement Marking .......................................................... 8-5 8-23 Temporary Pavement Markings......................................... 8-7 8-26 Lane Separator............................................................... 8-8 DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 MANUFACTURER'S DETAILS............................................................ A-3 TRAFFIC CONTROL PLANS .............................................................. A-4 PREVAILING WAGE RATES.............................................................. A-5 2121h St. Bridge Deck Resurface/Maloney March 4, 2019 Project Number: 18-3004 KENT SPEC I AL PROV 1 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. DIVISION 1 - GENERAL REQU 1 REMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDI NG THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons N I C Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2121h St. Bridge Deck Resurface/Maloney 1 - 1 March 4, 2019 Project Number: 18-3004 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 BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED 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 212`h St. Bridge Deck Resurface/Maloney 1 - 2 March 4, 2019 Project Number: 18-3004 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 by downloading at no charge at KentWA.gov/doi,n.g.-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not 2121h St. Bridge Deck Resurface/Maloney 1 - 3 March 4, 2019 Project Number: 18-3004 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: 1-02.1 O 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. 2121h St. Bridge Deck Resurface/Maloney 1 - 4 March 4, 2019 Project Number: 18-3004 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) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal 212`h St. Bridge Deck Resurface/Maloney 1 - 5 March 4, 2019 Project Number: 18-3004 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 unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 2121h St. Bridge Deck Resurface/Maloney 1 - 6 March 4, 2019 Project Number: 18-3004 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 /S DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 212`h St. Bridge Deck Resurface/Maloney 1 - 7 March 4, 2019 Project Number: 18-3004 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 BY ADDING 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. 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. 212"' St. Bridge Deck Resurface/Maloney 1 - 8 March 4, 2019 Project Number: 18-3004 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 212`h St. Bridge Deck Resurface/Maloney 1 - 9 March 4, 2019 Project Number: 18-3004 SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 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 (1 , 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1 A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 2121' St. Bridge Deck Resurface/Maloney 1 - 10 March 4, 2019 Project Number: 18-3004 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. 212`h St. Bridge Deck Resurface/Maloney 1 - 11 March 4, 2019 Project Number: 18-3004 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. 2121h St. Bridge Deck Resurface/Maloney 1 - 12 March 4, 2019 Project Number: 18-3004 1-07 LEGAL RELAT I ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 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. 2121h St. Bridge Deck Resurface/Maloney 1 - 13 March 4, 2019 Project Number: 18-3004 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 2121' St. Bridge Deck Resurface/Maloney 1 - 14 March 4, 2019 Project Number: 18-3004 Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners 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. CenturyLink Comcast Alex Harb Bill Walker 206-345-4476 253-288-7538 253-831-0395 (cell) 206-255-6975 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Dennis Booth 253-395-6926 425-417-9188 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) 2121" St. Bridge Deck Resurface/Maloney 1 - 15 March 4, 2019 Project Number: 18-3004 SECTION 1-07.18 IS REVISED BY ADDING 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 BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor may close the bridge on two separate weekends to complete the resurfacing. The bridge may be closed from 6:00 a.m. on Saturday to 5:00 a.m. on Monday. The Contractor shall not perform any activities, except for installing or removing temporary traffic control devices, from 10:00 p.m. to 7:00 a.m. daily. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 2121" St. Bridge Deck Resurface/Maloney 1 - 16 March 4, 2019 Project Number: 18-3004 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 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. The City will allow the 212"' St. Bridge Deck Resurface/Maloney 1 - 17 March 4, 2019 Project Number: 18-3004 Contractor to choose the Notice to Proceed date, provided that the Notice to Proceed date shall be no later than August 5, 2019 and 2121h Street Bridge shall be open to traffic without any restrictions during Kent Cornucopia Days (July 12 — 14, 2019) and Seafair Weekend (August 2 — 4, 2019). If the Contractor does not select a Notice to Proceed date, the date for the Notice to Proceed shall be August 5, 2019. The Contractor shall submit the Notice to Proceed date in writing at the preconstruction meeting for approval by the Engineer. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. 2121h St. Bridge Deck Resurface/Maloney 1 - 18 March 4, 2019 Project Number: 18-3004 The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1 . Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to 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. 2121h St. Bridge Deck Resurface/Maloney 1 - 19 March 4, 2019 Project Number: 18-3004 The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no 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. 2121"St. Bridge Deck Resurface/Maloney 1 - 20 March 4, 2019 Project Number: 18-3004 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: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 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. 212`h St. Bridge Deck Resurface/Maloney 1 - 21 March 4, 2019 Project Number: 18-3004 It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-1 O TEMPORARY TRAFF I C CONTROL 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: 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 212`h St. Bridge Deck Resurface/Maloney 1 - 22 March 4, 2019 Project Number: 18-3004 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing protective/work vehicles, barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The unit contract price per hour for "Uniformed Off-Duty Police Officer" shall be complete compensation for the utilization of a uniformed off- duty police officer and vehicle for traffic control purposes. Cost is per hour for each hour an officer is on the project with a minimum call-out 212`h St. Bridge Deck Resurface/Maloney 1 - 23 March 4, 2019 Project Number: 18-3004 time of three hours. No adjustment will be made for overtime hours or holidays. The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SASY per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Type I I I Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 212`" St. Bridge Deck Resurface/Maloney 1 - 24 March 4, 2019 Project Number: 18-3004 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1 -07.23(1) of the WSDOT Standard Specifications. 212`h St. Bridge Deck Resurface/Maloney 1 - 25 March 4, 2019 Project Number: 18-3004 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the 212`h St. Bridge Deck Resurface/Maloney 2 - 1 March 4, 2019 Project Number: 18-3004 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1 . Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per lineal foot for "Remove Cement Concrete Traffic Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul, and dispose of the cement concrete traffic curb as shown on the plans and described in the specifications. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. 2121' St. Bridge Deck Resurface/Maloney 2 - 2 March 4, 2019 Project Number: 18-3004 The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING; 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2121h St. Bridge Deck Resurface/Maloney 2 - 3 March 4, 2019 Project Number: 18-3004 D I V I S I ON 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M I X ASPHALT SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. SECTIONS 5-04.5(1), 5-04.5(1)A AND 5-04.5(1)B ARE DELETED IN THEIR ENTIRETY. 5-04.5(1) Quality Assurance Price Adjustments 5-04.5(1)A Price Adjustments for Quality of HMA Mixture 5-04.5(1)B Price Adjustments for Quality of HMA Compaction 2121" St. Bridge Deck Resurface/Maloney 5 - 1 March 4, 2019 Project Number: 18-3004 DIVISION 6 - STRUCTURES 6-09 MODIFIED CONCRETE OVERLAYS SECTION 6-09.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.1 Description This work shall consist of furnishing and placing a polyester concrete overlay, including cleaning and preparing the existing concrete bridge deck surface, in accordance with these special provisions. SECTION 6-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.2 Materials Polyester concrete shall be composed of the following three components — polyester resin binder, high molecular weight methacrylate (HMWM) resin, and aggregate, in accordance with Section 6-02.2 as supplemented in these Special Provisions. The Contractor shall prepare and submit a Type 1 Working Drawing consisting of the polyester concrete design mix and mixing procedure. The mix design shall include a recommended initiator percentage for the expected application temperature, and the recommended amount of polyester resin binder as a percentage of the dry weight of aggregate. The amount of peroxide initiator used shall result in a polyester concrete set time between 30 and 120 minutes during placement as determined by California Test 551 , Part 2, "Method of Test For Determination of Set Time of Concrete Overlay and Patching Materials", by Gilmore Needles. Accelerators or inhibitors may be required as recommended by the polyester resin binder supplier. The polyester resin binder shall be an unsaturated isophthalic polyester-styrene co-polymer Prior to adding the initiator, the resin shall conform to the following requirements: Viscosity: 75 to 200 cps ASTM D 2196 (20 rpm at 77F, RVT No. 1 spindle) Specific Gravity: 1 .05 to 1 .10 at 77F ASTM D 1475 Styrene Content: 45% to 50% by weight ASTM D2369 of polyester styrene resin After adding the initiator, the resin shall conform to the following requirements: Elongation: 35% minimum w/ thickness 0.25" ± 0.04" ASTM D 638 212`h St. Bridge Deck Resurface/Maloney 6 - 1 March 4, 2019 Project Number: 18-3004 Tensile Strength: 2,500 psi minimum ASTM D 638 w/ thickness 0.25" ± 0.04" Conditioning: 18 hours/77F/50% + 5 hours/158F ASTM D 618 Silane Coupler: 1 .0% minimum (by weight of polyester-styrene resin) The silane coupler shall be an organosilane ester, gammamethacryloxypro-pyltrimethoxysilane. The promoter/hardeners shall be compatible with suitable methyl ethyl ketone peroxide (MEKP) and cumene hydroperoxide (CHP) initiators. MEKP initiators shall be used when the surrounding concrete temperatures are above 60F. A blend of initiators may be used as approved by the Engineer when the surrounding concrete temperature is 50F to 60F. Polyester resin binder will be accepted based on submittal to the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1-06.3, In addition to the viscosity and density properties, and the promoter/initiator system, already specified in this Section, the high molecular weight methacrylate (HMWM) resin for polyester concrete overlays shall conform to the following requirements: Flash Point: 180F minimum ASTM D 3278 Tack-Free Time: 400 minutes maximum California Test 551 Prior to adding initiator the HMWM resin shall have a maximum volatile content of 30 percent, when tested in conformance with ASTM D 2369. HMWM resin will be accepted based on submittal to the Engineer of a Manufacturer's Certificate of Compliance conforming to Section 1-06.3. The aggregate shall be from a WSDOT approved pit site and shall be thoroughly washed and kiln dried. The aggregate shall conform to Section 9-03, and one of the following combined aggregate gradings: Combined Aggregate Sieve Size 1/2" Max. 3/8" Max. % Passing % Passing 1/2" 100 100 3/8" 83-100 100 U.S. No. 4 65-82 62-85 U.S. No. 8 45-64 45-67 U.S. No. 16 27-48 29-50 U.S. No. 30 12-30 16-36 U.S. No. 50 6-17 5-20 U.S. No. 100 0-7 0-7 U.S. No. 200 0-3 0-3 2121h St. Bridge Deck Resurface/Maloney 6 - 2 March 4, 2019 Project Number: 18-3004 The combined aggregate shall have a maximum of 45 percent crushed particles. Fine aggregate shall consist of natural sand only. Aggregate absorption shall not exceed 1 .0 percent. The moisture content of the aggregate shall not exceed one half of the aggregate absorption at the time of mixing with the polyester resin binder. The aggregate temperature shall be between 45F and 10OF at the time of mixing. The sand for abrasive finish shall conform to Section 6-09.2, and the aggregate moisture content requirements specified above. SECT/ON 6-09.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3 Construction Requirements The Contractor shall have the services of a qualified polyester concrete manufacturer's technical representative physically present at the job site. The manufacturer's technical representative shall assist the Contractor in training the Contractor's personnel and providing technical assistance in preparing the header blockout surface, applying primer, and mixing, placing, and curing the polyester concrete. The concrete surfaces shall be clean, free of dust, and dry for proper bonding of the polyester overlay. Precautions shall be taken to ensure that no dust or debris leaves the bridge deck and that all traffic is protected from rebound and dust. The prepared concrete surface shall be given one coat of wax-free High Molecular Weight Methacrylate Resin (HMWM). Immediately prior to applying the HMWM prime coat, the surface to receive the prime coat shall be swept clean. Application of the prime coat and the polyester concrete overlay shall not begin if rain is expected within 12- hours of completion. The area to receive the prime coat shall be dry and no rain shall have fallen for twenty-four hours. The concrete surface's temperature shall be between 50 and 85 degrees F when the prime coat is applied. The promoted/initiated resin prime coat shall be worked into the concrete in a manner to effect complete coverage of the area to be overlaid. The prime coat shall be allowed to cure for a minimum of 30 minutes before placing the polyester overlay. Under no circumstances shall any resin be allowed to run into drains or off of the edges of the structure. 212Lh St. Bridge Deck Resurface/Maloney 6 - 3 March 4, 2019 Project Number: 18-3004 A one pint sample of each batch of promoted/initiated HMWM resin shall be retained and submitted to the Engineer at the time of primer application. If the primed surface becomes contaminated, the contaminated area shall be cleaned by abrasive blasting and reprimed. SECTION 6-09.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(1) Equipment All equipment for cleaning the surface and mixing and applying the overlay shall be in strict accordance with the manufacturers requirements and approved by the Engineer prior to commencement of work. The mixer shall be equipped to be calibrated to automatically proportion and blend all components of the specified mix on a continuous or intermittent basis as required by the finishing operation, and shall discharge mixed material directly into the finishing machine. The mixer shall be equipped with a metering device that automatically measures and records the aggregate volumes and the corresponding resin volumes. The metering device shall have a readout display gage visible at all times, and shall be capable of printing out the volumes being recorded for each material. The aggregate and resin volumes shall be recorded at no greater than five minute intervals along with the date of each recording. A printout of the recordings shall be furnished to the Engineer at the end of each work shift. The Contractor shall prevent any cleaning chemicals from reaching the polyester mix during the overlay applications. The Contractor shall submit a Type 1 Working Drawing consisting of all equipment for cleaning the concrete and steel surfaces, and mixing and applying the polyester concrete. SECTION 6-09.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(3) Concrete Overlay Mixes The Contractor shall use polyester concrete for the total concrete overlay operation. Use of latex modified concrete (LMC), fly ash modified concrete (FMC) or microsilica modified concrete (MMC) will not be allowed. Polyester concrete shall consist of the following three components - polyester resin binder, HMWM resin, and combined aggregate, in accordance with Section 6-09.2 as supplemented in these Special Provisions. The Contractor shall submit the mix design for the polyester concrete to the Engineer for approval. The mix design shall include a 212`h St. Bridge Deck Resurface/Maloney 6 - 4 March 4, 2019 Project Number: 18-3004 recommended initiator percentage for the expected application temperature. The polyester resin binder shall be approximately 12 percent by weight of the dry combined aggregate. The Contractor shall not begin the trial overlay of the polyester concrete, as specified in Section 6-09.3(8) as supplemented in these Special Provisions, until receiving the Engineer's approval of the polyester concrete mix design. Polyester concrete shall be mixed in mechanically operated mobile mixers in accordance with the mix design as approved by the Engineer. The mixer size shall be limited to a nine cubic yard maximum capacity, unless otherwise approved by the Engineer. The aggregate and resin volumes shall be recorded for each batch along with the date of each recording. A printout of the recordings shall be furnished to the Engineer at the end of each work shift. The Contractor shall prevent any cleaning chemicals from reaching the polyester mix during the mixing operations. The polyester resin binder in the concrete shall be approximately 12 percent by weight of the dry aggregate. The amount of peroxide initiator used shall result in a polyester concrete set time between 30 and 120 minutes during placement. The resin binder shall be initiated and thoroughly blended just prior to mixing the aggregate and binder. The polyester concrete shall be mixed a minimum of 2 minutes prior to placing. The polyester concrete shall be placed on the liquid or hardened prime coat within 2 hours of placing the prime coat. Polyester concrete shall be placed prior to gelling and within 15 minutes following initiation, whichever occurs first. Polyester concrete that is not placed within this time shall be discarded. The surface temperature of the area receiving the polyester concrete shall be the same as specified above for the HMWM prime coat. The polyester concrete shall be consolidated in accordance with the manufacturer's recommendations. SECTION 6-09.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(4) Storing and Handling All materials shall be delivered in their original containers bearing the manufacturers label, specifying date of manufacturing, batch number, trade name brand quantity and mixing ratio. Each shipment of polyester resin binder and HMWM resin shall be accompanied by a Materials Safety Data Sheet (MSDS). 212`h St. Bridge Deck Resurface/Maloney 6 - 5 March 4, 2019 Project Number: 18-3004 Sufficient material to perform the entire overlay application shall be in storage at the site prior to any field preparation, so that there shall be no delay in procuring the material for each day's application. The materials shall be stored so as not to be damaged by the elements and to ensure the preservation of their quality and fitness for the work. The storage space shall be kept clean and dry and shall contain a high- low thermometer. The temperatures of the storage space shall not fall below nor rise above that recommended by the manufacturer. Every precaution shall be taken to avoid contact with flame. Stored materials shall be inspected prior to their use, and shall meet the requirements of these Special Provisions at the time of use. Any material which is rejected because of failure to meet the required tests or that has been damaged so as to cause rejections shall be immediately replaced at no additional expense to the Contracting Agency. Appropriate impermeable protective garments shall be used by all workers who may contact the resin or initiators to prevent skin contact. If skin contact occurs, the resin or initiators shall be immediately washed off. Clothing that becomes saturated with resin shall be removed immediately. All personnel working with the polyester concrete shall be issued suitable approved organic vapor respirators in addition to other appropriate protection equipment. The manufacturer's specific requirements for handling their products shall be strictly adhered to. SECTION 6-09.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(5) Concrete Deck Surface Preparation Using the equipment, material, technique and procedures established for surface preparation, the bridge deck surfaces shall be prepared prior to placing the polyester overlay as detailed below. Remove 3/4" of the existing deck concrete at the elastic expansion joint seal at the fixed end on the east end of the bridge and at the steel finger joint on the west end to accommodate the polyester overlay thickness and provide room for a smooth transition onto the bridge. If there is less than 3/4" concrete over existing reinforcing bars at these locations, then remove concrete to top of reinforcing bars and feather the polyester overlay material as much as possible to minimize the bump at the transitions onto the bridge. The Contractor shall use a diamond profile grinder to remove existing concrete as shown on the plans. The resulting residue shall be removed immediately. Dry clean only, no water flushing will be allowed. The remaining residual shall be removed by abrasive blasting. The Contractor shall inform the Engineer 212`h St. Bridge Deck Resurface/Maloney 6 - 6 March 4, 2019 Project Number: 18-3004 of the type of machine selected in accordance with Item 1 of Section 6- 09.3(2). The balance of the concrete substrate shall be prepared for application of the overlay by shotblasting in order to remove all existing grease, slurry, oils, paint, dirt, striping, cure compound, rust, membrane, weak surface mortar or any other contaminants that could interfere with the proper adhesion of the overlay system. Prior to shot blastina Surface Preparation: Repair minor potholes and delamination in the deck surface by removing the damaged concrete and patching with an Engineer approved patching material before installation of the overlay. Strike off patches so they are level with the existing deck using common concrete finishing tools. Concrete Patching — Structural patching shall be high alumina rapid set concrete. High alumina patching placed prior to the deck overlay shall require minimum 24-hour cure. Manufacturer instructions must be followed to ensure proper product performance. PPC shall be used for non-structural patching and for limited structural patching as approved by the Engineer. For PPC patching, a Schmidt hammer test confirming a minimum rebound number (R) of 24 is required prior to paving. Equipment Shot Blasting Machine. Use a shot blasting machine to obtain the specified surface texture on the concrete surfaces that are to receive the PPC overlay. The use of a rotary milling or hydro-demolition machines will not be allowed. Provide a shot blasting machine that consists of a self-contained mobile unit using steel abrasive to texture the sound concrete to achieve the specified surface profile. Provide a machine that is capable of blasting a minimum width of two feet per pass. The shot blasting machine must vacuum and store all material removed from the blasted concrete surface into a self-contained unit. A. Deck Preparation 1 . All traffic delineating obstructions shall be removed prior to shot blasting. 2. The areas to receive overlay shall be cleaned by shotblasting, or abrasive sandblasting in the event that the shotblaster cannot access areas to be prepared. Cleaning shall not commence until all work involving the repair of the concrete deck surface has been completed and the deck is dry. All contaminants shall be picked up and stored in the vacuum unit and no dust shall be created during the blasting operation that will obstruct the view of motorists in adjacent roadways. The travel speed and/or number of passes of the shotblasting unit shall be adjusted so as to result in all weak or loose surface mortar being removed, aggregates within the concrete being exposed, and open pores in the concrete exposed, as well as a visible change in the concrete 212`h St. Bridge Deck Resurface/Maloney 6 - 7 March 4, 2019 Project Number: 18-3004 color. The contractor shall continue with additional passes until there is no significant change in color from the previous pass. Cleaned surfaces shall not be exposed to vehicular traffic unless approved by the Engineer. If the deck becomes contaminated before placing the overlay, the Contractor shall shotblast or abrasive sandblast the contaminated areas to the satisfaction of the Engineer at no additional cost. 3. Achieve final surface texture meeting the International Concrete Repair Institute's (ICRI) concrete surface profile numbers 5 through 7 as defined by ICRI Guideline No.03732 and as shown by Surface Profile Samples available from ICRI, or ASTM E 965 Pavement Macrotextrue Depth of 0.04 to 0.08 inch. Shot blasting is meant to expose the coarse aggregate. The prepared surface must be free of asphalt material, oil, dirt, rubber, curing compounds, paint, carbonation, laitance, weak surface mortar, and other potentially detrimental material, which may interfere with the bonding or curing of the overlay. 4. Acceptable cleaning is usually achieved by significantly changing the color of the concrete and mortar and beginning to expose coarse aggregate particles. Mortar which is sound and firmly bonded to the coarse aggregate must have open pores due to cleaning to be considered adequate for bond. Traffic paint lines shall be considered clean when they are significantly removed, and the concrete has exposed aggregate showing through the paint stripe. 5. Any loose particles shall be removed prior to the overlay placement by magnets and vacuuming such that no trapped particles remain. Power washing will not be allowed. 6. The areas to be overlaid shall be vacuumed just prior to placement of the primer and shall be completely dry. 7. Cleaning methods other than those detailed by specification may be suggested by the Overlay System Provider and approved by the Engineer. 8. All steel surfaces that will be in contact with the overlay shall be cleaned in accordance with SSPC-SP No. 10, Near-White Blast Cleaning, except that wet blasting methods shall not be allowed. 9. If the Engineer determines that an approved cleaning practice is insufficient according to this Specification or has changed prior to the completion of the overlay application, the Contractor must return to the approved cleaning methods and re-clean the suspect areas or verify through tests at no additional cost to the Agency that the practice is acceptable. 10.All patching and cleaning operations shall be inspected and approved prior to placing the overlay. Any contamination of the deck after initial cleaning shall be removed. The entire overlay system shall be applied following the cleaning and prior to opening the area to traffic. .11 .Cleaned pavement surfaces shall not be exposed to vehicular or pedestrian traffic other than that required by the overlay operation. If the pavement is contaminated before being overlaid it shall be re-cleaned by abrasive blasting to the satisfaction of the Engineer. No additional payment will be made for re-cleaning work. 212t" St. Bridge Deck Resurface/Maloney 6 - 8 March 4, 2019 Project Number: 18-3004 12.The concrete shall be dry at the time of application of the overlay. SECTION 6-09.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(6) Further Deck Preparation If the Contractor needs to move or operate construction equipment over areas meeting the definition of Type 2 deck repair in Section 6- 09.3(6)C, then repair material as specified in Section 6-09.3(3) as supplemented in these Special Provisions shall be placed to a plane surface defined by one-half the periphery of the bottom bar of the top layer of steel reinforcement and cured for four hours in accordance with Section 6-09.3(13) as supplemented in these Special Provisions prior to movement and operation of the equipment. For areas meeting the definition of Type 2 deck repair in Section 6- 09.3(6)C that are not affected by the movement or operation of construction equipment, the repair material shall be placed to a plane surface defined by one-half the periphery of the bottom bar of the top layer of steel reinforcement and cured as follows: a. Type 2 deck repair locations five square feet or less in area shall be filled with repair material at least one hour prior to placing the polyester concrete overlay. b. Type 2 deck repair locations greater than five square feet in area shall be filled with repair material placed and cured for four hours in accordance with Section 6-09.3(13) as supplemented in these Special Provisions prior to placing the polyester concrete overlay. SECTION 6-09.3(6)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.3(6)C Placing Deck Repair Concrete Patching concrete shall be polyester concrete, as specified in Section 6- 09.3(3) as supplemented in these Special Provisions. Concrete Class M shall not be used. Polyester concrete for deck repair shall be placed and cured in accordance with Sections 6-09.3(11) and 6-09.3(13), respectively, as supplemented in these Special Provisions. All deck repair material that fails to achieve a minimum compressive strength of 3,000 psi in six hours as verified by the rebound number determined in accordance with ASTM C 805 shall be removed and replaced with new deck repair material by the Contractor, at no additional expense to the Contracting Agency. When polyester concrete is used as the bridge deck repair material, water shall not be used to flush, clean or saturate the surface of the repair site. 2121h St. Bridge Deck Resurface/Maloney 6 - 9 March 4, 2019 Project Number: 18-3004 The work of Type 2 further deck preparation shall consist of removing and disposing of concrete within the repair area, and furnishing, placing, finishing, and curing the repair concrete. The polyester concrete shall be struck off to the established grade and cross section and consolidated to the required compaction. Forms shall be coated with suitable bond release agent to permit ready release of form. The required finished thickness of the overlay shall be 3/4 of an inch minimum. Polyester concrete overlay shall receive an abrasive sand finish. The sand finish shall be applied immediately after overlay-strike-off and before gelling occurs. The sand finish shall be applied such that the entire surface to affect a uniform coverage of a minimum of 0.8 pounds per square yard. The polyester concrete shall be cured in accordance with the manufacturer's recommendations. The Contractor shall measure the compressive strength of the cured polyester concrete with a rebound hammer in accordance with ASTM C 805. The readings of the rebound hammer used shall be correlated to the compressive strength of the polyester concrete product in accordance with ASTM C 805 Section 5.4, and the Contractor shall submit a Type 1 Working Drawing of this correlation. Traffic and equipment shall not be permitted on the polyester overlay for at least four hours or until it achieves a compressive strength of 2500 psi based on the rebound hammer readings and the correlation chart for the rebound hammer used. Prior to opening the overlay to traffic the finished overlay shall be power-swept to remove loose aggregate. SECTION 6-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-09.5 Payment The unit contract price per square yard for "Scarifying Concrete Surface" constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to scarify the existing concrete bridge deck as shown on the plans and described in the specifications. The lump sum unit contract price for "Polyester Concrete Overlay" constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to overlay the bridge deck as shown on the plans and described in the specifications. This bid item includes covering or plugging the existing drains on the bridge deck. "Further Deck Preparation for Type 2 Deck Repair," per Square Foot 212`h St. Bridge Deck Resurface/Maloney 6 - 10 March 4, 2019 Project Number: 18-3004 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ....................................8-01 .3(2)B and 9-14.2 Fertilizer ...............................8-01 .3(2)B and 9-14.3 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 BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 212`h St. Bridge Deck Resurface/Maloney 8 - 1 March 4, 2019 Project Number: 18-3004 The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Spill Prevention Control and Countermeasures Plan 2. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual 212`h St. Bridge Deck Resurface/Maloney 8 - 2 March 4, 2019 Project Number: 18-3004 4. Construction Stormwater General Permit — WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Inlet protection devices shall be installed prior to the bridge deck scarification or overlay, and shall be removed following construction activities. The inlet protection must be securely fastened to the deck drains. Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. 212`h St. Bridge Deck Resurface/Maloney 8 - 3 March 4, 2019 Project Number: 18-3004 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 hour for "ESC Lead" shall be full pay for all duties outlined in Section 8-01 .3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73M and/or 6-74M. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan6-73M, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1 . Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless 2121h St. Bridge Deck Resurface/Maloney 8 - 4 March 4, 2019 Project Number: 18-3004 otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. 8-22 PAVEMENT MARKING SECTION 8-22. 1 IS REVISED AS FOLLOWS: 8-22.1 Description THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe,just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Profiled Plastic lane lines Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8.22.3 IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3 Construction Requirements Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02 212`h St. Bridge Deck Resurface/Maloney 8 - 5 March 4, 2019 Project Number: 18-3004 SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. 212`h St. Bridge Deck Resurface/Maloney 8 - 6 March 4, 2019 Project Number: 18-3004 SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1 -04.1 , for each of the following bid items that are included in the Proposal: "Profiled Plastic Skip Lane Line," per linear foot. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be 2121h St. Bridge Deck Resurface/Maloney 8 - 7 March 4, 2019 Project Number: 18-3004 maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-26 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-26 LANE SEPARATOR 8-26.1 Description This work shall consist of furnishing and installing the modular lane separator curb system in accordance with these special provisions. 8-26.3 Construction Requirements The Contractor shall install the modular lane separator curb system in accordance with the manufacturer's instructions listed in Appendix A-3. 8-26.5 Payment The unit contract price per linear foot for "Modular Lane Separator Curb System" shall be considered complete compensation for all materials, labor, tools, supplies and equipment required to install the curb system in accordance with the plans, specifications and as directed by the Engineer. 212`" St. Bridge Deck Resurface/Maloney 8 - 8 March 4, 2019 Project Number: 18-3004 DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.21 Recycled Material SECT/ON 9-03.21(1)D /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21 (1)D Recycled Steel Furnace Slag Steel Furnace Slag shall not be used for any purposes. 2121h St. Bridge Deck Resurface/Maloney 9 - 1 March 4, 2019 Project Number: 18-3004 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-73M Typical RPM Lane Markings 6-74M Typical Thermoplastic Lane Markings 212`h St. Bridge Deck Resurface/Maloney A - 1 March 4, 2019 Project Number: 18-3004 42' 12' 30' 3' 0 0 0 0 0 o a o 0 0 0 0 o a o 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 o a o 0 0 0 0 o a o 0 0 0 0 o a o 0 0 0 a0000 a0000 a0000 a0000 VARIES (300'MAX.) 2 5' S' TWO WAY LEFT TURN LANE a o o o o a o o o o a 0 0 0 a o o o o 0 0 0 0 0 0 a 0 0 0 0 0 0 a 0 0 0 0 0 0 0 0 0o a o 0 0 0 0 0 a 0 0 0 0 a 0 0 0 0 0 0 a o o o o 21' 4"GAP TYPE lY RPM TYPE 2YY RPM TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 21' TYPE 2W OR Y RPM a 0 0 0 0 0 0 a 0 0 0 0 0 o a;;�44" TYPE 1W OR Y RPM 0000000 a21'GAP 3 TYPE lY RPM I I TYPE2YYRPM 8888888 8 88888888888— NO GAP TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 42' 42' 12' 30' 12' 30' 7TYPE a0t o oo a�o 1W RPM TYPE 2W RPM TYPE 1W RPM TYPE 2W RPM TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE TYPE 2Y RPM 6' 21' TYPE lY RPM F 1 8 88 88 88 88 88 ' 0000 ' of0000 000000 oo 000000 000000 000000 —TYPEIWRPM 000000000000 00000000000 000000000 } 2W RPM 18"-RPM'S EQUALLY SPACED— TRAFFIC DIRECTION BARRIER LINE DOTTED WIDE LINE 12' 15' 3' 42' 3 8 8� 88 88 0 0 0 0 0 0 0 0 0 0 0 00 0�o 0 0 0 0 0 0 0 0 TYPE 1W RPM TYPE 2W RPM TYPE 2W RPM TYPE 1W RPM DROP LANE LINE TRAFFIC DIRECTION EDGE LINE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S�oFS �� ENGINEER AND PPROVED FOR PUBLICATION IGINAL,SIGNED BY THE W LICATION IS KEPT ON FILE AT X� �c �Gy THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT NOTE: ENGINEERING DEPARTMENT � � KEN1. RAISED PAVEMENT MARKERS(RPM'S) T TYPICAL RPM LANE �0 3a2ss �' WASHINGT " MARKINGS SHELL BE INSTALLED PER WSDOT �' STANDARD SPECIFICATIONS 8-09, �� �QI TS �w DESIGNED c0K 9-02.1(8),9-26.2 AND 9-21. �SgIONAL E DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE JUNE, 2018 6-73M ENGINEER APPROVED 1 10' 30' TRAFFIC DIRECTION r O o 0 o a o 0 0 0 -4"GAP VARIES (300'MAX.) 2.5' S TWO WAY LEFT TURN LANE 0 O 13 0 0 O O 0 0 TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE a o TYPE 2W RPM TYPE 2YY RPM 0 20' I 4"GAP 4"GAP 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 11' 30' TRAFFIC DIRECTION 1 �o 11' 30' o 4" TYPE 2Y RPM YELLOW LINE 0 0 0 0 TRAFFIC DIRECTION TYPE 2W RPM 4 WHITE LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE 1 6 8' 0 0 0 0� O � TYPE 2W RPM 4"GAP 8"WHITE LINE 4"WHITE OR YELLOW LINE DOTTED WIDE LINE EDGE LINE TRAFFIC DIRECTION 3 91 18"YELLOW BARRIER 1„ 21(TYP.) �LINE TYPE 2W RPM C=3,,,�__ 80 1'I 8"WHITE LINE � � � DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TRAFFIC DIRECTION 'S OF WA �� BARRIER LINE qez CITY OF KENT ?7 � x ENGINEERING DEPARTMENT NOTE: � �' � KENT TYPICAL LANE MARKINGS 1. RAISED PAVEMENT MARKERS(RPM'S) Y-6 38296 WASHINGTOM SHELL BE INSTALLED PER WSDOT 0 �q DESIGNED COK STANDARD SPECIFICATIONS 8-09, �� IST �� DRAWN COK SCALE NONE STANDARD PLAN 9-02.1(8),9-26.2 AND 9-21. IONAL E�� CHECKED DATE JUNE. 2018 6-74M APPROVED CITY ENGINEER WSDOT STANDARD PLANS ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines 212"' St. Bridge Deck Resurface/Maloney A - 2 March 4, 2019 Project Number: 18-3004 § l 9 ( ` ■ CM ! 2 # & �),- % y § f ! 2 � �+ § , LUWW ZLu ) / . ' ) E §�2L , u0 ' a Z W-J 3: - ! , ¥ ' �� . «� § & � - /zW ; r 4 RzO WE R § \ } §IL / fn§/y Oa§� 0 z ! ■ ■ ¥[z_W§§ L @� _ -�UZZ20 # ,>-Wzl�� k § )imams§§ § ZFk82am ( § \ g w D-\ L�l U. § IL } 1 t�� ! kL 2 uj ( - •§ - ) § RW z ( L[ u § ) §2 (0 CO2 c� CL %� §W ui z`\ ■ 1° cn �¥g § §� \§d k -i kLOL Wz_IL ! - - - - -- - \§ © a ! � \ � § � § { )00 ) --- ) . ` ` § 2 z 7 - o A ---- - - k - . _ � / ■ / ■ ■ ! a ® ) q -W� G - --- ---- ` _zW Q !�� § 2 - % zIL ) [ §�§ § Z , T ) w § /§ y§ ) o Lz �0W9 :3Lu )_ z -JW - z/§�� o§ $ | j�JZ j�\5d §§ b� 2§ § §§�) §_&® J. . to W�WW �,WtoW k\ §k§k §6128 0 U© 0 \z y-- - )\ { ® f (L§ oz » ■ cl§ ® -1/ \�� \\\\ m� ® . .:. _ j � �` � �\ � �� _013 e�e .m_ MANUFACTURER'S DETAILS 212`" St. Bridge Deck Resurface/Maloney A - 3 March 4, 2019 Project Number: 18-3004 Davidson Traffic Control Products Interstate Grade Curb System Modular Lane Separator Curb System t Milt, r a a.- . m �E B a` ti � a Mill s W 0s ea Products to SaveLives" � � FG300Curb � �� �" "` ; and EFX Post The FIG ^00 InterstateGrade e System: ABreakthrough In Channelization Interstate Grade Has Valuable Features And Banat its: 1 •Creates a dramatic picket fence effect, :s Increases the visual barn'er a . • Low maintenance with super-tough poly-urethane posts interstate� Grade Curb System The radial rib structure of our curbs •Curb sections and upright posts impact provides over 10,000 pounds of crush tested at 70 MPH/112 KPH The Interstate Grade FG 300 Curb strength.Our upright channelizer posts a An optional arc of road studs provide System is a median separation system are simply unmatched in durability—our additional reflectivity that provides efficient and cost-effective posts are left standing after all others channelization of traffic on freeways, have failed. Overall this system offers • Molded with solid color throughout, no tollways, city streets and at-grade rail- easy installation, long life and low painting required highway crossings.This curb system is maintenance.And our 5-year pro-rated • Internal radial rib structure supports an FHWA#WZ-193-accepted passive warranty backs up our curb system for 10,000#of loading traffic control device consisting of your assurance of value and integrity. • Four scuppers per curb section allow modular raised curb sections mountable Why Specify the Interstate passage of water by emergency vehicles, and the toughest I •Curb sections install in just minutes channelizer posts on the market.The Grade Curb System? with one person system is designed for use wherever The FG 300 Curb System offers • Design allows for circular or curved pavement markings are not sufficient to substantially better performance than installations provide safe channelization. other systems by incorporating our new 1-piece curb and our premier urethane •Curbs covered by 5-year pro-rated Our curb system is built rock-solid with channelizer post,the FG 300 Model EFX, warranty; EFX upright posts covered by superior engineering resins to endure into a unique, picket fence structure that 1-year warranty multiple high-speed impacts and the is extremely effective,quick to install and • Entire system MUTCD-compliant& rigors of years of service in the field. easy to maintain. NCHRP 350 Approved! .h 41 e- WoGet FREE downloadable CAD drawings of our products from CAD Details at �' Scan this LIN www.caddetails.com �. QR code for the iS09001 Registered Pexco®is a leading or contact us at YouTube video M manufacturer of recycled CADdetaills www.hwysales@pexco.com on this product traffic control products Davidson Traffic Control Products .a... Ia>_L dPa.o a� rea es a 3110 70th Avenue East •Tacoma, WA 98424 USA USA Toll-Free: 877-335-4638 • International: 1-253-284-8000 Email: hwysales@pexco.com •www.pexco.com/traffic v:03.24.17 F RE 0 FG 300 Interstate Grade Curb System Installation Procedure Using Bolts 1. Design The curb system shall consist of a combination of modular units including lenses, bases, longitudinal curb units, upright reflective posts and optional top and side reflectors. These modular units shall interface with each other to form a longitudinal channelizing mountable curb system when installed on the roadway. 2. Preparation Establish proper traffic control for a safe work zone. Assemble tools required: 5 hp generator, variable speed rotary hammer, 3/8 SIDS drill bits, 9/16"socket electric impact wrench, chalk line, hammer and rubber mallet. Clear the area free of all debris using a broom or air compressor. 3. Layout Use a chalk line to layout one edge line in the location where the curb system will be installed; position curb sections along this line. Using a standard hammer drill, drill pilot holes through the holes in each curb end cap base approximately /2" into the pavement for the length of the installation. Once complete, move the curb section, laterally to one side. 4. Installation Using the rotary hammer, carefully drill hole for the anchor bolts in the spot of the pilot holes straight downward to a depth of at least'/2" deeper than the length of the bolt. Blow each hole clean of dust and debris. Install all posts into curb section using the two black nylon Quick Release pins provided. Insert an approved Pexco anchor bolt through the curb section or end cap base unit. Using the impact wrench, drill the bolt into the hole in the pavement. Begin tightening the bolt by applying slight downward pressure when engaging the first few threads. Continue tightening until the head is firmly seated; do not over-tighten the bolt. Use four(4) bolts per curb section and end cap base. Two (2) additional bolts per curb units may be used where additional anchorage is needed. (See figure 1) Figure 1 Required bolt installations , Optional bolt installations 5. Removal Posts can be removed with the use of the FG 300 Pin Removal tool without removing the curb or base from the roadway. Curbs and end cap base can be removed simply by backing out the holes in the pavement. 6. Important Notice to Purchaser The following is made in lieu of all warranties,expressed or implied, including the implied warranties of merchantability and fitness for purpose: Seller's and manufacturers'only obligation shall be to replace such quantity of the product proved to be defective. Before using,user shall determine the suitability of the product for its intended use,and user assumes all risk and liability whatsoever in connection therewith. Neither manufacturer nor seller shall be liable either in tort or in contract for any loss or damage,direct, incidental,or consequential,arising out of the use of the inability to use the product. Pexco, Davidson Traffic Control Products-3110 70th Avenue East, Tacoma,WA 98424 Phone(877)335-4638 www.davidsontraffic.com Pexco FG 300 Interstate Grade Curb System Material Specifications 1) Design The curb system shall consist of a combination of modular longitudinal curb units with lenses designed to support an upright flexible, reflective post, and optional top and side curb reflectors. These modular units shall interface with each other to form a continuous longitudinal channelizing mountable curb system when installed on the roadway. The curb system shall be designed to allow a radius or curve of up to 90' in 15 lineal feet of installation or less to be formed, as required by road geometry. 2) Curb'Units The longitudinal channelizer curb units shall consist of a lightweight, low profile structure no more than eight (8) inches wide to conserve roadway space and no more than two (2) inches tall to provide for emergency vehicle crossovers. Curbs shall be constructed so as to provide crush resistance up to 10,000 #. All units shall be provided with two (2) recessed acrylic reflective lenses of the same color as the curb, one each facing opposing traffic, with the following brightness: Lens Color SI* CIL* Application White min. 3.5 320 Lane line Yellow min. 2.5 220 Center line Red optional 0.9 80 Fire Lane *Initial Specific Intensity(SI)or Coefficient of Luminous Intensity at 0.2 observation angle and-4.0 entrance angle. The curb unit shall be constructed with a minimum of two (2) scuppers four (4) inches wide to allow water to flow through the curb unit. The weight of each curb unit shall not exceed ten (10) pounds in order to minimize risk of back injury during installation or removal. The curb units shall be constructed of a UV-stabilized, high- impact thermo-plastic alloy conforming to the following material specifications: Property ASTM Test Results Specific Gravity min. D 792 1.05 Notched lzod Impact Strength min.) D 256 5.0 Flexural Strength min. D 790 8,000 3) Upright Posts The channelizer post shall consist of a modified T-shaped tubular post a minimum of 3.00 inches wide by 2.00 inches deep, with 0.125 inch (min.) walls, comprised of flat front and curved rear surfaces and sides to create areas of opposing compression stresses on the inner and outer walls when impacted resulting in superior rebound. All channelizer posts shall be capable of sustaining a minimum of twenty (20) direct 11 I�, 'c O wheel-over impacts at 70 MPH (113 KPH) with negligible damage to the post or the reflective sheeting applied to the post. All posts shall be easily replaceable. All posts shall be constructed of UV-stabilized thermo-plastic polyurethane (TPU) for superior durability, conforming to the following material specifications: Property ASTM Test Results Specific Gravity min. D 792 1.10 Hardness (min.) D 2240 80 A Tear Strength min PII D 624, Die C 600 Tensile Strength @ yield, min PSI D 412 4,000 Tensile Elongation @ break (min. %) D 412 600 Cold Temp. Impact Test (-7° F) FUDOT Pass The upright posts shall mounted to the curb unit with two (2) plastic locking pins. For highest visibility and durability, posts shall be mounted to curbs of the same color as the post and the corresponding lane line (yellow & yellow, white & white, etc.). 4) Standard Colors Curb units and posts shall be constructed of UV-stabilized polymers and colors, and be either yellow or white in color. The color shall be solid throughout and stabilized to resist UV degradation. 5) Reflective Sheeting All upright posts shall have retro-reflective sheeting applied. The minimum reflective sheeting shall be two (2) 6-inch wide wraps of sheeting the same color as the post applied one (1) inch down from the top of the post with a six (6) inch gap between wraps. The sheeting shall be Reflexite ®AR 1000 cube-corner micro-prismatic reflective sheeting for superior brightness, scratch resistance and durability. 6) Locking Pins The upright posts shall secured to the curb units with rust-proof black nylon plastic locking pins sufficient in strength to prevent dislocation when posts are impacted and to ease replacement of worn posts. 7) Anchor Bolts The curb system shall be secured to the roadway with removable and reusable one- piece anchor bolts with a finished hex head, integral washer, dual lead threads and chamfered tip. One-piece bolts shall be used to eliminate improper assembly; dual- thread bolts shall be used to prevent bolts spinning in holes when tightened. All curb units shall be completely removable with standard power tools. 8) Lengths The upright posts shall be available in standard lengths of thirty six (36) inches, with other lengths optional. 9) Packaging Curb units shall be packaged in boxes of 5 pieces; the upright posts shall be packaged in boxes of 25 pieces; curb end cap bases shall be packaged in boxes of 2 pieces. A sufficient quantity of pins shall be supplied to secure all posts to the curbs and anchor bolts to mount the curb system securely to the roadway. 10)NCHRP 350 Acceptance The upright posts of the curb system shall be fully crash-tested and pass the requirements of AASHTO's NTPEP Test Deck. The entire curb system, including uprights, shall be fully crash-tested and accepted by the U.S. Department of Transportation, Federal Highway Administration (FHWA) as a Category II device per the requirements specified in NCHRP Report # 350. Certifications of acceptance to these standards must be supplied by the manufacturer upon request. 11)Warranty The curb units shall be covered by limited, pro-rated warranty for a minimum of five (5) years from the date of purchase covering breakage of the curb units and loss of adhesion of the top & side reflectors to the curb unit. Documentation of a warranty to these standards must be supplied by the manufacturer upon request. The upright posts installed in the curb system shall be covered by limited, pro-rated warranty for a minimum of one (1) year from the date of purchase covering breakage or defect. Documentation of a warranty to these standards must be supplied by the manufacturer upon request. 12)Manufacturer The device above is manufactured by Pexco LLC, Davidson Traffic Control Products, Tacoma, WA, USA, phone (877) 335-4638, email hwysales@pexco.com. TRAFFIC CONTROL PLANS 212`h St. Bridge Deck Resurface/Maloney A - 4 March 4, 2019 Project Number: 18-3004 F-o< f- ffn-3a� o -a Z W J W S Of'OJC A d N y 2 o O N z Z a x _ o Z o ao= o 3U o I I4) o e w ZW R' I �W ��� ° � �QOLL I I ass, aQ r w �H auaiaz � w I I I I O V. `Y N C it a , z o � E E I H"rc w� y w I I W= -mow z F a N O N am E O I I ■I -a a p O c I I O— O U 0 j O d Z y I I A U O N R Z v d 2 I ICI I 'z � m•`- odya, � I Wa i. .O a m N O H L L n C L I W y C carn- m N H� 5of 3N E a; 2Wy $ Q Lu' q a oE y U O o �� c c J�WQ LL 0 0 N Uo LU t r _ N N O t`v W y J I I I h Q Z-Ci O N.. O ® I F Z LLJ w E O c� V I I O m a-ow �' m 0 m a $ �° d u� R 1'm w ® I 'iNi N C Ii I N0 ~ V CO Q � I O U.oNo a w Z Q O cw ce w OOO 0 0 O O a In U O P I I I F N W I z o a Q who �N J o a O a W F w z a� a LL LLod I Iit zL W o0 x W o ®I I I I J N (n w cn E o 00- N E f 9� t fez x i ooa Q I I a ww am�9 v ®I I z Z r . <- -wZQ y mw =W C o$ wa ¢ 0a a �ZN 00 ®JJ P I m= �s�� N U O N I I a f o � !M 59P1s ~' IIIIIIIIIIIIIIIIIIIIIIIIIII ®� c LLd N Z f O> H V Z;�W N W 00 O 1 OC Q OF y o W. 0 f _ 1 W 2 w 2,A Z, ?i� O Q� O > 11 g W W U W V Q O y O yOZ O'-aI OFQ V■ a z osw �WK o3 a Z VZU j H> O = w O-� Za N� U WCW9d' eJti a0 C) N X/� I OI ® aUWQ >m XO m2 3 etJ VW b Z rnN�z�of 'o Sa cW� .- Wo N ', o OJLL M J ir�gij40 z�2 nc70 Ox ZOO G o zY-C z�QOZJ`cUU hW d O oQtWiJ Nro W �p LLG"XN�U_'i�ytwn zzoNz-jw �¢� Z3`JtldHJlvw �o v ¢ � 2 W ��o=�Os2od=" zaav+�au°'a3 F.zQ:y MATCH PAGE I o N � z � o JJ11 aoo r LL W r F � Z Z H r p v m o =# U Z ° P. <Q w w 0 tLLi F= s 3(�J] z w U i A Z W � r o co h0 '`o 4° w N •z� Cz z v�i N [ m w m 0 Ord f O y W= 'a,i ' C7 z w w 2 w 1 y Jv f00 'O ¢� �3 °O �C7o m Uwu N y - "O '� p WN � m xOO m v mo �C ryii c > V N w d s as 1iassna o cn 2 2 i a d u' u > d N U O y y O R 00 O v oO O LL A O Z N U W y W 3 K On p 0 3 O y � m .o x o J cn JO a •0" mod' A CC a co '! g a s 0 c y L O d G 2 N O N G j N N Z fq O d 0 E N O L E-SO `o Q o W u a a ti ILL, y U cc m O d d- ; 2 H V 7 _ 0 0)H c. c N .�,�� �� W c cc Gl M CO O CL CD J 0 cc V Naxi'° Z L U y �E9 c O a3AW N33119 W O oayn a > LL O O O O O O W Z LL Q O WLIJ > cY> W U U F W Z Y W JO W Z p U' z (n O CD X m J N W(n Q- �M G W N� ■ J m ■ 1 G' ■ v�tj O C ■ U O ■ U O C N O!O KQ cc W m Oow W N z O Q D: Z W J S0\ OS W co U W U Q W r a3�b ERR a-+a rc z Z(n r U z P W O i W W p O y O 4 O W 'w ccU U afj W �" y O J p�i W O f Eiii ° Oa o. ZdO �Otyu 0 > �iW a x Oi w W p H Zw« �a ° 900 s 0.-- o3 z N OZz W Z J� U War f> ¢m 6 rc- W rL y U' W y.W 9 U 0.K w w Off~ Wyt- W Z fOfrj <O Quo aiwo Z.■. J J ?may Uvi w! �yw W'o O m 1 1 1 1 r m 0 aw,Oz sO .mQ ° Fc�w m>> Z viaV ZOoo�aN w �fo ZF^ Jy ONO QOQ_ufZ U y J 2Y-JfU.;fQ c0O roY °ai> W6 r�0 Q ayZjJy V`=f 02 o - 63 ZN yZj W V 2YQFW-fig JaUU mu00a a� �a xo ^R_ Z c�ouy.o�rz dfn E39tld HoltlW Wyk° W J.02JUS mUw aw:z Z 2a W J �O U Z d h ULn NAY Z z V a y W 3 o 0ig Y V Q MATCH PAGE 2 O V W LL LL I r LL. H I I oo� 4� U o o LU I r 1 1 r w O I ® a oLL0 cl 0 MCC M W Z N�N I 00 3 i a• °w NoQ ° „C7� 1 dctwu r1 N u ®®® m ? oow - ® -NO L a N > f l!l --- d N� E I _ -- ra—__ 3uiN wm d I w� o«a •0 m `� cL C7 = ►r r tZ >°° �Lc�i 0 1 = o� �+ 4) > �� I SOA18MIA83AW P. o¢a 7 0 o v 0. y Wao fy¢ 3 V >c o a m I yW 3va 2hu� S Iv a'y a O a_ �- m .o oryc. mn s I Oozy Gf a !" Of N_ ® y ZOO V U O m CO C. 7 0 N I �O W m W 3 T� d P � N com m.0 Q-- I , Hj>a V N N > N 7 C I 6J. W� > I Oki J3Cy W J C y a O O Gi CL O U y W = C C o _ f: I V C O fO V "C O I j oyi o,ropd >LL N y y O. II J O K J a U p m I I J 00 0 0 O O 1 a l Q 1 © I O co�� 1 I i 3: 1 ® I v V I Q 11 II zo < OD g R N I I Z LL O z W 2 I I � z ~ CT U) J g LU II II J N (n W � (n W 8 6 S $ I i g-g- I I o N ><r V y W � � W O y pP~90 N MO < XWyo o- N O� U `n =O a y O= OY x C J Y Oyi� <<I I I ¢ J V VWNG V W,K �> O0-mz F W u= S WOZ I I y U < m J~ y, W = WC�md' ieU QO 1 8WL a Am G31 o GHQ ¢ ~ QUW QH�m �C0 mp N pd wo 11 1 y 1 a O le Z = m w mo OF I I ZO y Z pwV<O Ord �O ufN N m i m >� U FnaepN °a oiW a? -� Z".OV zlri �`Vz rn fF� V r I I CU4 -� y NyJyj2QU=y�HZO �Zmmom _rn�o W6 U�y� W tZ'IWYQY�dO n Z mytWn m 3�<y «moo _Zy b3`0Vd HOiVW z�3z Z y°H Gwz zO JQ�yw g y „rc ` c6 avow W drO zrO V'O,=o,Jr W�4ndv� ¢ mU <OZ<Q�y NU<V N<= C L < ¢yQC ry ;h v N,e n _ F SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(feet) TRAFFIC CONTROL PLAN FREEWAYS 8 EXPRESSWAYS 55170 MPH 1500't RURAL HIGHWAYS So 165 MPH 800t LANE Posted Speed(mph) KENT,WA Y4oTH N RURAL ROADS 45 155 MPH 500x (1ee0 25 30 35 b 45 50 55 60 65 �71RURAL ROADS 8 URBAN ARTERIALS 35 140 MPH 3Ws 10 105 150 205 27D 450 5. 550 RURAL ROADS S URBAN ARTERIALS 25 130 MPH 2O0t(2)RESIDENTAL 3 BUSINESS DISTRICTS 11 115 165 225 295 495 550 605URBAN STREETS 25 MPH OR LESS 100t(2) 12 125 180 245 320 54o S00 6EU ]20 ]80 YY E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. S TABLE(1) NOT TO SCALE CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT WRO 40 BO 35145 30 6D Typical Road Closure/Detour Route Provided 25130 20 40 0 Left lane on EB Orillia Rd S closed in advance of 42nd Ave S. 0 Only"LOCAL ACCESS"allowed east of 42nd Ave S. 40 O Right lane on EB S 212th PI closed in advance of Orillia Rd S. 0 Lanes closed in conjunction with full road closure at Frager Rd S. Detour route provided.(see page 5 for detour&PCMS placement details). v Closure impacts METRO route. See General Note !'\\ 'Depending on closure times. CLOSED \\\� \ \`\ o o REASON: Resurfacing of S 212th St bridge deck over Green River. 1 $ MODIFIED \\ \ !<9 \ LEFT LANE \ On CLOSE. \W20-5L LEGEND 4xuO \ \ \ \ M■Is Is at 28"REFL.CONE I \ t1 SIGN LOCATION wa-zR \ \ L=295' \ \\ EXISTING TRAFFIC FLOW \ ® \ SEQUENTIAL ARROWBOARD \® \ 28"Refl.Cone \ \ 24"x 36" 60 x 48' ROAD CLOSED LOCA TO CCESS THRU TRAFFIC ONLY R11-4 _ METRO STOP 1 ,__ T e�00� IMPACTED- W2-401DETOU \ y® OJ 212TH AHEAD 1A �AE>A QQ� 212TDW20-2 G20-2 \ '�G� W20-3 V CCQ' MODIFIED METRO STOP 212TH IMPACTED' CLOSED AT ADVANCE WARNING SIGNS MODIIFIED SPACED @(X)OR AS SPACE ALLOWS. REFER TO SIGN SPACING CHART WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME:Christopher D Grose TCS CAROM 010124 GENERAL NOTES: K E N T EXP.DATE 1/31/2020 Gi„-�sfry he.4.Pw W'A 5 N GT O» 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECS.2.NOTIFY ALL LOCAL EMERGENCY SERVICES OF CLOSURETIMES CONTRACTOR City of Kent AND DATES(MANDATORY). SUPERVISOR JOB NAME 3.ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD Garrett Inoue 212TH ST PtORK(MANDATORY)5 BUSINESS DAYS' 206-477-1140, PHONE NUMBER(office) PROJECT LOCATION 4.SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY Kent WA CONDITIONS. 253-856-5548 5.ALL SIGNS MIN.48"X 48"UNLESS OTHERWISE SPECIFIED. PHONE NUMBER(fax) SHEET NUMBER DATE 6.CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE(1)for 7/17/18 spacing distances). PREPARED BY PHONE# 7.ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE hris Grose - INTERSECTIONS ANDIOR DRIVEWAYS. E-MAIL chris@trafficcontrolplan.net r Za w a0 aNg�Q= W m=Uy Z W J 3 N w C ON OJN �Jl (aj O d H M w 0 Nw J7. y N O O r N V o f Q'i �Lu o a o W w �O H H z d N uwi N C/� °�^.% C 00 3 o Q N h� Y w o V^^ U°W O Uw N w W C tiCF 3C/� i�w U ° m W W O w _ O Q N N Oo p r `� 3 0 = LL H S 7w u C w V = _x z— z Q d 0 N u L Q `i i V W m O C K W w a N N `' ¢'. >O a i� ° '1C7a '° �t7wu J O N W O N N N a a N w w q Sw.7d O m U 6 d w N s an0130 68 AVE SCL o« S 212 ST m DETOUR � z OUR Of N ano 3a cl y 64 AVE S 62 AVE S N N S 212 ST H H DETOUR OUR Oa ti 59 AVE S Sa F�G�R�OS d� an013a 0 Mid�31�3jH110S anol3a `r' �� HS212ST 1SZLZS vNi DETOUR O * r N ti RIVERVIEW ao o� y o BLVD S Sv p� y > en 0 aR0130 l� y Q I N U W 11 H r z z w 11 yoY� ^ti°ter 1s due h = o 0 Z 4 O o y ° 2X N wQ C W F-ry N O V S S Dy b,77% � S 21 o�R S 3Atl Zb a = u Z o r, Ui = warm w r UMWt?Y� QU�aI-� Z pN04 OQ J zr JSup Q ow,.Z_a W �wr<Yg 2' Y z aFCw� Jt0z�O auzaa3 PREVA I L 1 NG WAGE RATES 212`h St. Bridge Deck Resurface/Maloney A - 5 March 4, 2019 Project Number: 18-3004 Page 1of15 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: 03/19/2019 County Trade Job Classification Wa a Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers {In Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers a Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dred e Workers Oiler $56.00 5D 3F ht nc• //fnri-rncc Xn/a in acnv /,d n1 Q Page 2 of 15 King Drywall Applicator liourney Level $58.48 5D 1H King Drywall Tapers Journey Level $59.32 5P LE King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E Workers - - King Electricians - Inside Cable Splicer $81.32 7C 4E King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E King Electricians - Inside Certified Welder $78.55 7C 4E i King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level $75.80 7C 4E l King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E King Electricians - Motor Shop Journey Level $45.08 5A 1 B ) King Electricians - Powerline Cable Splicer $79.60 5A 4D Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D Construction - - King Electricians - Powerline Groundperson $47.94 5A 4D Construction - - King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction - - King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction - - - King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction - - King Electricians - Powerline Powderperson $54.55 5A 4D Construction - - King Electronic Technicians Journey Level $50.57 7E 1 E King Elevator Constructors Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $18.25 5B I Products Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 )King Fla ers Journey Level $41.45 7A 31 `King Glaziers Journey Level $64.56 7L 1y King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland 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 Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems Bar Remote Control hffnc• //fnrfracc XnIa A /7ni n Page 3 of 15 King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 Sewer £t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C 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 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 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 Laborers 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 Walls $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 Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 kf+nc• //fnrt rim cc In/a nnXi/IniIIAianalnnl.-i in/nrv\A/a rip lnniti in aCnx w4/?m U Page 4 of 15 King ILaborers IForm Setter 1 $48.901 7A 1 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers 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 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 it Water On Concrete E 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 $49.81 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 31 King Laborers Powderman's Helper $48.90 7A 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 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 $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 hN-nc•//fnrfracc %nra '.)in I )n1 n 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 Tootroom 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 8R 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 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 88 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 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 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 88 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 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 Laborers Window Washer/cleaner $37.67 7A 31 King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8X King Lathers Journey Level $58.48 5D 1H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication�Shop) Fitter $15.86 1 King Meta! Fabrication (In Shop} Laborer $12.00 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $12.00 1 King Metal Fabrication (In Shop) Welder $15.48 1 ht+nc• //fnr+-rncc %Alm nnv/Ini/%Aimnnlnnl/iin/nrxi%A/mnnlnnL iin acnv Z/d/,)n1 Q Page 6 of 15 King Millwright lJourney Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Buildings Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender/Technician $64.71 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 Driver Hyperbaric Worker - Compressed Air $91.37 5D 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 Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 1 R King Playground & Park Equipment Journey Level $12.00 1 Installers King Plumbers €t Pipefitters Journey Level $85.69 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X ;King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X King Power Equipment Operators Bobcat $60.98 7A 3K 8X King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X King Power Equipment Operators Cableways $64.83 7A 3K 8X King Power Equipment Operators Chipper $64.26 7A 3K 8X King Power Equipment Operators Compressor $60.98 7A 3K 8X King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X High Pressure Line Pump, Pump High Pressure King Power Equipment O ep rators $64.83 7A 3K 8X ht-l-nc'//fnrt-racc W-1 ncr-% . ^ /7n1 0 Page 7 of 15 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8X tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipment Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X Tons hlfnc• //fnrfrocc \ASS] i/Ini/Ininnoln^I,-i in mcnv Z/d/7r11a Page 8of15 King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X King Power Equipment Operators Mechanics, Alt (leadmen - $0.50 Per $65.48 7A 3K 8X Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $64.83 7A 3K 8X Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, Betlman $63.76 7A 3K 8X (Certified) King Power Equipment Operators Rottagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7Aff3K8X King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A8X Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X And Over King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X httnc• //fnrtracc 1A1a nnv/Ini/%Aiano Inn Li in/nrxi1A/=nolnnlii in ncnv in i)nI n Page 9of15 King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King Power Equipment Operators Shove[, Excavator, Backhoe: Over $64.83 7A 3K 8X 30 Metric Tons To 50 Metric Tons King Power Eq uipmgpL Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K 8X Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X Type - - - King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farmall Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer Ex Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underp,round Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment aerators- Brokk - Remote Demolition $60.98 7A 3K 8X Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer & Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer a Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Compressor $60.98 7A 3K 8X Underground Sewer Et Water - King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X Underground Sewer- Et Water Screed - - - hi-tnc- //fnrtracc XAIP nnv/Ini/%Aianpinni<r rn/nrv\A/AnPlnnkr rn ;;cnx �/4/7(11 Page 10 of 15 King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X Underground Sewer a Water High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount With $64.83 7A 3K 8X Underground Sewer a Water Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A 3K 8X Underground Sewer a Water Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer a Water — — — King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X Underground Sewer a Water or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X Underground Sewer a Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X Underground Sewer a Water of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X Underground Sewer a Water boom including jib with attachments 'King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Underground Sewer a Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X Underground Sewer a Water tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer a Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer a Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer a Water King Power Equipment Operators- Dozers D-9 a Under $63.76 7A 3K 8X Underground Sewer a Water — — — King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Underground Sewer a Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer a Water "`King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X Underground Sewer a Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X Underground Sewer a Water Gamaco a Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Underground Sewer a Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer a Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Underground Sewer a Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer a Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer a Water — — — httns; //fnrfrP-,c wa nnv/Ini/lAianpinnl<i in/nrvV1/anpinnlei in acnv t in / )ni o Page 11 of 15 King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over I King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X Underground Sewer 8: Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X Underground Sewer Et Water Operator King Power Equipment Operators- HydraLifts/Boom Trucks Over 10 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- HydraLifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Undergr ound Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mechanics, ALL (leadmen - $0.50 Per $65.48 7A 3K 8X Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Undergr ound Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X Underground Sewer 8: Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X Underground I Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8x Underground Sewer Et Water I King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X IUnderground Sewer Et Water I ht+nc- //fr-,rt-rocc XA/n rinx//Ini/XA/nrli=lnr-lielin/nrx/IA/;4rinlr-sr)ieiin Acny Page 12 of 15 King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Underground Sewer Et Water — King Power Equipment Operators- Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $64.83 7A 3K 8X ' Underground Sewer Et Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X UnderPround Sewer a Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Underground Sewer Et Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X Underground Sewer Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X Underground Sewer Et Water 90 Metric Tons King Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X Underground Sewer Et Water Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X Under round Sewer Et Water from base to boom King Power Equipment Operators Transporters, Alt Track Or Truck $64.83 7A 3K 8X Underground Sewer Et Water Type — — — htt-nq•//fnrtracc MIA nnv/Ini/1n1an9Zlnnlsi in/nrxiVUanolnnlii in mcr,v ^ n1 n Page 13 of 15 King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8x Underground Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8x Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Welder $64.83 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $60.98 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8x Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power 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 King Refrigeration it Air Conditioning Journey Level $81.01 6Z 1G Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $39.81 20 �King Residential Glaziers Journey Level $43.00 7L 1H King Residential Insulation Applicators Journey Level $45.05 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 Et Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1R King Residential Soft Floor Layers Journey Level $49.43 5A 3-1 King Residential Sprinkler Fitters Journey Level $48.18 5C 2R Protection} 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 Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding Eft Shi Re air New Construction Carpenter $36.361 7V= 1 kf+r-,c- //fnri-rncc XAIM r1nX I I In illAl-:In in I r-.nL-i in/ni-xAM.-Ano Inn L-i in ;:I iznv wAl?ni Q Page 14 of 15 King Shipbuilding Et Ship Repair lNew Construction Crane Operator 1 $36.361 7V 1 King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbuilding Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J :King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J ;King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J 'King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4.1 King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding a Ship Repair Ship Repair Shipwright $44.95 7X 4J :King Shipbuilding g Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Electrical) - - King Soft Floor Lavers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $78.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $63.76 7A 3K 8X King Telecommunication Technicians Journey Level $50.57 7E 1E King Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside - - I1ttnc-//fnrtrAcc Xnia nnX//Ini11AIM OInnlLiir, 01A /'Inln Page 15 of 15 King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside — — King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B Outside (Light) — King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside — — King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside — — King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside — — King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside — — King Telephone Line Construction - Television Technician $31.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile, Marble Et Terrazzo Finishers Finisher $43.44 5A 1B King Traffic Control Stripers Journey Level $46.23 7A 1 K 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 8L 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 - Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers hH-nc• //fnrtracc Xnia nnv/Ini/Xnr-Inalnnhi on/nrvV1/analnnhi in acne /,4 n1 o Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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 after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay.Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 3 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. 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 5 am to 6pm 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,and all hours worked in excess of twelve(12)hours in a single shift 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.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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 function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1%)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. 1. 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 first 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 3/3/2019 thru 8/30/2019 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 hours 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. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 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.For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage.For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U. 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.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). 6 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 5. C. Holidays: New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And The Day Before Or After Christmas(9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. A. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day. (9 1/2). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). 1. Paid Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year's Day, President's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9).If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 9 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. 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. 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. 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 or 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. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 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: 50.75, Level B: 50.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. 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 151'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. X. 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. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 REQUEST FOR MAYOR'S SIGNATURE KENT 'Nasnirv4 Ury Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEP RTMENT)di pproved o Originator: Carla Maloney Phone (Originator 523 Date Sent: 41i5/1,,,, Date Required: Return Signed Document to: Nancy Yoshitake Contract Termination Date: 30 working days VENDOR NAME: Date Finance Notified: C. A. Carey Corporation (Only required on contracts 4/2/ 1 9 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL: 4/2/19 Date Risk Manager Notified: N/A Re uired on Non-City Standard Contracts/Agreements) Has this Document been Specifically Account Number:• R2OO75 Authorized in the Budget? YES Brief Explanation of Document: The attached agreement with C. A. Carey Corporation is for the South 212th Street Bridge Deck Resurface Project. The project consists of overlaying the existing 212th St. bridge deck surface with polyester concrete to cover exposed reinforcing steel. RECEIVED I. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: � -/lL---, Approval of Law Dept.: Law Dept. Comments: Date Forwarded to Mayor: -71 Shaded Areas To Be Completed By Administration Staff Received: RECEIVED Recommendations and Comments: Disposition: 513"Y- qlt ,1 ,-r City of Kent Office of the Mayor Date Returned: . v1(\orms\ ocument rocessing\ equest for Mayors Ignature.docx KENT W AS III N G TO N DATE: April 2, 2019 TO: Kent City Council SUBJECT: South 212th Street Bridge Deck Resurface Project Bid - Award MOTION: Award the South 212t" Street Bridge Deck Resurface Project to C. A. Carey Corporation in the amount of $597,680 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 will overlay the existing 212th Street bridge deck surface with polyester concrete to cover exposed reinforcing steel. The bid opening for the South 212th Street Bridge Deck Resurface Project was held on March 19, 2019 with two bids received. The lowest responsible and responsive bid was submitted by C. A. Carey Corporation in the amount of $597,680. Bid Tab Summary 01. C. A. Carey Corporation $597,680 02. Combined Construction, Inc. $590,850 Non-responsive Engineer's Estimate $406,725 BUDGET IMPACT: This project will be paid for with budgeted B&O funds. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure ATTACHMENTS: 1. 212th Street Bridge Deck Bid Tab (PDF)