Loading...
HomeMy WebLinkAboutCAG2019-414 - Original - Titan Earthworks, LLC - SR 167 Underpass Lighting at West James Street - 09/10/2019 Agreement Routing Form KEN T For Approvals,Signatures and Records Management W A H IN GTON This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Originator: Nancy for Carla Maloney Department: Public Works Date Sent: 9/5/19 Date Required: 9/12/19 io > Authorized Director or Designee Date of 0 8/20/19 a to Sign: Council QMayor Approval: Budget R20616 Grant? Yes No Account Number: Type: N/A Vendor TITAN Earthwork LLC Category: Contract Name: Vendor 638720 0 Number: Sub-Category EProject Name: SR 167 Underpass Lighting at West James Street � 0 c Project Installation of artistic lighting under the existing bridge. 1. Details: c 0 Agreement Basis for E $237 476.80 0 Amount: r Selection of B i d a► Contractor. a Start Date: Mayor's signature Termination Date: 25 Working days Notice required prior to Yes No Contract Number: disclosure? ( 2U[°I H DatenEGERIP D Comments: o+ C '' ```lC 0 N KENT LAW DEPT. RECEIVED i 3 l0 Date Routed to the Mayor's Office: N d Date Routed to the City Clerk's Office: 2 City of Kent '1 i0 °C Date Sent to Originator: Visit Documents.KentWA.gov to obtain copies of all agreements adccW22373_6_19 KENT �J rt.N Y f N GTC+1J DATE: August 20, 2019 TO: Kent City Council SUBJECT: SR 167 Underpass Lighting at West James Street - Award MOTION: Award the SR 167 Underpass Lighting at West James Street Project to TITAN Earthwork LLC in the amount of $237,476.80 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 provide decorative lighting for James Street where it crosses beneath SR 167. The intent is to create a more welcoming environment for pedestrians and drivers under SR 167, similar to lighting that was added to Meeker Street at SR 167 in 2017. The bid opening for the SR 167 Underpass Lighting at West James Street Project was held on July 9, 2019 with four (4) bids received. The lowest responsible and responsive bid was submitted by TITAN Earthwork LLC in the amount of $237,476.80. Bid Tab Summary 01. TITAN Earthwork LLC $237,476.80 02. Colvico Inc. $306,576.60 03. Transportation Systems, Inc. $327,987.00 04. Elcon Corporation $362,235.50 Engineer's Estimate $324,720.00 BUDGET IMPACT: The project will be funded with a combination of budgeted funds and savings from other transportation projects. SUPPORTS STRATEGIC PLAN GOAL: Thriving City ATTACHMENTS: 1. James Underpass Lighting Exhibit (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 BIDS ACCEPTED UNTIL BID OPENING July 9, 2019 July 9, 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 • KENT W A S H I N G T 0 N PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe KENT Kent, WA 98032 W A SHIN G T O N Fax: 253-856-6500 CITY OF KENT KING COUNTY, WASHINGTON SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 ADDENDUM No. 1 July 2, 2019 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I - BIDDER'S DOCUMENTS Page 10 - Contractor's Qualification Statement - Statutory Requirements According to changes in State law, the Contractor's Qualification Statement has been revised to include the following: 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. Bidder's must use the updated Contractor's Qualification Statement which is attached. END OF ADDENDUM No. 1 7/;//9 Chad Bieren, P.E. Date o Deputy Director/City Engineer rn 3: Attachments: aProposal Pages: 10 - 15 Y 0 Mayor Dana Ralph . CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. SR 167 Underpass Lighting at James/Maloney 10 July 1, 2019 Project Number: 18-3018 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under SR 167 Underpass Lighting at James/Maloney 11 July 1, 2019 Project Number: 18-3018 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: SR 167 Underpass Lighting at James/Maloney 12 July 1, 2019 Project Number: 18-3018 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. SR 167 Underpass Lighting at James/Maloney 13 July 1, 2019 Project Number: 18-3018 S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 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? SR 167 Underpass Lighting at James/Maloney 14 July 1, 2019 Project Number: 18-3018 7. SIGNATURE 7.1 Dated at this day of , 2019. Name of Organization: By: Title: 7.2 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this _ day of , 2019. Notary Public: My Commission Expires: SR 167 Underpass Lighting at James/Maloney 15 July 1, 2019 Project Number: 18-3018 TAB I NDEX Tab 1 Bidder"s Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Traffic Control Plans Tab 6 WSDOT Standard Plans Tab 7 Permits Tab 8 Prevailing Wage Rates T-w+� 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 167 Underpass Lighting t W. James St. Project Number: 18-3018 BIDS ACCEPTED UNTIL BID OPENING July 9, 2019 July 9, 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 A'MAL AS '�"' E N ! �Ltd v 4 4183.1 WASHINGTON 'Q, ,f' ' is- " � -im n BIDDER'S NAME TITAN Earthwork LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR SR 167 Underpass Lighting at W . James St. Project Number: 18-3018 BIDS ACCEPTED UNTIL BID OPENING July 9, 2019 July 9, 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 4^4�� KENT WASHINGTON ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Certification of Compliance with Wage Payment Statutes Payment and Performance Bond Contract Table of Contents Kent Special Provisions Traffic Control Plans WSDOT Standard Plans Permits Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through July 9, 2019 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 The project consists of the installation of new artistic lighting (approximately 26 units) under the existing bridge, new fixtures, a new electrical cabinet, junction boxes, conduits, connection to a power source, and wiring for the system to provide a fully functioning system. The Engineer's estimated range for this project is approximately $300,000 to $350,000. 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/doina- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 24tfi day of June, 2019. K4� BY: Kimberley A. Ko oto, City Clerk Published in Daily Journal of Commerce on June 25 and July 2, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 07/09/2019 This statement relates to a proposed contract with the City of Kent named SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 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. TITAN Earthwork LLC NAME OF BIDDER BY: '/' - _ Member SI&MU Ff E, ITLF- - Brett McKenzie 1585 Valentine Ave SE Pacific, WA 98047 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) SR 167 Underpass Lighting at James/Maloney 1 June 24, 2019 Project Number: 18-3018 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 beiow, I agree to fulfill the five requirements referenced above. By: ro0 P*///44 Brett McKenzie _ For: TITAN Earthwork LLC Title: Member Date: 07/09/2019 SR 167 Underpass Lighting at James/Maloney 2 June 24, 2019 Project Number: 18-3018 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. SR 167 Underpass Lighting at James/Maloney 3 June 24, 2019 Project Number: 18-3018 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as SR 167 Underpass Lighting at W. James St./Project Number: 18-3018 that was entered into on the (Date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. By: Fo r: Title: Date: SR 167 Underpass Lighting at James/Maloney 4 June 24, 2019 Project Number: 18-3018 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TITAN Earthwork LLC has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named SR 167 Underpass Lighting at W. James St./Project Number: 18-3018 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. SR 167 Underpass Lighting at James/Maloney 5 June 24, 2019 Project Number: 18-3018 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $21,463.00 $21,463.00 WSDOT LUMP SUM Per LS 1010 1-07.15(i) 1 SPCC Plan $300.00 $300.00 WSDOT LUMP SUM Per LS 1260 8-12.5 140 Remove and Restore Fence $5.00 $700.00 KSP LN FT Per LF 1270 8-12.5 150 Temporary Fencing $5.00 $750.00 KSP LN FT Per LF 1350 1-04.4(1) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC *Common price to all bidders 5000 1-10.5(1) 1 Project Temporary Traffic $46,500.00 $46,500.00 WSDOT LUMP SUM Control Per LS 6000 8-20.5 1 Installation of Decorative $110,000.00 $110,000.00 KSP LUMP SUM Underpass Illumination Per LS System, Complete 6020 8-20.5 650 PVC Conduit Pipe - 2 Inch $7.50 $4,875.00 KSP LN FT Diameter Per LF 6030 8-20.5 1 Electrical Cabinet with $ 15,000.00 $ 15,000.00 KSP EACH Foundation Per EA 7000 8-01.5 2 Inlet Protection $150.00 $300.00 KSP EACH Per EA SR 167 Underpass Lighting at James/Maloney 6 June 24, 2019 Project Number: 18-3018 ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7010 8-01.5 1 Erosion/Water Pollution $5,000.00* $5,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7020 8-01.5 1 Surface Restoration $1,000.00 $ 1,000.00 KSP LUMP SUM Per LS Sub Total $ 215 888.00 10% WA State Sales Tax $ 21 588.80 Tota 1 $ 237,476.80 SR 167 Underpass Lighting at James/Maloney 7 June 24, 2019 Project Number: 18-3018 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: SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 Subcontractor Name J\cryl�— Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers M CONTRACTOR'S SIGNATURE r_t±` Brett McKenzie SR 167 Underpass Lighting at James/Maloney 8 June 24, 2019 Project Number: 18-3018 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: TITAN Earthwork LLC Project Name: SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: N/A - Does not include this work. Plumbing Subcontractor Name: N/A - Does not include this work Electrical Subcontractor Name: TITAN Earthwork LLC (Self Perform) 07/09/2019 Signature of Bidder Date SR 167 Underpass Lighting at lames/Maloney 9 June 24, 2019 Project Number: 18-3018 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39,04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. SR 167 Underpass Lighting at James/Maloney 10 July 1, 2019 Project Number: 18-3018 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: TITAN Earthwork LLC NAME: Brett McKenzie ADDRESS: 1585 Valentine Ave SE Pacific WA 98047 PRINCIPAL OFFICE: Pacific WA ADDRESS: 1585 Valentine Ave SE Pacific, WA 98047 PHONE: 206-325-3004 FAX: 253-444-3800 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. 602-605-763 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington 'Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. Employment Security: 362580-00 6 Excise Tax: 602-605-763 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 SR 167 Underpass Lighting at James/Maloney 11 July 1, 2019 Project Number: 18-3018 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. 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? 12 years. 2.2 How many years has your organization been in business under its present business name? 12 years. 2.2.1 Under what other or former names has your organization operated? None. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: N/A 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 02/20/2007 2.4.2 Type of partnership (if applicable): LLC 2.4.3 Name(s) of general partner(s): Steven Robert Greiling, Brett Kinnard McKenzie, William Edward Gill 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: N/A 2.5.2 Name of owner: SR 167 Underpass Lighting at James/Maloney 12 July 1, 2019 Project Number: 18-3018 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers if applicable. WA State General Contractor, License No.TITANNNEL93622tb 3.2 List jurisdictions in wichalyo°utr organization s partnersh p or trade name is filed. Washington State. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Earthwork, Utilities, Electrical, Demolition, Site Remediation 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No. 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No. 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No. 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No. 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See attached "Projects, Current and Completed" 4.4.1 State total worth of work in progress and under contract: $16,571 ,993.00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See attached "Projects, Current and Completed" 4.5.1 State average annual amount of construction work performed during the past five years: $18 Million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See attached "Key Personnel" 4.7 On a separate sheet, list your major equipment. See attached "Equipment List" SR 167 Underpass Lighting at James/Maloney 13 July 1, 2019 Project Number: 18-3018 S. REFERENCES 5.1 Trade References:City of Seattle,Judy Keefe, 206-684-0444 Cornerstone General Contractors, Sam Comer, 425-481-7460 5.2 Bank References: Bank of America, Sally Nguyen, 206-358-2055 5.3 Surety: Columbia Bank, Amanda Salanga, 206-254-8062 5.3.1 Name of bonding company: Berkley Insurance Company 5.3.2 Name and address of agent: Propel Insurance Company 1201 Pacific Ave, Ste 1000 6. FINANCING Tacoma, WA 98042 6.1 Financial Statement. *Will submit when requested* 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? SR 167 Underpass Lighting at James/Maloney 14 July 1, 2019 Project Number: 18-3018 7. SIGNATURE 7.1 Dated at !--his _9th day of duly , 2019. Name of Organization: TITAN Earthwork LLC By: Title: Member 7.2 Brett McKenzie , 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 thisi day of 1J( , 2019. Notary Public: V Gornrn 03? My Commission Expires: 29- -D;�� �0"q -_-{:� �G G COZZ ", iNG-T SR 167 Underpass Lighting at James/Maloney 15 July 1, 2019 Project Number: 18-3018 x Deparement of Labor and Inustnes AfEARTHMORK LLC P Box 44450 ` Olympia,WA 985Q4-44 fI r T `p1NEL936CO 02- �63 °airovlded by Iaw as m z . ansi7uct�.on Contractor � w TITAN EARTHWORK LLC t�� 20f2Q07 1595 VALENTINE AVE SE t n I at 6115l2420 PACIFIC WA 980.17 DETACH BEFCRE'DS'ING r F'0 ,3 BUSINESS LICENSE 333--4 STATE OF lt'ASHING IO'' Limited Liability Company Unified Business ID#:602605763 Business ID#:001 Location:0001 TITAN EARTHWORK LLC Expires:May 31,2019 TITAN EARTHWORK,LLC 1585 VALENTINE AVE SE PACIFIC,WA 98047-2103 UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION-ACTIVE CITY ENDORSEMENTS: BAINBRIDGE ISLAND GENERAL BUSINESS-NON-RESIDENT#45669(EXPIRES 4/30/2020)-ACTIVE KIRKLAND GENERAL BUSINESS-NON-RESIDENT#OBL29726(EXPIRES 4/30/2020)-ACTIVE ISSAQUAH GENERAL BUSINESS-NON-RESIDENT(EXPIRES 4/30/2020)-ACTIVE KENNEWICK GENERAL BUSINESS-NON-RESIDENT(EXPIRES 12/31/2019)-ACTIVE LAKE STEVENS GENERAL BUSINESS-NON-RESIDENT(EXPIRES 6/30/2019)-ACTIVE MILTON GENERAL BUSINESS-NON-RESIDENT-ACTIVE OLYMPIA GENERAL BUSINESS-NON-RESIDENT#21113(EXPIRES 4/30/2020)-ACTIVE TUKWILA GENERAL BUSINESS-NON-RESIDENT(EXPIRES 12/31/2019)-ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: KED, LLC KINNARD EDWARD DEVELOPMENT LLC TITAN TITAN EARTHWORK,LLC TITAN EARTHWORKS s-' This document lists the registrations,endorsements,and licenses authorized for the basiness N named above.By accepting this document,the licensee cer ifies the information on the application teas complete,true,and accurate to the beet of his or her knowledge,and that business will be _ onducted in compliance cy ith all applicable Washington state county,and city regulations. Director Department t Revenu STATE OF WASHINGTON UBI:602605763 001 0001 Expires:May 31,2019 TITAN EARTHWORK LLC UNEMPLOYMENT INSURANCE- TITAN EARTHWORK,LLC ACTIVE 1585 VALENTINE AVE SE INDUSTRIAL INSURANCE-ACTIVE PACIFIC,WA 98047-2103 TAX REGISTRATION-ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS-NON-RESIDENT#45669 (EXPIRES 4/30/2020)-ACTIVE KIRKLAND GENERAL BUSINESS- NON-RESIDENT#OBL29726 (EXPIRES 4/30/2020)-ACTIVE ISSAQUAH GENERAL BUSINESS- NON-RESIDENT(EXPIRES 4130/2020) -ACTIVE KENNEWICK GENERAL BUSINESS- NON-RESIDENT(EXPIRES 1 2131/2 0 1 9)-ACTIVE LAKE STEVENS GENERAL BUSINESS Director.IRt'artmcra of Re4•==r;_,. f' �„FvRFCURbiALLET DETACH BEFORE POSTING =a k,®SQ eBUSINESS LICENSE 4TATE OF WASHINGTON Limited Liabilit Company Unified Business ID#:602605763 4 Y P y Business ID#:001 Location:0001 TITAN EARTHWORK LLC Expires:May 31,2019 TITAN EARTHWORK,LLC 1585 VALENTINE AVE SE z PACIFIC,WA 98047-2103 �c 46:1 yy S F`. r! }}r� " t 3'U t �a Tlais donrment lists the registrations,endarsenteats,and licenses authorized for the business named above By accepting this document,the licensee certifies tha iniarmation on the applicatiart I was complete,true,and accurate to the best of his ae her knowledge,and thad business will be _ _ _ �° emaducted 6€caupl€ance u€th all apphcahle liashmgton state eounfv and city refitdatians Due cmr Urt artmenr at Rewrm r STATE OF WASHINGTON UBI:602605763 001 0001 Expires:May 31,2019 TITAN EARTHWORK LLC UNEMPLOYMENT INSURANCE- TITA EARTHWORK EAHWORK,LLC ACTIVE 1585 VALENTINE AVE SE INDUSTRIAL INSURANCE-ACTIVE PACIFIC,WA 98047-2103 TAX REGISTRATION-ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS-NON-RESIDENT#45669 (EXPIRES 4/30/2020)-ACTIVE KIRKLAND GENERAL BUSINESS- NON-RESIDENT#OBL29726 (EXPIRES 4/3012020)-ACTIVE ISSAQUAH GENERAL BUSINESS- NON-RESIDENT(EXPIRES 4/3 012 0 2 0) -ACTIVE KENNEWICK GENERAL BUSINESS- NON-RESIDENT(EXPIRES 12/31/2019)-ACTIVE LAKE STEVENS GENERAL BUSINESS Direr€"',Pq amen€ref Re'—w Sr STATE OF WASMNGTON Department of Labor & Industries Certificate of Workers' Compensation Coverage June 27, 2019 WA UBI No. 602 605 763 L&I Account ID 129,376-00 Legal Business Name TITAN EARTHWORK LLC Doing Business As TITAN EARTHWORK LLC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 1 of Year 2019 "31 to 50 Workers" (See Description Below) Account Representative Employer Services Help Line, (360) 902-4817 Licensed Contractor? Yes License No. TITANEL936CO License Expiration 06/15/2020 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 .1 2.050 and 51 .1 6.1 90). Home Espanol Coutac Search L&I A-Z Amex Help MY L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington State Department of Labor & Industries TITAN EARTHWORK LLC Owner or tradesperson 1585 VALENTINE AVE SE Principals PACIFIC,WA 98047 MCKENZIE,BRETT 206-325-3004 KINNARD,PARTNER/MEMBER KING County GILL,WILLIAM(BILL) EDWARD,PARTNER/MEMBER GREILING,STEVEN ROBERT,PARTNER/MEMBER Doing business as TITAN EARTHWORK LLC WA UBI No. Business type 602 605 763 Limited Liability Company Governing persons WILLIAM GILL STEVEN R GREILING; BRETT MC KENZIE; Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. TITANEL936CO Effective—expiration 02/20/2007—06/15/2020 Bond Berkley Insurance Co $12,000.00 Bond account no. 0182016 Received by L&I Effective date 05/15/2014 06/14/2014 Expiration date Until Canceled Help us improve Bond history Insurance American Guarantee&Liability $1,000,000.00 Policy no. GLA915581105 Received by L&I Effective date 04/04/2019 04/05/2019 Expiration date 04/05/2020 Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings Cause no. 19-2-02803-3SEA Dismissed Complaint filed by Complaint against bond(s)or savings RALPHS CONCRETE PUMPING INC 0182016 Complaint date Complaint amount 0 2/1 512 0 1 9 $1,246.06 L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 129,376-00 Doing business as TITAN EARTHWORK LLC Estimated workers reported Quarter 1 of Year 2019"31 to 50 Workers" L&I account contact TO/DALE MCMASTER(360)902-5617-Email:MCMS235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 12/03/2013 No violations Inspection no. 316910322 Location 6020 North 51st St Tacoma,WA 98407 Washington State Department of 4J Labor & Industries Public Works Dashboard Manage PWIA Access View Profile Contact Us Welcome Steve Greiling with TITAN Earthwork, LLC UBI:602 605 763 License:TITANEL936CO File New Intent Items Awaiting Your Action `tJ am the prime contractor for the project My Intents and Affidavits 313 I am a subcontractor for the project My Projects 64 Creak 1rZ 1% Search My Projects Project Name or Contract No. Bid Due From To Prime Contractor Required Training ! Project Name or Contract mm/dd/yyyy mm/dd/yyyy� Only where I am the prime Company Status Awarding Agency L&I's Retainage Status Exempt — Awarding Agency Released��Q Clear Search q Search My Status Not Started Show 5 T rows Showing records 1 to S of 64 Prewous Next Project Bid Due Date Prime Contractor Retainage Status View Training] 230 Fairview Ave N Emergency Sewer Main Repair 7/20/201 8 TITAN EARTHWORK LLC Released SEATTLE,CITY OF 1%212019 Contract No: PW#2018-083E View Certificate FA Additional Tasks '.... North Plaza Demolition 2/8/2018 TITAN EARTHWORK LLC Released ENTERPRISE SERVICES,WASH STATE DEPT OF 1/8/2019 Check Contractor Status Contract No: 2017-009H(1-2) View Certificate Look up an Apprentice 9257 8th Ave NW @ 95th Emergency Maintenance 2/21/2018 TITAN EARTHWORK LLC Released Hole&Sewer Repair 21120 2019 Contractor Apprentice SEATTLE,CITY OF View Certificate Utilization Report Contract No: PW#2018-035E Prime Contractor Apprentice Fire Station 47 Demolition 111912017 TITAN EARTHWORK LLC Released Utilization Report SEATAC,CITY OF 7/11 2018 View Certificate Verify Workers'Comp Pump Station#43 Emergency Force Main Repair 10/19/2017 TITAN EARTHWORK LLC Released Coverage at 5635 Seaview Ave NW 1,13 2019 SEATTLE,CITY OF View Certificate Contract No: PW#2017-095E File New Affidavit My Certified Payroll p Intent ID j Create File Certified Payroll Intent ID� Create Upload Certified Payroll Client#: 119927 TITAEART ACORDT,, CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/03/2019 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 CONTACT Christine Maden NAME: Propel Insurance PHONE FAX A/C No Ext:800 499-0933 A/C N.: 866 577-1326 Tacoma Commercial Insurance E-MAIL : Christine.Maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURERS AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:American Guarantee and Liability Ins.Co 26247 INSURED INSURER B:Navigators Insurance Company 42307 1585 Valentine SE TITAN LLC INSURER C:Westchester Surplus Lines Insurance Co. 10172 AveA Pacific,WA 98047 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY GLA915581105 4/05/2019 04/05/2020 EACH OCCURRENCE $1 000 000 CLAIMS-MADE u OCCUR DAMAGE PREMISES( RENTED n $30O 000 X PD Ded:$5,000 MED EXP(Any oneperson) $10 000 PERSONAL&ADV INJURY $1 OOO 000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 POLICY PRO-IJECT U LOC PRODUCTS-COMP/OP AGG $2 OOO 000 OTHER: $ A AUTOMOBILE LIABILITY GLA915581105 4/05/2019 04/05/2020 EOM.,dED er SINGLE LIMIT 1 OOO OOO X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY P r n $ X A0001 $ B UMBRELLA LIAR X OCCUR SE19EXC7512601V 4/05/2019 04/05/2020 EACH OCCURRENCE s5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s5,000,000 DED I I RETENTION 0 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N (WA Stop Gap) X A ANY PROPRIETOR/PARTNER/EXECUTIVE GLA915581105 4/05/2019 04/05/2020 E.L.EACH ACCIDENT $1 OOO OOO OFFICER/MEMBER EXCLUDED? N/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 OOO OOO C Pollution G24268706008 4/05/2019 04/05/2020 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Evidence of Coverage CERTIFICATE HOLDER CANCELLATION Berkley Surety Group, LLC SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 701 Fifth Avenue,Suite3505 ACCORDANCE WITH THE POLICY PROVISIONS. Seattle,WA 98104 AUTHORIZED REPRESENTATIVE T� ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3602412/M3602248 CLM00 DEMOLITION ■ EARTHWORK ■ UTILITIES To whom it may concern, TITAN Earthwork LLC is not and has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065(3) in the past three years. Thank U, Thank red Smith Senior Estimator 2S3-486-7173 Earthwork • Demolition • Environmental - Land Clearing • Utilities 1585 Valentine Ave SE • Pacific, WA 98042 * Phone (206) 325-3004 • Fax (253) 485-3400 Core Principles: Integrity/Safety Quality/ Production ........... ........... a DEMOLITION EARTHWORK UTILITIES To whom it may concern, In the last three years, TITAN Earthwork LLC has not been a "willful" violator as defined in RCW 49.48. 082, of any provisions of chapters 49.46, 49.48, or 49. 52 RCW. Thank you, Jjd Smith enjor Estimator nior Estimator 253-486-7173 Earthwork • Demolition • Environmental • Land Clearing • Utilities 1585 Valentine Ave SE • Pacific, WA 98042 a Phone (206) 325-3004 • Fax(253) 485-3400 Core Principles: integrity/Safety/Quality/ Production m O V mN tD O I-• N W A Ui N V m lD O 1� W A Vt O� J m �D O N W A V� V 00 t�O O F� W A In ONi V � ET o 3 o o v mf c � = tea Tam w' m3 9 3 = , w m Q O r m 3 F ,'^, o-2 O m f° o ? w o w' nEL 3 ET _ o �n m o 3 _ \V� m .c ti N Z O 2 D D D D a D D D o m D D o D Q a D F D D v o D D D D 3 a ° - o D e--#• Z z z Z °_ z z z o -�, z 3 Z z z z z ^_ Z z z z m 3 m O � o f o n a _ ? o o o c c = c Q o m a ,. n n n m n »H h . � . . . , d v Ro m O o n o v m 3 3 m m m o 0 0 0 0o same m O ll a m a 3 0 0 0 0 3 � O O Sm o ry w � O 7 n riNm o nn � nN v n = V1 " o, o o o ^ u D v o ry w-a m x �n v 0- T .. m, -° v m `�N Q o ^ D n oo D n c n o m ° v c 'o n n _ 0 3 m < 0 0 m m °O ° 2 m m o o ii -o'^ o o n p O i o °- o -°. o °o 'n 'm oI o < m 3 D o 3 = 3 3 na m is x 3 � Ll v+ °°, � ^• m -'. � m v n N N P W N N o W o O N O m O W O o O lNii V 00 O OJ O� m l° w W to In t0 �D J lNi� m O A lfi w w A m w N J A F+ O W r V T w V N m In 00 O U+ l0 m O OG O m A O W W G O• O o x 3 z o 3 m Z z = 3 m y A v D m v f0 ,-^T j T - '° o - - o � O N Of O� W O N m m m N O W S V �D m Ot lJ� N C m O O to A A O OOi A O O A O 3 cr O N D o� 3 u+ oo w w m i.+ w N 3 m N N .• m p O tp Umi V� Obi A � A N ymi Owi r O b �I tA0 lND N W �+ VQ1i N � N � o mV V r 0 OOi O W � N �O t° O J O V V N N O V N 1n N L� D n 3 0 o 3 M C w � Cl ~ V V J V V Y V V V V V N N V V N V N V V V W W oo ~ W W W o W W W 1 O N O O O Olw H O O N0 0 � Nm tp O t~i� Oo � O r W A In O, � m N W N " D m A Z O a w '*� ➢ n n W Z Z o- n m r n 0 0 0 » o o o o m o N A o w o 0 0 — D O O o o N o o w o D m m N D o N Q r O 3 m ➢ n S a — a _ w w N d `^ DD o D m 0 ? v On D m a c -a ol — °—' zal < D N < m oET z _ o o< o n m -{ ➢ � -ire -in �., -i � � �., -a O l., � r -iz ➢ -+ -a -� � � ov� � � � n � -a y " D D D ➢ H D v� D — D D p ➢ n n j a D D ,�.. y D ➢ D D D u D D D ➢ D Z Z Z Z Z A Z Z -' Z a ? Z O Z Z Z Z Z Z O Z Z Z m Z Z o 0 ,, oF, n v v n m v N v a n n A A GI o � 3 o< v v a vE 33333 33fu ddvvda 3 o'a A 3 3 3 3 3 0 3 3 0 0 0 0 o w 3 A' wp w' 3 A' w' 3 �p m = 3 3 m m 3 m '�° A' A' A' w' 3 V o 0 0 0 0 0 0 N 0 o 0 V o N ' V J J J V N O O O O O O O o O N O O CnC V J J J J O V J a V V 0 0 0 0 0 V Q Q o'a o No w o N, o ao 3 A o o o'a o o A o N. 3 A' o 0 0., o o O o V Oo 00 0 0 0 0 0 O 76 J V V V O J W W W W Oda 00 N N m w O 7 c nn nln ? �� m o npv, Nsn n ,�, TS � � xssn � D: � nnnv� no. d s `--' n � � nn a .. D o °, n a o < O p v o Q o o ? o T �. °m pm 0 0 m o 0 0 0 pm o 0 0 w 0 0 0 N ° N M - A N JC H A �D (n n to - < N ',O to m - j � N .^ - » o o < o o 0 0 o o 3 n 3 m ° 3 0 3 3 0 3 n = d £ 3 0 o w v p u c < o o - n - 3 n � n — x o s o m F 7 d n o w o w o 0 0 o iAi o Z. o o o w o m o w o 0 o iAi o 0 0 o N N o o W I w v A v m m W V 00 W 01 A J m lD l0 N m 7 A A OVi O1 A 9V11 1 N tAp Omi 1p m w A W F+ A m A W A N In N A o A l0 ll� A N Nto W to t'Nn t0 O, A t+ W � to V In ~ V m � V A O O N O QOi O N W O N O A O O O QOi V V O A W N W O o O O V O, O o to O O, O In N O W O O O O, A V l0 A O tip N � N O, O A O, 3 cr 6 o x Z a a A o - — _ n o ^ T o w m N S O O O O Oo OO, Oc O W Oo O B CD m O O, O In Oo V Z A A O w O O O W V O O In lmAo V 0 A 6 O O O J O O V O O 0 0 O O D- A N A 3 c R. N k N N N Q� O .3. w N m w N w a °i J,v°1, t�i� A 3 VwilAs� V b A W A W Omi t1 w w V V A l O V o Oi � CI K t0 V W Oo A lNn A A A O �' Nm V m O NA A O F+ O m O t° In to O O F• O O o V tp 4� A t0 V W lmD O O O, A o N W Vf N In-- --- - --V1 NA 3 a 3 W w N eD w 6 ^ e m N �' tA1, N N lAn tJii W V A J i0 O W w V pp O N INJi � N J lm0 V 1p A l00 W A A OAi O N . . m W W O O A In O� 0 0 0 A OOi VO W t00 O t+ W A U~i t�D O N N W A U� V W tNO O W A w Qi O tr N tr p o m 3 a 3 m m o D o o = o 0 0 3 3 Q p o D D D w. x '^ '1 �. D n o_ `=' o °° w. w' n = a'o -o 0 C n o- A 3 m - ry !r O _ A ° S \ O 3 o w' o - w a p 3 0 o w o O O ¢ o o a o F 3 - c o D < D - o O Q° T o A D O $ n o z o £ rR N a ' f V 3 m - _ m n F K x CD So 3 0 -� m " ° s a o o x 1 ti ° v v D m D O G 3 ? D 1p `p D D D D D c F 3 D D D D x. n D F j D D O Z a n Z O Z Z Z O n Z Z n m Z Z Z z n Z .�. ° Z Z n d T o 2 = v v n n d n o- o o v co c �., $ c ,� ca ... zc cw3 3 R n 0 R. o o F n _ n o ^ 3 n p v n o 0 0 - 0 - 3 0 0 0 CC < < o u v N < G d 4 "O 9 'O to to In to to to to w w < w w eTi v v v d < aTi w u w omi a w 3 3 �- 3 3 3 3 3 = 3 3 = _ _ _ _ _ _ = 3 3 3 w' w' 3 3 3 3 3 o 3 3 m o m m o o m o 0 0 0 0 1 . 1m m o m m m m m m m m a fD a - - - - - - - 3 - 3 = = a. 3 = ' - = 3 M = = 3 3 = 3 3 3 3 3 ti 3 3 = - 3 w o o w' 3 a'o 3 0 o w o w w' 0 3 0 0 3 3 0 3 3 00 3 w' 3 3 0 0 3 0 o 3 o J N o N Np N Obi 0� o T o 0 0 0~i N Q V N m N O !U o N N O N Obi ON V V O 0 0 J O O�j O O�j O V v O O O m 0 0 O J O O m 0 V O CD �. 3 n c n s o N v+ m n n a s 1 o n j m N n -i n n n " n <o m = n m m n. o > m o,,-3 o n a o - �, n o o 0 0 < o 'o T a o 0 0 3 0 o D O om `D. io o - c O v, m _ o = m o ^ _ o^ ^.n F m a n -n n s n o = ° 0 o 0 3 o c v o 3 - 3 3 o o 0 0 0 03 p 0 3 3 p 3 0 3 o O o m < < N o o £ s < - oVT 3 - - o n n n o o 0 0 w 3 0 o o� w < < a < z pz � N3 nz o J a a ° 0 3 'MD d n N A N-izi m m u,m m m aoi m uN, o m o m o o m m o S m a uN, o :i w o m w o m m m ry A w to F+ w to V A m V F+ i-+ w to J in J A A O O W O A O W A W A Y O p N Z O� O O W o N m O O W . O N N O W A l0 tD O In O O V 3 ms ao m o o _ ° '^ O z O 2 N N N-Z - V O� OOi w T m N OOi OOi O OOi m O O� W Ow W Oo� ON poj S O A V A A N N Oml W W W W to V lw b N N A Q. W A N 01 N f+ ONj A N ONi lW0 w W O w W W O w W N Z O W V O J O O W A O J O W O N N O A N - to-- -In D c 3 w r 10 N 0 I N N P A tNi� W A Oo N A lam» N A W m W N t0 O A N N N v N tOp O 3 61 Ca F+ O O N N O W w 0 w W S A m 0 O V O w A O� O� N O tD A O � N � to-- --In-(n-Lf In-to to-N --N --N - ---N In D n O 3 0 3 OAO Ooi W iD V Co W N O A V ^� fD CL N t0 O �O W O A 0 0 0 0 O O O 0 0 0 0 O O °i N W °� N N N °� °� W 0• O N V W tp O N w .p In V 00 l0 O F• A N �. a m mi� c zoo C - -nim � < ° � Fc Na ❑ n " w' a", w' w' a w " ° mo w o o o'a `D _ F ° _. 3 s o ❑ s rt' 3O x A o 9 A W 'n < O .N. w 0 O A N n om m 3 N = m 3 s = r"o '^ _ .o m O v '^' to a '^— ° OOc, m H< O c Y< ? F ? _ o D T = o a 3 0 3 ° o Q °' = c ° o s — 3 a o 0 3 s = m 3 = o x H Z 3 m o F 3 a J <w O w, m = '`°" 3 a O ,�^•< ° < c ❑ �l w n a 0 3 v ° m= 3 o 0 o a s o o a o o T F z a � 3 ° c o w w' m o o a z ' = O' oa o 3 m io E 3 3 3 w z o o — _ m - 3 0 E N z z ? N z z< Z ° z s Z o z c z,� z r z v _ z v _. z z T. � z_ _ x — n c c c c C c 0 c < o n ". n a n o n n o 0 3 3 � � O o . m .n in in m T m T T T T m d u a 3 33 a v a d v v v v v = - _ _ - - -_ - - - - - - D a 3 9 3 3 3 3 3 3 3 3 3 3 3 3 O 3 3 3 .' 0 w' w' 3 . . 3 3 3 3 3 3 3 3 3 3 3 3 . m m N N w N N m N m m m m m m m m m m fp o A L A A A A A A A o A A o 0 0 0 0 0 0 0 0 O O O N O O N N l " N O CDC O O O O o 0 0 0 0 0 O p G I I N Ol m C a 3 3 a a s = 3 = 3 ti 3 _ = 3 = 0 3 o m o o 3 0 3 o w' w' 0 3 0 0 0 0 3 3 o N O o A A o o A A A A V O N N O N ut N O O N O N O N O 0 0 (p ID � C A C n JC ❑ JC n Om ? n n n n n n 00 Nv, o o m m �n _ m f° o m o 1 v 3 o 0 o m — m o m v < 3 0 s 0 - o 0 a 3 3 3 m m c <' 3 3 3 - o 3 ❑ p o � c " c" " c cn --I m w — £ �1 N D N o� • oA ^ -- c o n O z o o a'n o F 3 0 o as ° o - - o °� _ n F a Q m n O O o 0 0 o tNi. o 0 o nAi N o 0 0 o tNii o hAi o 0 o 1 o 0 0 o T F• A V M W N w o tApw O. tp 4O N W N O w N A In U. c� W N N 1 N O 6 6 t° O W O W A O W W z T O Oo O. m t0 N W N b O A AO V 1. O O1Oi W J °W n ci 3 3mn 3 = ?E l�l n � 4FZ ooW O A UAi A N V A N N w 0 0 W O O O W O O N O W t°iO V z C O o OAo O O O O O A O W O A O O 3 O• A N N— to— -V.--t/.--In---- D c 3 3 o � V O i� � N A to V' t~ri A A N N N O tA N N O °�i O. w O w m W o- Ob V � O l0 M N O N w i O O. w 0 lVn A A V O tli In O N O O O O O Q1 l0 N O O In-—N to-— In- to-N —to to —---to——-to A 3 0 3 O F. N w N O N fD N Ao A w 0 A enT tp W O W w Nto O N W p. N i0 A N In Ot il�1p Ca A N tp f0 O A A J w O N V W O a N OA lw N 0 0 0 0 0 0 0 0 0 0 0 0 O W W W W W W w ~ W W A A A A A A W A tNn O� 0 0 0 0 0 0 0 m r o p c p n m p o 3 0 A n m n D o Z O �^ ➢ L1 c < c z �+ n �n `0 -° ax n � _ a c � `° Fv � ° 3 y D o - d a w ° °' W ° O < N m D 3 v d = T m v 3 0 0 °- p m _ m ? " _. D as 3 D m o F A m < 3 3 3 m a < T o 3 a ° 0 > D D �, D D D D D _, D - ° Z Z Z S Z Z z Z Z Z w Z Z - Z Z y Z n Z 3 2 Z w Z S 2 C D J ° c C o c ° D _ A Im ➢ - O ° o n 3 ° O n ° to to �a a a - - a - - w - w - - v - - v `^ v d - 3 3 M - - - 3 3 3 3 3 3 3 3 3 = 3 3 = 3 = _ _ _ _ = 3 3 - - - 3 m 3 w' 3 3 3 3 0 0 3 0 0 0 o Y o 3 3 w' w' w' 3 o o No �' ' o 0 0 D w ? A P p p N N W Wwl 1. A W a (D < Q 'O 3 3 -o. 3 .� ° _ _ = 3 = -- 3 3 3 3 3 3 3 G = - 3 - = n 3 3 o w° 3 w w' o M o 3 0 w' 3 3 3 w 3 3 3 3 w m o o w° 3 O N N N 3 tP N N 3 0=G O O O O w O W A w O w A 0 0 O O N N O 0 0 0 O w 0 O ON O NO A D) A A w p ? W A to A A to A ID A O 7 0 0 o o n c c n n n o n o. o n o b s T m 3 3 o n ° n 3 n 3 n n n n ° n N o 0 0 o o T o ° o o o - - o - T � N °-03 3 m � 3Ti - n v I ° mE c n n o,a F ° 3 °: 3 3 F O s ..� T o 0 o N o 3 fD m o w c m - m _ w = 3 O O 0 d m o o m o w o o N w r"l.,ti N w N o m N.o m o S _ m ow o_ O W w V A N rD O A toil m O w A w N W w V N N w w m A m tNnrD N W N W w V W A w ? to W tVVp W twn p I' O tp W Z N N tOp pW0 V N VO A tT O O O °01 w V C A N w Q w 3 O FF 3 o a b0 O 0 o'a m K O N m w 9 o S O N N N N A V A W W W M w o w Z 0 0 Q m N V�- In- In- In Into- N In N to N A A A t+ N A 3 O A A N A A W O r�-F A N ww A V w O A to p to 0 to O N V A -----Nw to N-- ---to -In N to N A A A N p 0 3 � V A twit A Ao W N F+ N i0 V P F+ V w C rY 'O two Opi A N Ow0 A °�i ? N OAi O A N O t~!i O J Ut O V A fl. e DEMOLITION ■ EARTHWORK ■ UTILITIES 1585 Valentine Ave SE, Pacific, Washington 98347 KEY PERSONNEL • Brett McKenzie,Superintendent With TITAN since: 2007 (253)261-7300 bmckenzie(@TITANearth.com • William Gill,Superintendent With TITAN since: 2007 (253)261-4652 beilIPTITANearth.com • Rory McLean,General Foreman With TITAN since: 2007 (253)377-4096 rmclean(@TITANearth.com • Travis Stewart,General Foreman With TITAN since: 2011 (253)334-3332 tstewartPTITANearth.com • Josh Vogt,Project Manager With TITAN since: 2011 (206)245-3204 ivogt(@TITANearth.com • Chris Pierce,Project Manager With TITAN since: 2012 (253)720-0523 cipierce(@TITANearth.com • Justin Gilsoul,General Manager With TITAN since: 2014 (253)266-5998 igilsoul(@TITANearth.com • Courtney Soyring,Demolition Division Mgr With TITAN since: 2016 (253)985-1185 csovrinePTITANearth.com • Bryan Bailey,Electrical Division Mgr With TITAN since: 2016 (206)261-8791 bbai levPTITAN ea rth.com T p n n V1 (n In (n M v .o n T W W V) V1 m O G) O O D * = � - O c O O l � O c D � � p p -< x p m m G� �' m O N O D m D � n n p p N p n p D m z A p > o ^ m = --j � D 70 = D D C Gl D r -I n D D p n n 7 - > n r m O m m \ n m D D r r m D -{ Q m m m C O m 7J r r p -I D 7a <_ � m M ::a7 W m a p Gl m z n -I -i N F A D m � rmm- � n I"Tl n D - Z W < z 0 D D p IT1 m r n m D A n (� O -3E D_ lJt NO F-` F� N W V-� F-� V N 1--� W W A O O 00 r'1 c c c D (-D C) rt N N 0 NV NF-� Qcz N N NDDD N DDo o o o0 o 0 0 o o 0 o N m N N lD tD w 00 CD O O O QlN (n00A U, V U, N Or m m m In Z N m W '�-m 00 N D N N N N O N (n (n rj O N (n tv O O CD C:) N < O O < O CDN O O v Ln• A Dl 00 00 Z V Q1 z V V V V O J Q J n T. -i n m (n G) cn p < < < c n < w N z 7J = D v m 7 un O m O D D D Z D D 0 m D m { z \ c m n A m = = D Q ■ O A Z r G p m D T � � m m m D Z m m D m Z � 7� cn n O C D m D cn cn cn O � cn D m � m m D m z _ c�i� LLn N D D D p Z -ml � A C Z m n D D = Z ON m p C) 7. _ D m 0 O Z O —I z ifDCO Z m D \ m p m n Z N E D m :;a rn m 70 G G) m = O z G o D n V p n w n ` D N G) W -0 < < < W N Ul p W W In N o 00 c c z - : = p w N D D D N v o w u, cn O ■ u, o O C N w rn m rwi - - - W v\ N p T` m m 'O N N n ul O m m m W In X O W 0\0 Q m N c 0) v v n \ - \2T \ A \O u, 00 m� p O D Ln c N r D \ wW 00 (D m A W W O O o) \ \ F- O < < O U, NN m N N Z X PQ W 7 1, 1, r.j< V, N W Ln O \ W D rn -- A m w W W N O U C) \ N CO A A V N \ N w O L O W O W � N (n O A V O i s r < I D n N N C ;;Q p p n 0 0 v ;p -0 p cOn Z D O Zrnr O C D O =O W O O 0 D r cz m O Q m Nm nD z DD G> mrcnDWNpZDn O D D i c m O m T m mZ Qn o D p -4 T c O X n m � N � 0O D cn z O D 77 m Ln Ln W N w W A N W W N F, w N 1� F-� N W w Ui W 0) V N N N N N N N N N C N N Z N N N C: N N N N 0 0 0 0 0 0 o z z CD D o 0 o z z o 0 0 0 N CD N O N o o N N O N CD N W O � \ \ Z z \ A NJ A z z W N N N N N N Q Q N N Q O N N N N 00 O O O O 00 C C O O C C O O O O -,I O Q1 v A V Z Z A J Z z W Cn A w W < < (n T T r F-' T T < < Ln C W G G = c 0 D c O O W n o c > > D O D m = -i r' \ C Z r D r n n K n > T m n D m O O rn p D D m m D cn \ �D D O r Z m O '5 v' Ln D \ \ A m C --i5 m m '� 0 � p D �n \ m z � L> m m D Z Z C D A C r0 - K rj < D p C z o o o c K X v D w - D o � W O D A a N N D D m p LA m o W �. o o � � 0 N m N m 2 Q n O O N 0 m \ O cn N T Gl O T T N 'Ao m N W p A 00 m D N m cn Ln Ln UJ N D o � OD m (n CDF 0 0 \ O < W CD \v m ^ A n QO Ln Ln O CD W 0 O T 0 Ui O N \ O A _N z G) m 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 (July 9, 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. TITAN Earthwork LLC Bidder's Business Name r flvrx4l Signature cfAutt-iorized Official* Brett N?,cKenzie Printed Name Member Title 07/09/2019 Pacific Washington 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. SR 167 Underpass Lighting at James/Maloney 16 June 24, 2019 Project Number: 18-3018 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within twenty-five (25) 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 I 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: 07/09/2019 TITAN Earthwork LLC N A M4 EU alD R Signature of Aunhor ized Representative Brett McKenzie, Member (Print Name and Title) 1585 Valentine Ave SE Address Pacific WA 98047 SR 167 Underpass Lighting at James/Maloney 17 June 24, 2019 Project Number: 18-3018 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, TITAN Earthwork, LLC , as Principal, and Berkley Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of 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 SR 167 Underpass Lighting at W. James St./Project Number: 18-3018 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 9th DAY OF July _ 2019 TITAN E rthw L(; PRIIICIPAL Berkley Insurance Company SURETYChr' er Kinyon, Attorney-in-Fact 20 Received return of deposit in the sum of $ SR 167 Underpass Lighting at James/Maloney 18 June 24, 2019 Project Number: 18-3018 No.BI-1220k POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted and appointed, and does by these presents make, constitute and appoint: Karen C. Swanson; Brent E. Heilesen; Christopher Kiny on; Jamie L. Marques; Carley Espiritu; Annelies M. Riehie, Kyle Joseph Howat, Heather L. Allen; or Holli Albers of Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact,to sign its name as surety only as delineated below and to I, execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars(U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. cn O This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, o > without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: •^ o RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board,Chief Executive Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are oi hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings, recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and sa. revoke any power of attorney previously granted;and further RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances, or F" L other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further 0 on o..5 RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any Y Epower of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or 3 other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. Y 0 o IN WITNESS WHEREOF, the Com�any has caused these presents to be signed and attested by its appropriate officers and its o to corporate seal hereunto affixed this$ day of a0ll Attest: / Berkle Insurance Compan F" (Seal) By r By ira .Lede an Jef •e fter ° V1 Executive Vice President& Secretary en o i esident U O b E WARNING:THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) o ) ss: o COUNTY OF FAIRFIELD } o � y Sworn to before me, a Notary Public in the State of Connecticut, this day of — )3rL.\at d01 , by Ira S. L.ederman Cd � and Jeffrey M. I-lafter who are sworn to me to be the Executive Vice Pre •de and Secretary, n the Senior Vice President, respectively,of Berkley Insurance ComparloARIA C.RUNDBAKEN NOTARY PUBLIC ° MY COMMISSION EXPIRES otary Public,State of Connecticut APRIL 30,2019 Z CERTIFICATE I,the undersigned,Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct and complete copy of the original Power of Attorney that said Power of Attorney has not been revoked or rescinded and that the authority of the 3 Attomey-in-Fact set forth therein,who executed the bond or undertaking to which this Power of mey is attached,is in full force and effect as of this date. Q Given under my hand and seal of the Company,this / day of t^ (Seal) Vincent P.Fo Please verify the authenticity of the instrument attached to this Power by: Toll-Free Telephone: (800) 456-5486; or Electronic Mail: BSGlnquiry@berkleysurety.com Any written notices, inquiries, claims or demands to the Surety on the bond attached to this Power should be directed to: Berkley Surety 412 Mount Kemble Ave. Suite 310N Morristown, NJ 07960 Attention: Surety Claims Department Or Email: BSGClaim@berkleysurety.com Please include with all communications the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis of the claim. In the case of a payment or performance bond, please also identify the project to which the bond pertains. Berkley Surety is a member company of W. R. Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Company, Berkley Regional Insurance Company and Carolina Casualty Insurance Company. CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of 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. SR 167 Underpass Lighting at W. James St. Project Number: 18-3018 NAME OF PROJECT TITAN Earthwork LLC NAME OF BIDDER'S FIRM % A41 e- SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER SR 167 Underpass Lighting at James/Maloney 19 June 24, 2019 Project Number: 18-3018 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ SR 167 Underpass Lighting at James/Maloney 20 June 24, 2019 Project Number: 18-3018 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department SR 167 Underpass Lighting at James/Maloney 21 June 24, 2019 Project Number: 18-3018 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 ....................0 Orderof Contents.................................................................................0 Invitationto Bid...................................................................................0 ContractorCompliance Statement........................................................0 Date............................................................................................0 Have/have not participated acknowledgment.............................E3 Signatureand address ................................................................13 Declaration - City of Kent Equal Employment Opportunity Policy ........13 Dateand signature .....................................................................a AdministrativePolicy ...........................................................................1211. Proposal...............................................................................................0 First line of proposal - filled in ................................................... 13 Unitprices are correct ................................................................13 Subcontractor List (contracts over $100K) ..........................................0 Subcontractorslisted properly....................................................0 Signature ....................................................................................43 Subcontractor List (contracts over $1 million).....................................Q Subcontractorslisted properly....................................................E Dateand signature .....................................................................0 Contractor's Qualification Statement ....................................................0 Completeand notarized ..............................................................13 Certification of Compliance with Wage Payment Statutes....................M ProposalSignature Page......................................................................Cl AllAddenda acknowledged .........................................................If Date, signature and address ........................................................0 Bid Bond Form ..................................................................................... 13 Signature, sealed and dated .......................................................0' Powerof Attorney.......................................................................J (Amount of bid bond shall equal 50/b of the total bid amount) CombinedDeclaration Form .................................................................Er Signature .....................................................................................0 ChangeOrder Form...............................................................................0 Bidder's Checklist ................................................................................] The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. SR 167 Underpass Lighting at James/Maloney 22 June 24, 2019 Project Number: 18-3018 Bond No. 0226390 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT WASI(INarok KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, TITAN Earthwork, LLC as Principal, and Berkley Insurance Company a Corporation organized and existing under the laws of the State of 1it # ;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 $237,476.80 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be."Delaware 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 SR 167 Underpass lighting at W. James St./Project Number: 18-3018 (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. SR 167 Underpass Lighting at James/Maloney 23 June 24, 2019 Project Number: 18-3018 TITAN Ea14hwork, LL B r TWO WITNESSES: (� PRINCIPAL (enter prtnc4pal's name above) BY: _BIaf1_7V c v TITLE: DAT . 08/26/20 9 DATE: 08/26/2019 CORPORATE SEAL: Heather L. Allen, Witness for Surety PRINT NAME Berkley Insurance Company DATE:08/26/2019 SURETY CORPORATE SEAL: BY: Christopher Kinyon DATE: 08/26/2019 TITLE: Attorney-in-Fact ADDRESS: 412 Mount Kemble Avenue Morristown, NJ 07960 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 ASSISTANT SECRETARY SR 167 Underpass Lighting at James/Maloney 24 June 24, 2019 Project Number: 18-3018 No.BI-1220k POWER OF ATTORNEY BERKLEY INSURANCE COMPANY WILMINGTON,DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY INSURANCE COMPANY (the "Company"), a corporation duly M organized and existing under the laws of the State of Delaware,having its principal office in Greenwich, CT,has made, constituted x and appointed, and does by these presents make, constitute and appoint: Karen C. Swanson; Brent E. Heilesen; Christopher a Kinyon; Jamie L. Marques; Carley Espiritu; Annelies M. Richie; Kyle Joseph Howat; Heather L. Allen; or Holli Albers of U Propel Insurance of Tacoma, WA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, CZ providing that no single obligation shall exceed Fifty Million and 00/100 U.S.Dollars(U.S.$50,000,000.00),to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following o resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on January 25,2010: oc RESOLVED,that,with respect to the Surety business written by Berkley Surety,the Chairman of the Board, Chief Executive 0 Officer, President or any Vice President of the Company, in conjunction with the Secretary or any Assistant Secretary are o hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds,undertakings,recognizances, or other suretyship obligations on behalf of the Company, and to affix the corporate seal o .o of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such attorney-in-fact and revoke any power of attorney previously granted;and further :.a `�' RESOLVED,that such power of attorney limits the acts of those named therein to the bonds,undertakings,recognizances,or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated;and further RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and 0 on further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any 3 power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as ,z though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any b person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued. o IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its o x corporate seal hereunto affixed this�day of ac) Cd Attest: Berk]e Insurance Compan o (Seal) _ By r By o _ Ira . Lede an Je aiesident fter o Executive Vice President&Secretary e o WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE"BERKLEY"SECURITY PAPER. STATE OF CONNECTICUT) ss: o � COUNTY OF FAIRFIELD } a Sworn to before me, a Notary Public in the State of Connecticut, this�day of )D r Lka c .1D 1 , by Ira S. Lederman c° and Jeffrey M. Hafter who are sworn to me to be the Executive Vice Pre 'de and Secretary, n the Senior Vice President, M respectively,of Berkley Insurance CompartOARIA C.RUNDBAKEN ` Q NOTARY PUBLIC A/ i o MY COMMISSION EXPIRES otary Public,State of Connecticut C7 APRIL 30,2019 CERTIFICATE t I,the undersigned, Assistant Secretary of BERKLEY INSURANCE COMPANY, DO HEREBY CERTIFY that the foregoing is a true, correct d and complete copy of the original Power of Attorney;that said Power of Attorney has not been revoked or rescinded and that the authority of the 3 Y Attorney-in-Fact set forth therein,who executed the bond or undertaking to which this Power of mey is attached,is in full force and effect as -of this date. -� Given under my hand and seal of the Company,this �-b/9 day of (^ (Seal) � Vincent P.Foi Please verify the authenticity of the instrument attached to this Power by: Toll-Free Telephone: (800) 456-5486; or Electronic Mail: BSGinguiry@berkleysurety.com Any written notices, inquiries, claims or demands to the Surety on the bond attached to this Power should be directed to: Berkley Surety 412 Mount Kemble Ave. Suite 310N Morristown, NJ 07960 Attention: Surety Claims Department Or Email: BSGClaim@berkleysurety.com Please include with all communications the bond number and the name of the principal on the bond. Where a claim is being asserted, please set forth generally the basis of the claim. In the case of a payment or performance bond, please also identify the project to which the bond pertains. Berkley Surety is a member company of W. R. Berkley Corporation that underwrites surety business on behalf of Berkley Insurance Company, Berkley Regional Insurance Company and Carolina Casualty Insurance Company. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and _!.iA-,,,v) I--.L. L organized under the laws of the State of W o skiv\j evx located and doing business at (SU Va I z A Vc- L J A ("Contractor"). 16oy7 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: SR 167 Underpass Lighting at W. James St./Project Number: 18- 3018 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 twenty-five (25) 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. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. SR 167 Underpass Lighting at James/Maloney 25 June 24, 2019 Project Number: 18-3018 4. 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. SR 167 Underpass Lighting at James/Maloney 26 June 24, 2019 Project Number: 18-3018 CITY OF KENT BY: DAN�A RALPH(, MAY ( `DATE: m - 1 ATTE T: 66A I VrW KIMBERLEY A. MOTO, CIT K APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT��IVAME: TITLE': G zm ak) tt er DATE: 9 SR 167 Underpass Lighting at James/Maloney 27 June 24, 2019 Project Number: 18-3018 EXHIBIT A INSURANCE REQUIREMENTS 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. SR 167 Underpass Lighting at James/Maloney 28 June 24, 2019 Project Number: 18-3018 EXH I B I T A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. SR 167 Underpass Lighting at James/Maloney 29 June 24, 2019 Project Number: 18-3018 EXH 1 B IT 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. SR 167 Underpass Lighting at James/Maloney 30 June 24, 2019 Project Number: 18-3018 Client#: 119927 TITAEART ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE s/27/2/DD/YYYYj /27/201 s 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 CONTACT NAME: Christine Maden Propel Insurance PHONE g00 499-0933 Fax 866 577-1326 A/C No Ext: A/C No): Tacoma Commercial Insurance E-MAIL Christine.Maden@propel1nsurance.com 1201 Pacific Ave,Suite 1 OOO INSURERS AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:American Guarantee and Liability Ins.Co 26247 INSURED INSURER B:Navigators Insurance Company 42307 TITAN Earthwork, LLC 1585 Valentine Ave SE INSURER C:Westchester Surplus Lines Insurance Co. 10172 Pacific,WA 98047 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE DDL UBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM/DD/YYYY MM/DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY GLA915581105 4/05/2019 04/05/2020 EACH OCCURRENCE $1 OOO OOO CLAIMS-MADE u OCCUR DAMAGE TO RENTED $30O OOO PREMISES(E.X PD Ded:$5,000 MED EXP(Anyoneperson) $10 000 PERSONAL&ADV INJURY $1 OOO OOO GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE s2,000,000 PR POLICY I X I JECOT FI LOC PRODUCTS-COMP/OP AGG s2,000,000 OTHER: $ A AUTOMOBILE LIABILITY GLA915581105 4/05/2019 04/05/2020 COMBINED SINGLE LIMIT 1 000 000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per acci $ X A0001 $ B UMBRELLA LIAR IV I OCCUR SEI9EXC7512601V 4/05/2019 04/05/2020 EACH OCCURRENCE $5,000,000 X EXCESS LIAR rl CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION 0 $ WORKERS COMPENSATION WA St0 Ga PER OTH- AND EMPLOYERS'LIABILITY ( p p) X A ANY PROPRIETOR/PARTNER/EXECUTIVE---I GLA915581105 4/05/2019 04/05/2020 E.L.EACH ACCIDENT $1 000 OOO OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1 00O 000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1 000 000 C Pollution G24268706008 4/05/2019 04/05/2020 $5,000,000 Occurrence Liability $5,000,000 Aggregate DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:SR 167 Underpass Lighting at W James St/Project Number: 18-3018. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE T� ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3772294/M3602248 KTR00 Policy Number G LA 9155811-05 SCHEDULE OF FORMS AND ENDORSEMENTS American Guarantee .And Liability Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 04-05-19 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 COMMON POLICY FORMS AND ENDORSEMENTS U-GU-630-D CW 01-15 DISCLOSURE OF INFO RELATING TO TRIA U-GU-767-B CW 01-15 CAP ON LOSS FROM CERTIFIED ACTS OF TERR U-GU-D-310-A 01-93 COMMON POLICY DECLARATIONS U-GU-619-A CW 10-02 SCHEDULE OF FORMS AND ENDORSEMENTS U-GU-319-F 01-09 IMPORTANT NOTICE - IN WITNESS CLAUSE U-GU-621-A CW 10-02 SCHEDULE OF NAMED INSURED (S) U-GU-406-B 07-15 INSTALLMENT PREMIUM SCHEDULE U-GU-618-A CW 10-02. SCHEDULE OF LOCATIONS IL 01 23 11-13 WASHINGTON CHANGES - DEFENSE COSTS IL 01 46 08-10 WASHINGTON COMMON POLICY CONDITIONS IL 01 98 09-08 NUCLEAR ENERGY LIABILITY EXCLUSION U-GU-298-B CW 04-94 CANCELLATION BY US IL 00 03 09-08 CALCULATION OF PREMIUM U---GU--1191-A CW 03-15 SANCTIONS EXCLUSION ENDORSEMENT GENERAL LIABILITY FORMS AND ENDORSEMENTS U-GL-1446-A CW 05-10 NOTIFICATION TO OTHERS OF CANCELLATION U-GL-1516-A CW 01-12 WRAP-UP EXCLUSION-STOPGAP-BI INJ, DISEASE U-GL-1517-B CW 04-13 RECORD OR DISTRB OF MATRL OR INFO EXCL U-GL-1518-A CW 04-13 BROADENED NAMED INSURED U-GL-851-B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-923--B CW 06-04 SILICA OR SILICA MIXED DUST EXCLUSION U-GL-925-B CW 12-01 WAIVER OF SUBROGATION (BLANKET) ENDT. U-GL-D-851-B CW 09-04 EMPLOYEE BENEFITS LIAB (OCCURRENCE) COV U-GL-D-1115-B CW 09-04 COMMERCIAL GL COVERAGE PART DECLARATIONS CG 00 01 04-13 COMMERCIAL GENERAL LIABILITY COV FORM U-GL-1114-A CW 10-02 ADDITIONAL INSURED - AUTOMATIC - OWNERS, LESSESS OR CONTRACTORS U-GL-1060-E CW 04-13 CONTRACTORS LIABILITY ENDORSEMENT UGL1171ACW 07-03 FUNGI OR BACTERIA EXCLUSION U-GL-1177-F CW 04-13 ADL INSD OWNER, LESSE,CONT-SCHEDULED U-GL-1199-A MU 04-04 ASBESTOS EXCLUSION ENDORSEMENT U-GL-1294-A CW 10-06 LIMITED OPERATIONS-CONSOLIDATED WRAP-UP U-GL-1321-E CW 10-13 BROAD FORM ADD INS-OWNR,LESSEE, CONTR-SCH U-GL-1327-B CW 04-13 OTH INS AMNDMT-PRIMARY & NONCONTRIBUTORY U-GL-1347-A MU 02-08 LEAD LIABILITY EXCLUSION U-GL-872-B CW 04-09 PREMIUM & REPORTS AGREEMENT-COMP RATED CG 01 81 05-08 WASHINGTON CHANGES CG 01 97 12-07 WA CHANGES-EMP RELATED PRACTICES-EXCL U-GL-1465-D CW 12-13 ADL INSD-OWNR, LSSEE, CONTR-ONGNG-SCH U-GL-1466-D CW 12-13 ADL INSD---OWNR, LSSEE, CONTR-CMPLTD-SCH U-GL-274-C MU 05-06 STOP GAP EMPLOYERS LIABILITY COVERAGE U-GL-274-C 1 CW 12-04 STOP GAP EMPLOYERS LIABILITY U-GL-852-A CW 07-96 EMPL BENEFITS LIAB (OCCURRENCE) DED ENDT CG 03 00 01-96 DEDUCTIBLE LIABILITY INSURANCE CG 20 12 04-13 ADDL INS-ST, GOV AGY, SUB, POL SUB-PERM CG 20 32 04-13 ADDL INSD-ENGRS ARCHTS OR SURVEYORS CG 21 08 05-14 EXCL-ACC/DISCL OF CONFI OR PERSONAL INFO CG 21 34 01-87 EXCLUSION - DESIGNATED WORK CG 21 47 12-07 EMPLOYMENT-RELATED PRACTICES EXCLUSION CG 21 86 12-04 EXCL-EXTERIOR INSULATION & FINISH SYSTEM CG 22 79 04-13 EXCL-CONTRACTORS-PROF LIAB U-GU-610,A CW(10/02) Policy Number G LA 9155811-05 SCHEDULE OF FORMS AND ENDORSEMENTS American Guarantee And Liability Insurance Company Named Insured TITAN EARTHWORK LLC Effective Date: 04-05-19 12:01 A.M., Standard Time Agent Name PROPEL INSURANCE Agent No. 73038-000 CG 24 17 10-0i CONTRACTUAL LIABILITY - RAILROADS CG 25 03 05-09 DESIGNATED CONSTRUCTION PROJECTS GENERAL CG 25 04 05-09 DESIGNATED LOCATIONS GENERAL AGGREGATE AUTOMOBILE FORMS AND ENDORSEMENTS U-CA-387-A 07-94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10-13 ADDL INSD-LESSOR U-CA-411-E CW 02-14 PREMIUM AND REPORTS AGREEMENT-COMPOSITE U-CA-531-B 02-08 NOTICE REGARDING TERRORISM PREMIUM U-CA-548-A CW 10-06 SCHEDULE OF AUTO PHYSICAL DAMAGE DEDUCTI U-CA-812-A WA 05--10 NOTIFICATION TO OTHERS OF CANCELLATION U-CA-D-600-C 04-14 BUSINESS AUTO DECLARATIONS CA 00 01 10-13 BUSINESS AUTO COVERAGE FORM CA 01 35 10-13 WASHINGTON CHANGES CA 21 34 10-13 WA UNDERINSURED MOTORISTS COVERAGE CA 20 15 10-13 MOBILE EQUIPMENT CA 23 45 11-16 PUBLIC LIVERY & ON-DEMAND DELIVRY EXCL U-CA-424-F CW 04-14 COVERAGE EXTENSION ENDORSEMENT CA 99 14 10-13 FIRE,FIRE&THEFT, FIRE&THEFT&WIND STORM CA 99 54 10-13 COVERED AUTO DESIGNATION SYMBOL CA 99 89 05-01 WASHINGTON LOSS PAYABLE FORM REG-335 MCS-90 01-17 MOTOR CARRIER POLICIES OF INS .FOR PUBLIC U-GU-619-A CW(10/02) Commercial Navigators Excess Declarations NAV-EXC-DEC (4/10) Policy Number: SE19EXC7512601V Producer Number: WORL0129 Renewal 14W Insuring Company: Navigators Insurance Company Producer: Worldwide Facilities, LLC One Penn Plaza 601 Union St Ste 1630 New York, NY 10119 Seattle, WA 98101-4067 1. Named Insured: TITAN Earthwork LLC Business Type: LLC Address: 1585 Valentine Avenue SE Pacific, WA 98047 2. Policy Period: From: 04/05/2019 to 04/05/2020 (At 12.01 a.m. standard time at your mailing address shown above.) 3. Limits of Insurance Each Occurrence or Event $10,000,000 General Aggregate $10,000,000 Products-Completed Operations Aggregate $10,000,000 4, Underlying Insurance: See AMENDMENT- SCHEDULE OF UNDERLYING attached 5. Premium at Inception Policy Premium: Minimum Premium: Minimum Earned: Terrorism Premium: 6. Endorsements Attached to this Policy at Inception POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM NAV-ML-TERRA (02/15) INSURANCE COVERAGE Commercial Excess Liability Declarations NAV-EXC-DEC (04/10) Commercial Excess Liability Coverage Part NAV-EXC-001 (04/10) Washington Changes NAV-ECD-200-WA (04/10) OFAC ENDORSEMENT NAV-ML-002 (11/12) CLAIM REPORTING PROCEDURES NAV-PHN-200 (04/17) Exclusion -Wrap-Ups and Project Policies NAV-EXC-354 (01/15) Page 1 of 2 Exclusion -Cyber Injury NAV-EXC-5041 (01/15) NON-ACCUMULATING LIMITS OF INSURANCE NAV-ECD-6032 (09/13) Nuclear Energy Liability Exclusion NAV-EXC-302 (07/09) Exclusion - Rejected Coverage NAV-EXC-321 (07/09) Exclusion-Condominium or Townhouse NAV-EXC-327 (10/09) Exclusion - Exterior Insulation and Finish System NAV-EXC-311 (07/09) Total Pollution Exclusion NAV-EXC-323 (07/09) Professional Services Exclusion NAV-EXC-305 (05/10) Waiver of Subrogation NAV-ECD-6012 (01/11) Amendment-Schedule of Underlying NAV-ECD-104 (02/11) Cap on Losses from Certified Acts of Terrorism NAV-ECD-400 (02/15) Amendment of Conditions Other Insurance Primary and Non- NAV-EXC-348A (01/11) Contributing Signed at: by This day of: Authorized Representative NAV-EXC-DEC(4/10) Page 2 of 2 Additional Insured — Automatic — Owners, Lessees Or Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. Effective Date: This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage"or"personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a. above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or"property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. Solely with respect to this Paragraph (b), if the written contract or written agreement provides a minimum time period for providing such coverage, and such minimum time period ends prior to the end of the policy period, this insurance shall not apply to "bodily injury", "property damage" or a "personal and advertising injury" offense which occurs during the policy period and after the end of that minimum time period. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07/04 edition); or b. The ISO CG 20 37 (07/04 edition), U-GL-1114-A CW(10/02) Page 1 of 4 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage"or"personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of: (a) Your ongoing operations, with respect to Paragraph 2.a. above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to "bodily injury" or "property damage" caused by"your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. Solely with respect to this Paragraph (ii), if the written contract or written agreement provides a minimum time period for providing such coverage, and such minimum time period ends prior to the end of the policy period, this insurance shall not apply to "bodily injury", "property damage" or a "personal and advertising injury" offense which occurs during the policy period and after the end of that minimum time period. 3. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury", "property damage" or"personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products-completed operations hazard" (if no form is specified), U-GL-1114-A CW(10/02) Page 2 of 4 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the "bodily injury" or "property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. Solely with respect to this Paragraph (4), if the written contract or written agreement provides a minimum time period for providing such coverage, and such minimum time period ends prior to the end of the policy period, this insurance shall not apply to "bodily injury" or "property damage" which occurs during the policy period and after the end of that minimum time period. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or 2. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an "occurrence"or offense that may result in a claim; (2) We receive written notice of a claim or"suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. U-GL-1114-A CW(10/02) Page 3 of 4 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. Solely with respect to the insurance afforded to an additional insured under this endorsement, the following is added to Section III —Limits Of Insurance: Additional Insured—Automatic—Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A. of this endorsement; or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-1114-A CW(10/02) Page 4 of 4 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Waiver Of Subrogation (Blanket) Endorsement ZU RI C H Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer Addl Prem Return Pretn. GLA915581105 04/05/2019 04/05/2020 Propel Insurance $ $ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW(12/01) Page 1 of 1 0 Coverage Extension Endorsement ZURICW Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff.Date of End. Producer No. AWL Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04-14) Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: U-CA-424-F CW(04-14) Page 2 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day, to a maximum of$3000. 1. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured"; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW(04-14) Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph 113.3.a. of Section III —Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 113.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04-14) Page 4 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. agent, servant or employee of the "insured"to notify us of any"accident", claim, "suit" or"loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos— Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto"you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04-14) Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04-14) Page 6 of 6 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Commercial Excess Liability Coverage Part Various provisions of this policy restrict coverage. Read the entire policy carefully to determine your rights, duties and what is and is not covered. Throughout the policy the words"you" and "your" refer to the Named Insured. The words"we," "us" and 'bur" refer to the company providing this insurance. The word"insured" means any other person or organization qualifying as such under SECTION II—WHO IS AN INSURED. Other words and phrases that appear in quotations in this policy have special meanings. Refer to SECTION V- DEFINITIONS. SECTION I —COVERAGE 1. Insuring Agreement A. Excess Liability 1. We will pay on behalf of the insured and in excess of"underlying limits' those sums the insured becomes legally obligated to pay as damages for"loss"to which this insurance applies. This insurance applies only if: a. the `loss" is caused by an"event that takes place in the coverage territory; b. the:9oss" occurs during the"policy period;" and c. the"controlling underlying insurance" applies to the "loss." 2. If an aggregate limit of"controlling underlying insurance" is exhausted by the payment of judgments or settlements to which this insurance applies, or would have applied but for the amount of the damages; this insurance will apply in place of the `controlling underlying insurance" until we have paid our applicable Limits of Insurance. 3. When paragraph 2. above applies; ending the"controlling underlying insurance" obligations to investigate and settle claims or defend suits against the insured, we have the right and duty to investigate claims and defend suits which seek damages to which this insurance applies. Our right and duty to defend end when we have paid our applicable Limits of Insurance. 4. When paragraph 2. above does not apply; we have the right, but not the duty, to participate in the investigation or settlement of any claim or the defense of any suit against any insured. 5. We have the right, at our discretion, to settle any claim to which this insurance applies. 6. As respects paragraphs 3. and 4. above, "defense expenses"we incur in the investigation of any claim or defense of any suit will be paid in addition to the Limits of Insurance except when such costs reduce the limits of"controlling underlying insurance, in which case they will reduce our Limits of Insurance. 7. The amount we pay is limited. See SECTION III —LIMITS OF INSURANCE. 2. Exclusions The EXCLUSIONS sections of the"controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between an Exclusion of this policy and an Exclusion of the "controlling underlying insurance"the Exclusion of this policy will apply. KAV-EXC-001 (04%10) Navigators Insurance Company Pa-e 1 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. , However, in no case will coverage be excluded by the"controlling underlying insurance" and not excluded by this policy. This insurance does not apply to any liability: 1. to which "controlling underlying insurance" does not apply; 2. for which coverage is provided by"controlling underlying insurance" at limits less than the limits of insurance applicable to other coverage provided by the"controlling underlying insurance"and less than"underlying limits;" 3. for `loss"which commenced prior to this"policy period,"whether or not such"loss" continues, progresses, changes or resumes during this"policy period;" 4. for damage to property you own, rent or occupy, including any costs or expenses incurred by you or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including the prevention of injury to a person or damage to another's property; 5. for damage to personal property in the care; custody or control of any insured; 6. arising out of any"aircraft products;" 7. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"asbestos;" 8. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"fungi" or bacteria; 9. arising out of the actual, alleged, suspected or threatened inhalation of, ingestion of, contact with, exposure to, existence of, or presence of"silica"or"silica related dust;" 10. arising out of any"employment practices" of any insured; 11. arising out of: a. war, including undeclared or civil war; b. warlike action by a military force, including action in hindering or defending against an actual or expected attack, by any government, sovereign or other authority using military personnel or other agents;or c. insurrection, rebellion, revolution, usurped power, or action taken by governmental authority in hindering or defending against any of these; 12. imposed under: a. an uninsured or underinsured motorist, uninsured or underinsured boater, Medical Payments, Personal Injury Protection, No-Fault or any similar law; b. a workers compensation, disability benefits, unemployment compensation or any similar law; c. the Employee Retirement Income Security Act of 1974, any amendments thereto or any similar law. SECTION II—WHO IS AN INSURED The WHO IS AN INSURED section of the"controlling underlying insurance" is made part of this policy. Any person or organization that is an insured in"controlling underlying insurance" is an insured in this policy to the same extent. I\TAV-EX( -001 (04/10) Navigators Insurance Company Page 2 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. SECTION III—LIMITS OF INSURANCE The Limits of Insurance shown in the Declarations and the rules below fix the most we will pay regardless of the number of insureds, claims made or suits brought, or persons or organizations making claims or bringing suits. 1. The General Aggregate Limit is the most we will pay for the sum of all damages to which this insurance applies, except: a. damages because of bodily injury or property damage included within any applicable products-completed operations hazard;or b. damages arising out of the ownership, operation, maintenance or use of an automobile,- 2. The Products-Completed Operations Aggregate Limit is the most we will pay for the sum of all damages included within any applicable products-completed operations hazard; 3. Subject to paragraphs 1. and 2. above, the Each Event Limit is the most we will pay for all damages that arise out of any one:`event. SECTION IV—CONDITIONS The CONDITIONS sections of the `controlling underlying insurance" are made part of this policy. If an inconsistency or contradiction exists between the Conditions of this policy and the Conditions of the `controlling underlying insurance, the Conditions of this policy will apply. 1. Appeals At our discretion we may appeal any judgment which would result in a payment under this policy. When we do appeal, we will pay all costs associated with the appeal in addition to the Limits of Insurance. Any such appeal will not increase our Limits of Insurance. 2. Bankruptcy or Insolvency Bankruptcy or insolvency of the insured or the insured's estate will not relieve us of our obligations under this policy. Bankruptcy or insolvency of any company providing "controlling underlying insurance"will not reduce the"underlying limits" or increase our obligations under this policy. We will not be required to drop down or replace "controlling underlying insurance." 3. Cancellation a. The first Named Insured may cancel this policy at any time by providing us advanced written notice of the cancellation date. b. We may cancel this policy at any time by providing the first Named Insured written notice of cancellation: i. at least 10 days in advance if we cancel for non-payment of premium; or ii. at least 30 days in advance if we cancel for any other reason: c. If the "controlling underlying insurance" is cancelled for any reason, this policy is also cancelled. Reinstatement of the':controlling underlying insurance" does not reinstate this policy unless reinstatement is endorsed hereon. Return premium, if any, will be calculated per Condition 11. Premium. Proof of mailing will be proof of notice. NAN-EXC-001 (Oq ]0) Navigators Insurance Company Pa-e 3 of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. 4. Non-Renewal a. We are not obligated to renew this policy. However, should we decide not to renew, we will provide the first Named Insured written notice of our decision at least 30 days prior to the expiration date shown in the Declarations. b. We will not restrict the terms or increase premium of this policy at renewal unless we have given the first Named Insured at least 30 days advanced notice of any such changes. However, no notice will be provided or required if a restriction in this policy results from a restriction applicable to"controlling underlying insurance.': c. The first Named Insured may non-renew this policy by: i. providing advance written notice to us; ii. rejecting our offer to renew; or iii. failing to reply to our offer to renew. Proof of mailing will be proof of notice. 5. Changes This policy contains all of the agreements between you and us. This policy may only be changed by endorsements we issue. 6. Duties When There is an"Event,"Claim or Suit a. You must see to it that we and any other insurers who could provide coverage are notified as soon as practicable of any"event"which may be reasonably expected to result in a claim under this policy. To the extent possible, notice should include: i. how, when and where the"event'took place,- ii. the names and addresses of any injured persons and witnesses; and iii. the nature and location of any injury or damage arising out of the"event." b. If a claim is made or suit is brought against any insured which may be reasonably expected to result in a claim under this policy, you must: i. immediately record the specifics of the claim or suit and the date received;and ii. notify us, and any other insurers who could provide coverage, as soon as practicable. c. You and any other involved insured must: i. immediately send us, and any other insurers who could provide coverage, copies of any demands, notices, summonses or legal papers received in connection with a claim or suit which may be reasonably expected to result in a claim under this policy; ii. authorize us to obtain records and other information; iii. cooperate with us in the investigation or settlement of the claim, issues relating to coverage under this policy or defense against the suit; and iv. assist us, upon our request, in the enforcement of any right against any person or organization which may be liable to the insured because of the injury or damage to which this insurance may apply. d. No insured will, except at that insured's own cost; voluntarily make a payment, assume any obligation or incur any expense, other than first aid, without our consent. Notice to us may be sent to our address shown in the Declarations. 7. Legal Action Against Us No person or organization has a right under this insurance: a. to join us as a party or otherwise bring us into a suit asking for damages from an insured; or b. to sue us on this insurance unless all of its terms have been fully complied with. NAV-EXC-001 (0410) Navigators Insurance Company Page 4 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. 8. Maintenance of Controlling Underlying Insurance During the"policy period"you must maintain"controlling underlying insurance"with "underlying limits' at least equal to the amounts shown in the Declarations. The "underlying limits" must be unimpaired at the beginning of this"policy period.' If you fail to maintain the "controlling underlying insurance"this policy will be invalid. If you fail to maintain "underlying limits,'we will only be liable to the extent we would have been liable had you maintained the"underlying limits.' Reduction of`underlying limits" by the payment of judgments or settlements for`loss"to which this insurance applies, or would have applied but for the amount of the damages, will not be considered a failure to maintain `underlying limits." 9. Other Insurance This insurance is excess over any insurance available to the insured except insurance purchased specifically to apply in excess of this policy. 10. Payment of Damages When the amount of damages payable under this policy has been determined by final judgment or a written settlement agreement between the claimant and us, we will pay that amount, up to our applicable Limits of Insurance, after the "controlling underlying insurance' or the insured has paid the full amount of the"underlying limits. 11. Premium The Premium shown in the Declarations is the premium for the coverage we provide for the"policy period."The first Named Insured is responsible for the payment of all premiums under this policy. If this policy is cancelled prior to its expiration date return premium will be calculated as follows: a. if cancelled by us: [{(Premium)—(Minimum Earned Premium)}x (Pro Rata factor)] b. if cancelled by you: [{(Premium)—(Minimum Earned Premium)}x {(Pro Rata factor)x (.90)}]. 12. Separation of Insureds Except with respect to the Limits of Insurance and any rights or duties specifically assigned in this policy to the first Named Insured, this insurance applies: a. as if each Named Insured were the only Named Insured; and b. separately to each insured against whom claim is made or suit is brought. 13. Transfer of Rights of Recovery Against Others If an insured has rights to recover all or part of any payment we have made under this insurance, the insured must preserve those rights and, at our request, pursue or transfer those rights to us. The insured must do nothing after an"event"to impair them. 14. Reformation of Underlying If the 'controlling underlying insurance" is reformed after an"event"to provide coverage for a"loss,"the terms of such reformation do not apply to this policy. 15. When we Defend When we have a duty to defend an insured, the insured will cooperate with us in the transfer of the defense to counsel of our choosing. If the law of the governing jurisdiction permits an insured to select their own counsel to be paid for by us, we shall only be liable for the reasonable and necessary defense costs of one law firm per insured at rates customarily paid by us for the defense of similar claims in the jurisdiction where the claim is pending. 16. Claims outside the U.S.A, it's Territories, Possessions or Canada When we have the duty to defend an insured and are prevented by law or otherwise from doing so, we will reimburse the insured for any reasonable and necessary expenses incurred in the defense of a suit to which this insurance applies. If the insured becomes legally obligated to pay damages to which this insurance applies I�AV-:EXc'-001 (04ri(�j Navigators Insurance Company Page 5 of 7 Contains copyrighted material of the Insurance Services Office; Inc. with its permission. and we are prevented by law from paying such damages on behalf of the insured, we will reimburse the insured, in U.S currency at the prevailing exchange rate at the time the damages were paid, for such damages. SECTION V—DEFINITIONS The DEFINITIONS sections of the"controlling underlying insurance" are made part of this policy, and apply to words or phrases used in this policy provided always that words or phrases in quotations in this policy will have the meaning given them in this policy. "Aircraft products" means: a. an aircraft: b. ground control or support equipment; or c. any article, component or device made, sold, licensed, handled or distributed by any insured that is used to achieve, control or maintain flight or landing of an aircraft. "Asbestos" means the mineral in any form. "Controlling underlying insurance" means the policy listed in the Schedule of Underlying Insurance shown in the Declarations, or its renewal or replacement, which applies to the "loss," or would have applied but for: a. an exclusion in that policy; or b. the exhaustion or erosion of an aggregate limit of insurance; If more than one policy is listed in the Schedule, the "controlling underlying insurance" is the policy which applies to the"loss"or would have applied but for the reasons a. or b. listed above. "Defense expenses" means expenses we incur to investigate a claim or defend a suit. Defense expenses include interest which accrues on our portion of a judgment, after entry of that judgment and after the insured or any underlying insurer has paid the full amount of their portion of the judgment but before we have paid, offered to pay or deposited in the court the part of the judgment that is within our applicable Limits of Insurance. "Employment practices` means: a. dismissal, discharge or termination of employment, whether actual, constructive or retaliatory; b. failure or refusal to hire or promote; c. discipline, demotion; coercion or retaliatory treatment; d. failure to grant tenure; e. negligent employment evaluation; f. sexual or other workplace harassment, including quid pro quo and hostile work environment: g. employment discrimination; h. invasion of privacy, violation of employment related civil rights, employment related libel, slander or defamation; i. creating or enforcing or failing to create or enforce employment related policies or procedures; or j. actual or alleged violations of the Family and Medical Leave Act of 1993 or its amendments. "Event'' means an accident, incident, occurrence, offense, wrongful act or other 'loss" causing "event" defined by and to which the"controlling underlying insurance" applies. NAV-EXC-001 (0410) Navigators Insurance Company Paae 6 of Contains copyrighted material of the Insurance Services Office, Inc. with its permission. "Fungi" means any type or form of fungus; including mold or mildew and any mycotoxins; spores, scents or byproducts produced or released by fungi. But"fungi" does not include mushrooms cultivated for human consumption. "Loss" means bodily injury, property damage, personal and advertising injury or other loss defined by and to which the "controlling underlying insurance" applies. "Policy period' means the period of time between the effective date shown in the Declarations and the earlier of the expiration date shown in the Declarations or the expiration date shown in an endorsement to this policy. "Silica'' means silicon dioxide, occurring in crystalline, amorphous or impure forms, silica particles, silica dust or silica compounds. "Silica related dust' means a mixture or combination of silica and other dust particles. "Underlying limits" means the amounts shown in the Declarations as the minimum limits of insurance to be provided by"controlling underlying insurance. In Witness Whereof,the issuing Company has caused this policy to be signed officially below, and countersigned on the Declarations page by a duly authorized representative of said Company. Stanley A. Galanski Jeff L. Saunders President Vice President NAV-gxC_001 (04"10) Navigators Insurance Company Paac 7 of 7 Contains copyrighted material of the Insurance Services Office, Inc. with its permission. KENT SPEC 1 AL PROV I S 1 ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1 -5 1-05 Control of Work .............................................................. 1-7 1 -06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public................. 1-14 1 -08 Prosecution and Progress ................................................. 1-19 1 -09 Measurement and Payment .............................................. 1-23 1 -10 Temporary Traffic Control ................................................ 1 -25 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-8 8-12 Chain Link Fence and Wire Fence ...................................... 8-9 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-10 DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-29 Illumination, Signal, Electrical........................................... 9-3 TRAFFIC CONTROL PLANS .............................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 PERMITS......................................................................................... A-3 PREVA I L I NG WAGE RATES.............................................................. A-4 SR 167 Underpass Lighting at James/Maloney June 24, 2019 Project Number: 18-3018 KENT SPEC 1 AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1 -01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) 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 SR 167 Underpass Lighting at James/Maloney 1 - 1 June 24, 2019 Project Number: 18-3018 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 SR 167 Underpass Lighting at James/Maloney 1 - 2 June 24, 2019 Project Number: 18-3018 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. 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 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 SR 167 Underpass Lighting at James/Maloney 1 - 3 June 24, 2019 Project Number: 18-3018 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. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: SR 167 Underpass Lighting at James/Maloney 1 - 4 June 24, 2019 Project Number: 18-3018 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 SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any 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. SR 167 Underpass Lighting at James/Maloney 1 - 5 June 24, 2019 Project Number: 18-3018 SECTION 1-04.2 IS SUPPLEMENTED BYADDING 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). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.6 Variation in Estimated Quantities SR 167 Underpass Lighting at James/Maloney 1 - 6 June 24, 2019 Project Number: 18-3018 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04. 11 ITEM Z IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project area all unapproved and/or unneeded material left from installation of the new lighting system. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS SR 167 Underpass Lighting at James/Maloney 1 - 7 June 24, 2019 Project Number: 18-3018 SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With, and Deviations From, Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1-05.5 will prevail. 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED WITH THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing 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, lighting, SR 167 Underpass Lighting at James/Maloney 1 - 8 June 24, 2019 Project Number: 18-3018 electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: SR 167 Underpass Lighting at James/Maloney 1 - 9 June 24, 2019 Project Number: 18-3018 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 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation with Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power necessary for the performance of the work. The City will make water necessary for the performance of the work available to the Contractor from the City water system. All water shall be drawn from a City of Kent owned hydrant. The exact hydrant to be used will be determined by the City at the pre-construction meeting. The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractor's option. No additional deposit is required for the hydrant wrench. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. SR 167 Underpass Lighting at James/Maloney 1 - 10 June 24, 2019 Project Number: 18-3018 A Contractor provided gate valve shall be installed on the hose side of the hydrant meter with which to control water flow. The Contractor shall use the minimum amount of water required for the performance of the work. The Contractor shall prevent any unauthorized water use. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, Contractor shall request a meter and one will be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 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 MATER I AL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 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. SR 167 Underpass Lighting at James/Maloney 1 - 11 June 24, 2019 Project Number: 18-3018 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early.enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 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 SR 167 Underpass Lighting at James/Maloney 1 - 12 June 24, 2019 Project Number: 18-3018 suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. 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. SR 167 Underpass Lighting at James/Maloney 1 - 13 June 24, 2019 Project Number: 18-3018 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION '-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: WSDOT General Permit 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 SR 167 Underpass Lighting at James/Maloney 1 - 14 June 24, 2019 Project Number: 18-3018 bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 9-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1 ,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1 . Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) SR 167 Underpass Lighting at James/Maloney 1 - 15 June 24, 2019 Project Number: 18-3018 they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01 .030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1 . Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor's Responsibility for Work SR 167 Underpass Lighting at James/Maloney 1 - 16 June 24, 2019 Project Number: 18-3018 SECTION 1-07,13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH, 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention 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 these Specifications. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a SR 167 Underpass Lighting at James/Maloney 1 - 17 June 24, 2019 Project Number: 18-3018 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. Centur ll ink Comcast Tanaiya Anderson Jerry Steele 253-313-8961 (cell) 253-288-7532 206-391-1763 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Hong Nguyen 253-395-6926 425-449-6609 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH; SR 167 Underpass Lighting at James/Maloney 1 - 18 June 24, 2019 Project Number: 18-3018 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction 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 State, the Engineer, nor any other official, officer or employee of the City or State shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The SR 167 Underpass Lighting at James/Maloney 1 - 19 June 24, 2019 Project Number: 18-3018 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. 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 SR 167 Underpass Lighting at James/Maloney 1 - 20 June 24, 2019 Project Number: 18-3018 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. 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. Traffic control lane closures are only allowed between 9:00 a.m. and 3:00 p.m. 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. SR 167 Underpass Lighting at James/Maloney 1 - 21 June 24, 2019 Project Number: 18-3018 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. 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 SUPPLEMENTED BY ADDING THE FOLLOWING: 1-08.6 Suspension of Work 4. Procurement of materials, based on written confirmation from supplier. SR 167 Underpass Lighting at James/Maloney 1 - 22 June 24, 2019 Project Number: 18-3018 SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 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. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. SR 167 Underpass Lighting at James/Maloney 1 - 23 June 24, 2019 Project Number: 18-3018 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. SR 167 Underpass Lighting at James/Maloney 1 - 24 June 24, 2019 Project Number: 18-3018 1-1 O TEMPORARY TRAFF I C CONTROL SECT/ON 1-10.2(1) /S 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 SECT/ON 1-10.2(2) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(2) Traffic Control Plans Traffic control plans can be found in Appendix A-1 . SR 167 Underpass Lighting at James/Maloney 1 - 25 June 24, 2019 Project Number: 18-3018 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. SR 167 Underpass Lighting at James/Maloney 2 - 1 June 24, 2019 Project Number: 18-3018 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BYADDING 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. SR 167 Underpass Lighting at James/Maloney 8 - 1 June 24, 2019 Project Number: 18-3018 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 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. 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 173-201A 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 SR 167 Underpass Lighting at James/Maloney 8 - 2 June 24, 2019 Project Number: 18-3018 4. Construction Stormwater General Permit — WA Department of Ecology B-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. B-01.3(2) Seeding, Fertilizing and Mulching SECTION 8-01.3(2)B IS DELETED AND REPLACED WITH THE FOLLOWING: B-01.3(2)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to SR 167 Underpass Lighting at James/Maloney 8 - 3 June 24, 2019 Project Number: 18-3018 agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1 . Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer's guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer's guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Grass Mix B shall be used exclusively for seeded areas on this project. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. SR 167 Underpass Lighting at James/Maloney 8 - 4 June 24, 2019 Project Number: 18-3018 3. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1 ,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of "Mix B" Fertilizer 400lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.4(2) shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01 .3(2)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. SR 167 Underpass Lighting at James/Maloney 8 - 5 June 24, 2019 Project Number: 18-3018 Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Soil Binders and Tacking Agents Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.4(2) of the WSDOT Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be Type A as specified in Section 9-14.4(7) of the WSDOT Standard Specifications. When specified, soil binders and tacking agents shall be applied in accordance with the manufacturer's recommendations. SECTION 8-01.3(2)F IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-01.3(2)F Dates for Application of Final Seed, Fertilizer, and Mulch Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1 . Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-01.3(2)G IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)G Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-01.3(2)H IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(2)H Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch SR 167 Underpass Lighting at James/Maloney 8 - 6 June 24, 2019 Project Number: 18-3018 or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BYADDING 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. 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 each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to install, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The lump sum contract price for "Surface Restoration" shall be full pay for all labor, materials, tools, and equipment necessary to complete the surface restoration of all areas disturbed by the Contractor to equal to or better than pre-construction condition (as determined by the Engineer), including but not limited to topsoil, hydroseeding, landscaping, hardscape, and pavement restoration. SR 167 Underpass Lighting at James/Maloney 8 - 7 June 24, 2019 Project Number: 18-3018 8-02 ROADSIDE RESTORATION SECTION 8-02. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type B.......................................... 9-14.1 (2) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14.4(2) Erosion Control Devices ............................. 9-14.5 Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SR 167 Underpass Lighting at James/Maloney 8 - 8 June 24, 2019 Project Number: 18-3018 SECTION 8-02.5 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment All costs for roadside restoration work shall be included in the lump sum contract price for "Surface Restoration" (see Section 8-01 .5). 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 8-12.3 Construction Requirements SECTION 8-12.3(1) 1S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Remove and Restore Fence," per linear foot. "Temporary Fencing," per linear foot. SR 167 Underpass Lighting at James/Maloney 8 - 9 June 24, 2019 Project Number: 18-3018 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.1 Description This Work shall consist of installing a decorative illumination system at the underpass of SR 167 and W James Street. All work shall be performed as shown in the Plans in accordance with applicable Codes, Standard Specifications, Standard Plans, Amendments, City Standards included herein and the following Special Provisions. The Work involves, but shall not be limited to, the following: • Installation of new underpass decorative luminaires • Installation of new illumination conduit • Installation of new wiring within conduit • Installation of new multi-colored lighting units where shown on the plans • Installation of new electrical cabinet with DMX controller equipment • Connection of new illumination system to existing electrical service source The Work shall include the supply, installation and testing of all illumination equipment and wiring to provide a fully functional illumination system. 8-20.1 (4) Coordination The Contractor shall be responsible for coordination of electrical work with all participating agencies, including inspection and testing necessary to complete this work in a timely fashion. All coordination costs shall be included in the applicable bid items for the work involved. In addition to the City, Washington State Labor and Industries and WSDOT Electrical Inspectors shall inspect and approve the electrical portions of the project. The Contractor shall notify the Electrical Inspectors in advance of required field inspection following each agencies notification requirements. Before work begins, the Contractor shall contact the Electrical Inspectors to coordinate a schedule of electrical inspection. This project shall conform to the current adopted version of the NEC. SECTION 8-20.2 IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.2 Materials Material requirements for the illumination system are contained in Section 9-29 of the Standard Specifications and Section 9-29 of these Special Provisions. SR 167 Underpass Lighting at James/Maloney 8 - 10 June 24, 2019 Project Number: 18-3018 The Engineer reserves the right to inspect the manufacturing process of all materials. Final inspection and acceptance of the installed materials will not be given until final installation and testing has been completed on the systems. Approval to install materials and equipment must be obtained from the Engineer at the job site before installation. 8-20.2(1) Equipment List and Drawings DELETE THE FIRST PARAGRAPH OF SECTION 8-20.2(1) AND REPLACE WITH THE FOLLOWING: Within twenty (20) calendar days following execution of the Contract, the Contractor shall submit to the Engineer a completed "Request for Approval of Material" that describes the material proposed for use to fulfill the Plans and Specifications DELETE THE FIFTH PARAGRAPH OF SECTION 8-20.2(1) AND REPLACE WITH THE FOLLOWING: Manufacturer's technical information shall be submitted for all luminaires, wire, conduit,junction boxes, cabinet, control equipment, and all other items to be used on the Project. All approvals by the Engineer must be received by the Contractor before material will be allowed on the job site. Materials not approved will not be permitted on the job site. The Engineer shall have seven (7) calendar days to review information for each submittal that is made. Approval of shop drawings does not constitute final acceptance or guarantee of the material but is solely to assist the Contractor in providing the specified materials. Manufacturer's data for electrical materials proposed for the illumination system, for use in the Contract which require approval shall be submitted in one complete package. SECTION 8-20,3 IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3 Construction Requirements Illumination Installation Coordination with the City The Contractor shall coordinate with City Transportation Maintenance Department Representative (contact person: Mike Sorensen at (253) 856-5567) for all required illumination installation work and testing. SECTION 8-20.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(1)A Illumination Requirements During Construction Existing adjacent roadway illumination shall remain operational during nighttime hours throughout construction of the project. SR 167 Underpass Lighting at James/Maloney 8 - 11 June 24, 2019 Project Number: 18-3018 SECTION B-20.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: B-20.3(2) Excavation and Backfilling Underground utilities of record are shown on the Plans insofar as information is available. These, however, are shown for convenience only and the City assumes no responsibility for improper locations or failure to show utility locations on the construction Plans. The location of existing underground utilities, when shown on the Plans, is approximate only, and the Contractor shall be responsible for determining their exact location. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area, as not all utilities may be shown on the Plans. Before beginning any excavation work for the electrical cabinet foundation and conduit, the Contractor shall confirm that the location proposed on the Contract Plans does not conflict with utility location markings placed on the surface by the various utility companies. If an underground conflict is identified, the Contractor shall contact the Engineer. The Contractor and City shall locate alternative locations for poles, cabinet, or junction boxes. The Contractor shall get approval from the Engineer prior to installation. The Contractor may consider changing depth or alignment of conduit to avoid utility conflicts. The Contractor shall not attempt to adjust the location of an existing utility unless specifically agreed to by the utility owner and approved by the City. Trenching shall conform to the details shown on the plans. Restoration of landscape areas shall consist of 4" of topsoil and hydroseeding. SECTION B-20.3(4) IS SUPPLEMENTED WITH THE FOLLOWING: B-20.3(4) Foundations The electrical cabinet foundation shall be per the Plans. The anchor bolts shall match that of the device to be installed thereon. Concrete shall be placed against undisturbed earth if possible. Disturbed earth or backfill material shall be compacted to ninety-five (95) percent of the material's maximum density. Before placing the concrete, the Contractor shall block-out around any other underground utilities that lie in the excavated base so that the concrete will not adhere to the utility line. Concrete foundations shall be troweled, brushed, edged and finished. Concrete shall be promptly cleaned from the exposed portion of the anchor bolts and conduit after placement. After the specified curing period, the Contractor may install the applicable device thereon. SR 167 Underpass Lighting at James/Maloney 8 - 12 June 24, 2019 Project Number: 18-3018 All concrete foundations shall be installed behind existing sidewalk and shall be field verified and approved by the Engineer in the field prior to excavation. The Contractor shall secure the anchor bolts required for the item to be mounted on the foundation. The Contractor shall also securely locate all conduit required and install all grounding equipment. 8-20.3(5) Conduit SECTION 8-20.3(5)A IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(5)A General Conduits entering through the cabinet foundation shall be arranged toward the front of the cabinet for maximum accessibility or as directed by the Engineer. Where buried conduits connect with conduits attached to the bridge columns, a flexible connector is to be used. Conduits shall be capped during construction using manufactured seals to prevent entrance of water and debris. Where sidewalk panels need to be removed for the installation of conduit or junction boxes, the Contractor is responsible for restoring the area near the back of sidewalk as needed to repair damage from sidewalk panel formwork. Conduits to be installed on the existing bridge structure shall be secured to the structure as shown in the Plans. Existing conduit shall be protected during construction and shall be replaced at the Contractor's expense if damage occurs. No conduit run shall exceed 225' total bends in any run without prior approval of the Engineer. Damaged or blocked conduits shall be repaired by the Contractor. The Contractor shall attempt to remove debris in the conduit by blowing in air. The Contractor shall be careful not to blow air towards the electrical cabinet. If the blockage doesn't break free, the Contractor shall identify the potential blocked/damaged location using a fish tape. Blocked sections of conduit shall be replaced. The cost for other work needed to identify and remedy blocked conduits as described in this Section shall be incidental. SECTION 8-20.3(5)B IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(5)B Conduit Type The Contractor shall provide all conduit and necessary fittings as needed. Conduit size shall be as shown on the Plans. Conduit to be SR 167 Underpass Lighting at James/Maloney 8 - 13 June 24, 2019 Project Number: 18-3018 provided for all work on and along the WSDOT bridge structure, shall be of the rigid metal conduit (RMC) type as indicated and sized on the Plans. Conduit for the wire from the existing power supply to the bridge shall be PVC Schedule 80. All conduit openings shall be fitted with approved bell-ends or bushings. Wall thickness of conduit shall be consistent within continuous conduit runs with no mixing of different schedule types between terminations. SECTION 8-20.3(6) IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes The locations of the junction boxes as shown in the Plans are approximate and the exact locations shall be determined in the field. Placement of the new junction boxes shall be such that they do not interfere with any of the structural rebar embedded in the concrete. Wiring shall not be pulled into any conduit until all associated junction boxes have been adjusted to, or installed in, their final location, unless installation is necessary to maintain system operation. If wire is installed for this reason, sufficient slack shall be left to allow for future adjustment. The Contractor is to maintain the integrity of all junction boxes during reconfiguration of the conduits, installation of new conduits. If damage occurs, the Engineer shall be contacted immediately. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits shall be installed within junction boxes. Splices for illumination circuits, including two way, three way, four way and aerial splices shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Section 9-29.12(1) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(9) IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(9) Bonding, Grounding Ground rods are considered miscellaneous items and all costs are to be included within the Bid Items in the proposal. The Contractor shall provide and install bonding and grounding wires as described in Standard Specifications and the National Electric Code for any new metallic junction box and any modified existing junction boxes. SR 167 Underpass Lighting at James/Maloney 8 - 14 June 24, 2019 Project Number: 18-3018 For the purposes of this section, a box shall be considered "modified" if new current-carrying conductors are installed, including low-voltage conductors, or if the box is adjusted to grade, or if the box lid is modified. SECTION 8-20.3(11) IS SUPPLEMENTED WITH FOLLOWING: 8-20.3(11) Testing All work shall be completed in a manner that provides the Inspector and Engineer with full knowledge of the construction. The work shall proceed in accordance with the approved construction schedule previously supplied to and approved by the City. The Inspector and Engineer may, at their option, require work completed without their knowledge or inspection to be dismantled so that it can be inspected to their satisfaction. Prior to schedule of turn-on, an electrical inspection must be passed with a copy of the Electrical Control Permit in the electrical cabinet. SECTION 8-20.3(13) IS SUPPLEMENTED WITH FOLLOWING: 8-20.3(13) Illumination Systems The decorative illumination system shall be controlled from the DMX controller mounted in the electrical cabinet. All DMX illumination programming shall be done by the Contractor's lighting representative. SECTION 8-20.3(17) IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(17) "As Built" Plans Upon completion of the construction the Contractor shall furnish "as- built" Plans of each intersection showing all junction boxes, miscellaneous equipment, conductors, conduit, wiring, and cabinet, and with a special symbol identifying those items that have been changed from the original Contract Drawings. All items shall be located within 1- foot horizontal distance and 6 inches vertical distance above, below, or at the surface. SECTION 8-20.4 IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.4 Measurement No specific unit of measurement shall apply to the lump sum bid item "Installation of Decorative Underpass Illumination System, Complete". PVC conduit pipe will be measured by the linear foot along the horizontal conduit trench alignment. SR 167 Underpass Lighting at James/Maloney 8 - 15 June 24, 2019 Project Number: 18-3018 "Electrical Cabinet with Foundation" will be measured per each installed electrical cabinet. SECTION 8-20.5 IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.5 Payment The lump sum Contract price for "Installation of Decorative Underpass Illumination System, Complete" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for the installation of a fully functioning decorative underpass illumination system, including but not limited to: furnishing and installing 26 luminaires, mounting hardware,junction boxes, rigid metal conduit, wire, connection of decorative illumination system to wiring from electrical cabinet, trenching from bridge to type 1 junction boxes, excavation and backfill, coordination with local agencies, electrical permits and inspection by outside agencies, operational testing, and furnishing and installing of all other components necessary to provide a complete and operational illumination system. The unit Contract price per linear foot for "PVC Conduit Pipe - 2 Inch Diameter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for the installation of PVC conduit complete with wiring as shown on the plans, including but not limited to: furnishing and installing conduit, wire, connection to existing power supply, connection to electrical cabinet and illumination system components, type 1 junction boxes, excavation and backfill, coordination with utility companies, protection of existing utilities, coordination with local agencies, electrical permits and inspection by outside agencies, testing, and furnishing and installing of all other components necessary to provide a complete and operational electrical system. The unit Contract price per each for "Electrical Cabinet with Foundation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for the installation of a fully functioning electrical cabinet, including but not limited to: furnishing and installing a Type M electrical cabinet, concrete foundation, mounting hardware, conduit, wiring, connection to other illumination system components, excavation and backfill, coordination with local agencies, electrical permits and inspection by outside agencies, operational testing, and furnishing and installing of all other components necessary to provide a complete and operational electrical cabinet. SR 167 Underpass Lighting at James/Maloney 8 - 16 June 24, 2019 Project Number: 18-3018 DIVISION 9 - MATERIALS 9-14 EROSION CONTROL AND ROADSIDE PLANTING SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2 Seed Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight SR 167 Underpass Lighting at James/Maloney 9 - 1 June 24, 2019 Project Number: 18-3018 Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.4 Mulch and Amendments SECTION 9-14.4(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.4(12) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. SR 167 Underpass Lighting at James/Maloney 9 - 2 June 24, 2019 Project Number: 18-3018 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, I nnerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. SECTION 9-29.1(1) IS SUPPLEMENTED WITH THE FOLLOWING: 9-29.1 (1) Rigid Metal Conduit, Galvanized Steel Outerduct, and Fittings Rigid metallic conduit fittings shall be coated with galvanizing repair paint in the same manner as conduit couplings. Electroplated fittings/couplings are not allowed. Rigid metal conduit mounting hardware shall be per the Plans. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(3) Structure Mounted Junction Box New round outdoor ratedjunction boxes shall be equipped with mounting ears and conduit knockout holes. Knockout seals shall be used with the color changing underpass luminaire. Knockouts shall accept 3/4" rigid metal conduit. SECTION 9-29.3 IS REVISED AS FOLLOWS: 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: 9-29.3(2) Electrical Conductors and Cable The Contractor shall provide and install all the necessary wiring, fuses and fittings so as to complete the installation of the lighting equipment SR 167 Underpass Lighting at James/Maloney 9 - 3 June 24, 2019 Project Number: 18-3018 as shown on the Plans. All materials and installation methods, except as noted otherwise herein, shall comply with applicable sections of the National Electrical Code. Illumination conductors shall be USE rated. 9-29.10 Luminaires SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.10(3) Color Changing Underpass Luminaires Color changing underpass luminaires and associated components shall be LED type and shall be furnished and installed by the Contractor. The following product has been pre-approved for this project: Color Changing Underpass Luminaires shall be ColorBlast Powercore, 100-240V, RGB LED, 10', Black housing, and UL/CE listed, by Philps Color Kinetics. (26 total luminaires) Mounting channels for Color Changing Underpass Luminaires shall be per the Plans. The DMX Controller shall be Player 3, by Philps Color Kinetics. DMX Driver shall be Data Enabler Pro, by Philips Color Kinetics. 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. Scotch TM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. 9-29.13 Controller Cabinet Assemblies. REPLACE THE LAST SENTENCE WITH THE FOLLOWING: Type M Control Cabinet Assembly shall meet the requirements of NEMA TS1 Specification. SECTION 9-29.13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(2) Traffic Signal Controller Assembly Testing. SR 167 Underpass Lighting at James/Maloney 9 - 4 June 24, 2019 Project Number: 18-3018 The Type M Control Cabinet shall be tested as follows. The Contractor shall: 1 . Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the control assembly passes all testing, the Contractor will be notified that the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF ITEM 1: Contractor shall provide a single door NEMA TS1 Type M aluminum controller cabinet including, a natural/bare interior finish, and a natural exterior finish. REPLACE ITEM 2 WITH THE FOLLOWING: 2. The cabinet shall contain one shelf with sliding document drawer assembly installed 24" up from bottom, one (1) 10" H X 22" W horizontally mounted blank aluminum panel fastened to the cabinet interior back mounting channels, above the shelf, one (1) 10" H X 22" W horizontally mounted blank aluminum panel fastened to the cabinet interior back mounting channels, below the shelf, one (1) 16" H X 12" W vertically mounted blank aluminum panel fastened to the right side interior mounting channels, above the shelf. ITEM 3 IS DELETED IN ITS ENTIRETY ITEM 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF ITEM 4: Door filter shall be sized for a NEMA TS1 Type M cabinet. ITEM 5 IS SUPPLEMENTED WITH THE FOLLOWING ITEM. e. LED cabinet light and fan assembly rated for 240VAC operation. ITEM 5a IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF ITEM 5a: Door handle shall facilitate use of a supplemental padlock. SR 167 Underpass Lighting at James/Maloney 9 - 5 June 24, 2019 Project Number: 18-3018 TRAFFIC CONTROL PLANS SR 167 Underpass Lighting at James/Maloney A - 1 June 24, 2019 Project Number: 18-3018 r0 ? W J ' / e N MUN-i W a�_ CJ T� uWt C QC6 O��C fp J Z G Z133HSHOIVW ~ Z I v y LL 3:O z 3 Z �O , O w a�o FN • A F p W 0 2 0 V_ N • II 6L W UCF S m • J n^ 4i Iz Z I I N w '�H O 3 2 ti W O A O O a d c - h Q 0 Z■■� n o e rc m ' p _ WZ sQ N w� J V C W W cqVW Z I I a o o aL J O U U w V d av~i� c I I GY p N O_j J N N LU x O = � CO Q Z v NW CJ I W Y� �r� I I r=� � p I 2 W 3-j I y 00 I I M II LL w 0 U w LL d y M U uEm I I z G o ~ d ��Y I z z o a z y m I J 00 w = V i$$$ y W r y B C� W ■ ■ zw in M a I ■ _ ■ w a a s $a p _ E rn o w C1~ y-1OiQ Y ~ I N 6) a`zoo y jS �aual� :2 _ ^LZ U m a W o I x R o 3 Y w E � e-1A �1- W g S 3AV N019NIHSVM z o c c a C C N y g� p d"' z o� z o z`'' a W~ C� O o C Q Q V O 3 �r3 J z a �odNc W3 z'=J� moo Z z QCz;s d W • vi yo `--_-_ >' C7 U f.'J O O O K S J c+cU., Q vyf �u ul n V ~g d H O ci 7 z p y n O Y tZ f f i$R t yo� F Q Z O d N z J W �-'W w �za`u~i�a� ■ �$:mn oNz w x zip= F-O W yVY-YO m`.'OCuzi _ zQ 6'i >w 2 O W n I? cry z s�tn 7 axon uo Qom x>m,uQwy a�8 Ny c� �'�� rc wpm c7 Q OhJ� a cameo zoo _ 6�y 62w0 z0- y p� W~=a OWQ=Q}� =�O Nd VJJW 4 m mo c O z z vx z- o O >z z J v N ��w rgV QV o &;a WOQz dcdi�+a sc ?rnw��WZo=1Wi ca�z _o yoazrt c�z>y z ry b" m rom r iui�5 t_1�yO JOI-~ CM Y�S?y OU(D U d vl W> N o3oj' " a"� zlo.,;� 3d3HJO1S3M ax�g �n�w�o;nZor-�nz�yzc�W v N O Q U o W >a J w S13 3 H S'110(]V ON J o d O= O D J 2 W J W O O W< ? az0¢�u�v�c�a ac��. ?z z �N � v ui aor m aid H awl f N 0 a w ¢ :co 4 0 IL J z c £133HSHOltlW o °QwY tD ■ cn w o LL H Q C O N U U h U- ?✓• I I U- f-' OrW CD Za 1 =Q'I uCQ ~ ZNu W Z SNOI10RllS3H NNfll ON I I N u21 z o ,� f y a 3 w O u. C�. Z 3 C/� i w 0 to F- Y a�Q ax H n a V z w O o N alias •z� w w w w N W S O m m ` 7 G W J RR RR a w w <N�� arW Yt $ 0 o �r�r M W u a U w �Fd I I rca a rn 2 SNOMIN S321 N21111 ON `&'s cm 0 CO ■ I I C J J ■ L U 0 O _ ?=aiv x=>N Ma II H --�SAfojj . z yjyZ 0.NWC z � cWc Y LL N�_ jA■ —_ Vl=yZj p ~U. T Y 2 U W Z it ■ �Z„ N m �W m azaa o f 3o m ■ 3^bNI 3>'�p 3Jo x _ I OONI) �azs s`a M ■ I a�o5 en m I ® coN p W y W ■ 1 Q y a CC • e Z WoQi I ■ � J V 2 W� • c gox� �g ui�rL zZw- yvs W z s W a V Z o 0 o LL F W �:■ > coWZp z �m r N o Q� l■ _ 2w 'L ■ i • 4z o J< • '� IJi 0 z`• I ; a N JO � 3 o W ��a Si ,�■ l•l ti d W fomry ••I ��Ta,. Z W Z W C' m Y m — I ■ 1 \ � Z a � z a CD Z. O ■1 W C� O Z H C, � 3 T qq V J E � � � � R � ®, ■ • J I W • v D L g ry �� I I SNOIlOIN1S3S N21111 ON 0 a M z n 5 m o m oyM I ® d N W 3 3 I ®I E E' uxa N ■ E. w,b o �oY A-10iQ chi W v W ap �_ ZC aa-- 0 ® A G Y F y Z w Q N u 0 W N O Q QZZ' N iy0 m 5 II LLp L~i 00 �w J aV ON x I N 0 J i a�ug ®I 4p.1U N p.i- yH QZN fia rfoi Z. 4c Zc� p3xm x -e,,, £ °zi I J aH J �U �zswP>an x o a P. r- � oo= , r o® z �W55. c>2 >.a JW OWQ�Qy� �0 N NJW ® Zp U. >?,t, uNi> Z J O O a O 2O H Z W O Q W N a «a4 S133HSHO1tlW inLLNpv`aZc�wz�HWcl"i� 3 i yay yrcy ayye y - , 1 J�H:aIG=V. JaliJF7f' QZG 6Cm NUd QUKQ?pZ O H z Q w p Z W J i N a °V J v 383H101SV3 a -d S133HS'1100V ON z Z �O t�5 �;z w U- NN U JV= Z U- ZtD Q d zF 'O ?QI U¢Q ~ a N a N YUO C W y.� Z v,?ZO 2 gW= I I 3 V] i�w ° m F- �1 C X N =V'L C 9 m Q Z OE ZK a VQ UQ m I I O O N z J m Z W�1' QZdN Z x $ O o i o W 3 Q o W Z I I o ° w aMQOf z (zn o �zo 0 Q� s W N I I m m m a m y �sy� ca UA z o N wN y.G alnd� a I I ¢ Z~emUA s o = ° �VwU d J � I ■i� LU en � �rn W(D h aalaa I ; I J m1eQ �z F C I cd A � S�FWZ~a p 1 1 df p_y rn mY Z yLL 3 m 1 1 G J cc = � I I I 3i� ;" O y p AtlM3Ala0 31]tlMOHS m f' a=c> I it 0 �r� ~U- I I N Y O H 1 i y N M O a LU .3 AQ Q =W Wes, I I ��3: y°O m5� I ap I �o e I N c N X W; N in ■■ , � � � G 0' •c oQ N ■, J � J Q N _W Z s3a f II ®+ I C J Cl i$$$ o ® I d _) IaQW. o z! o a � ® I Z o a V F ix Y J � L) c7 F= i` o ■ AVM3Ala0 Z fza1ND N0IlN3130 Wzy FN N o° uZl ca N �I f I a ■ u r � r z E aadn $ aadn 0 z R p n c , ■ , H S4< �' N ■ N � sees LL �� I W w 0 Q o & N W llVMI Ntl821 MUN1 0 $ '- _ ■■ I lltlal Ntl8ana31Nl " a 'Q z Z o Q W 0 U m �W J <<<$yR 3 O W j ¢�u u7 m OJO r2 2 H U U ;n z o N t0 N Q Z N 'a f i i i ° 0Ga.7 G.W � ■ , y� NCt .„�Tt-� V W`.-'HOC W m�u �iU$ N W YC ■ f:� C.�� a-m zoWvzy'Qazo F W C O Z4�q 2�...'LNJF w _ " I� I I AtlM3Ala0UVdISS3Wtlf <o �'Z ,;W�aWc�oaW p Y.- z. 0 __ Z O Gov;d.a QO1-Z W OC uV.lN Q b n I t7LLN92Nl�wt_J z C.IaN W LL�ZCF-NZ Z133HSHDIVWW.Sl J01- a �zoJQ1�J�>� ., >r ci fN4a� Z Y O O Jz y y0 9133HSH3IVW J=� o °�3.a �¢WY _ ~ z O ® G N W UOW mco LL Ln c Z I I £ y^a^ uiuo ~ w w N G 1� f(nG H Y I I ? � 3C/� i�w °E cq c p o w I ® I t3� I "o a A N R Q N - _ w Y `� T O d �Z O w w y ao I I y Y 2 ¢ m m o y o Laf �QW a I v ul F 'z o o Z Z c z0 =g'C CL n W G u aUw� M I I V W O Fw J d QN2 N N I I Of p y x p i O N p p J co w s C7 I I W O O V oyz I I QZ" I I N W Q LUxm I LL � I xo� W 0 Z 3�0 I 3 N cLU cI K p O I LL w J Q LL LL d V1 M 4.1 W EeD I I Z zo m AQ o Aga I c' a r d 2 y m I J N y W H W ¢ ~ zzi ~=a S R o E o w 1 �` ° .< '� �' I tiW a gzo y33 I � Q G X 3 y W R N - Q 1 � V. aN � $ � I IIIIIIIIIII W - S 3AV N019NIHSVM a N c y o,W r W.W op 5;� a zo a o O U y < z Y N om' FW =z a �' 3ao a 50 Z N y Z w Q y O O W 3 21-�� mNQ H� fJO z �_Y y H. G C J m J v V O y w r Za-Z co r_r toia z o0o Aoa0z yy Ly gg KK zrga vr� Dy�p y�aztn YZia! ° Y¢a aZaN Z Wyly 0' $$:m« -5 w 2 Z2O5 C yV �Yn�yOj O=y�OGCW ry OOz Z< ` j w F-O Z Z W U l aD w U aa� w� Hy Z �M d ayas t7 c�.2, OyJ� dW JZZyQ VRO NT QZm _ > <¢da <i¢p zd. N xp L-SQ6 rn GJ Qom,=i 2 z W (g 3 w w mo p z W=V N Z J C 0'L QQ V. j 2 `.�Z J W 0 i < cU QM U' a3a W OQz aUH:�`1 N=y gIQyl oOSLL i F O NOdZm VJ t„1z>y zi 0 NLL < cwUdyo gong L �-3?uai�` �z�Qa n LL z w 3 z 3H3H AO 1S3M �iQ1..1O� N C J�H4.1Q� ZOJQLLJ >�ii -aI ¢ >Q S13 3 H S'110(]V ON LL z J o a J o-W O 2 J 2 W J Z W o '" r2 �a i QvaiQ� aZO A=u-=yUa QUKQ?OZ r Q w 01 u] ly =fn 4 a J Na�~� H 9133HS HO1VW o U r r U O o z z m U. SNO1131N1S3i1 NHni ON �' p Q Z Orr CD a s "�O r w N W ?y y EHc ci w W OLL ZO Z 3 C/� ° , 10 I— Y LL C z n rQ ax V{� X z O �p ERR RR W j aH W Z z I o 0 o wsr dnW ■ ■ill iUww M c-)� • N � I x H 'z3a z N O Wpp •`yM I r�c� Z E Q3yV"LLm' uj vs LL :t 2~LL I`I II t=GW9 owWnd roNat c3 a} � �JV a0 - O N/1N .4 cNfgWc.7c O H J r QZ cn ■■ a zroa o z \`� ♦ a WZ en O QW J y ` ®I J W J N �Z •r ■ J y a N v K • W Z LL 2 Fa O yL) O = Z 5 O =Q O U W r 0 W r ZD'O () Z000 Z W 0 pU W oj < m m W=WZ L) O w a F=Q e Or VWmJa I VrzW Oy2LLuj, CoUWn l m C G Wy2 W W `, ■ ~Q c LL O 2M W dZ ■ U�y zi 0 U j Q ■ Z� W LL H U ••�"• "` Z y J Z 2p O r Q } J W U Q r Q • O Q W 0 Z O W o ■ W 1� Z r 1 O r '� ■ ® ■ N W N w W r h i N J a � � � � J I d 3 • E N C ® ■ ■ � N ■ 6 W ■ ■ w a° e ry m I I SNOIDWISM NIMI ON o m E e o ®I ■ O E� I i. ai ■ O a ® N O O f "�� I I E wa z O cYi co Q o x rn ■ v E a o z N C to s a� I ■I03 � > LLo ��H a zY O W O W K I ■I y�Y =C a h �da"tea �O 0o 4 ■ � Xz, - I I 00 a myQ H� VO Z Q W � ■ N ;- a azz:oo K S U Q N I ®I J W 2w 000 ua nOZ aie r OU 4, ? =-. a z F. iZSif =o �az ® I1•� Z JK op SW NN O�=m X � Z Oom I T J tJ �z Marc ■ Q Ny �O O�Q'?�QZ N °z� I ••• r o Z C7Z :use e p N N ■ `v co �� ao00 � XWaWo ". z y x L J , •�I g= , Z r ��oozcx N h y 1 tn�JOQ Via 2�Z yQQzw Oy a¢O wo ■ JVl CJ20mi_Qo WZo...2y Jr N w mgwm I as O'�YOZ z WrL QrQ fn f.70QW - o yOy�D:`n c,1H N ZF2 W yQu. z�o �aao�zWoQwWa o -��o b133HS H31VW �LLy ?cn�"-z"acn } w_op pFN ¢fna h yO�Z O h2 JN yfJW y� J r W o w Z 3����v°-,m �y 1 . azoaz�v�co.�aauza?oz c�i ni sv 6w, m m 0 H ¢w J c¢i 3a3HAO1SV3 °z °¢zW og°� d z y0 S133HS'11O0V ON ° °m°O;a �o Z Z f z ma N a' W I I ghn w c ° m I I o rz - c I I o z w a m w VJ • m �OZ Uu'rn jl w i a._J� dnW iA¢ I I II� �< ZO O O wLgt m1--W Gad LN dJMOHI WAVM3AIa0 3aV W Y� 2' O LL N Z _ r U. �t�4 t7Q Q z a Y F.. z c w I I I .d.. O Z W C Cz7 I I I N x N I I B z 'S m w Quuj �oN� I a AQ 7i C rnm ¢NQd' aP I CO I � I I Y d N N �3a I I I X O N z a0 W V h J0I; zi ¢ O N W SOa W I Q W �QF-y Q) I H U ZO Q 2¢V V N ~ H 4 0 o zo I I kVM3AIHCI W o F z 2 o W I I MIND N011N3130 W x H a o WBUZ = saW I J 6 Z y 0 I I aadn aadn I I I w O lIVa1 NVaanHUNI I 2~ > o W c W Z z a rn d a a o z LL llVill NV8an2l31N1 �" � m '¢z Z'-0 o ti ^ `a3o I I W Zw x O WOO C¢NOZ F- 0u s z cy- woaFZy Z > z o W W rn ah v�O z 0 k W J lC.l r2-W O t=.1m 8 VA U' ry oNz = W Q' cm azo�m W x W�mo W ayW' _ =�z vaQZW � �� mmJ J I I 111 AVM3AIa01'8d1SS3WVf QQ0 JYzNW�QWC70Qw zJp Y®' aOrz W O V wN¢ z�'anWr M r: �«o ��� a3zzo�a��m� N _ 9 133 H S H O1V W ¢zc¢m• rn�d¢c�m¢zoz SKIN SPACING -X MINIMUM LANE CLOSURE TAPER LENGTH L(feat) TRAFFIC CONTROL PLAN FREEWAYS S EXPRESSWAYS 5517D MPH 1500s LANE Postea Svead(mPh) KENT,WA RURAL HIGHWAYS 50/65 MPH BOBS RURAL ROADS 45 155 MPH 507. Y(.1 25 30 35 40 45 50 9%0 65 70 N RURAL ROADS B URBAN ARTERIALS 35140 MPH 35Gs RURAL ROADS S URBAN ARTERIALS 25 130 MPH 2OBs(2) t0 105 150 205 nD 450 5p0 RESIDENTAL S BUSINESS DISTRICTS 11 115 t65 225 295 495 SW - - WEURBAN STREET$ 25 MPH OR LESS IOOs(2) 12 12S 180 245 320 540 600 780 BAD 3'Y L (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 S` ROADWAY CONDITIONS. TABLE(1) NOT TO SCALE CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT soao 4o w WORK TIMES ALLOWED: 9 AM-3 PM 35/45 30 60 9 SHALL NOTIFY KENT SCHOOL DISTRICT 7 DAYS 2v30 20 4o BEFORE TRAFFIC CONTROL IS IMPLEMENTED \0 o���o���R N \ 35 r wonDic PLACEMENT OF ADVANCE WARNING SIGNS AHFAD \ \ SHOWN ON THIS SHEET MAY NOT ACCURATELY W20-1 d- \ \ REFLECT THE ACTUAL POSITION OF PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES ADVANCE WARNING SIGNS �? \ r \ SPACED @(X)OR AS SPACE ALLOWS. REFER TO SIGN SPACING CHART. \ 181 \ 9 TR AFFIC \ ti ANUD \ W20-901 \ Mobile 23803 W Valley Hwy \ \ Kent,WA 98032 ♦ METRO STOP \ \ UNAFFECTED W \ ® \ M z 0 W1-4 \ \ Z \ \ Transmission Maunfacturing 710 Washington Ave N 28"REFL.CONE Z \ y \ Kent,WA 98032 ■ 1 1 LEGEND \ it • ®®®®• 28"REFL.CONE R H SIGN LOCATION ` W2 401 SHALL MAINTAIN 1 V EXISTING TRAFFIC FLOW MIN.LANE WIDTH f... TEMPORARY TRAFFIC FLOW ■ 11 `► 4 II� MATCH SHEET 8 GENERAL NOTES: WASHINGTON STATE TRAFFIC CONTROL 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 7-11 SUPERVISOR #A�2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND 711 Washington Ave N DATES OPTIONAL. NAME:RD# 010121"'.e (OPTIONAL). Kent,WA 98032 . TCSQATE 1 a/2020 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF KENT EXP DATE 7/Jf/Z020 ROAD WORK(MANDATORY) comes�t.� a�z 5 BUSINESS DAYS: 206477-1140. WASIINGTOI 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. CONTRACTOR TBD 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. SUPERVISOR JOB NAME 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. W JAM ES ST 7. CHANNELIZATION DEVICES ARE 36"DELINEATOR POSTS&28" PHONE NUMBER(office) PROJECT LOCATION REFL.CONES(see TABLE(1)for spacing distances). Kent WA B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PHONE NUMBER If-) SHEET NUMBER DATE INTERSECTIONS AND/OR DRIVEWAYS. 6114119 PREPARED BY PHONEp 9. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. Chris Grose 10. NOTIFY AFFECTED RESIDENTS/BUSINESSES OF WORK TIMES/DATES. E-MAIL Chris@trafficcontrolplan.net H Q w Q W Q L�J zcA W U� J U z aza o�°0 �p J z �� co6133HSH31tlW u p3< ''WY O I ® LL� L p O Q O rc� F Q Z SNO1131HISM NUM ON I I SN0113Rl1S3b Na010N i pW °a¢ m OC w Y ® Y h M 3� 2 V W U , 1 N t E a a a z v33 0 9Q .zz w w o0 p z I *I SNO1131a1SM NHM ON V z w o o a t it ° d n W O ' ISM 3 H • "'�W d I • I® -02 J O d Q LaN rc N I P rn Of p y x =; rn W J J M JN G Z c) LU LU"� C I I SNOIlOIN1S3H NM ll ON CC 3-O SNOIlOIHiS3H NSni ON I tim I o F O U N � W -wm I ® c> ¢ „dam I z a W E SNO1131HISM NUM ON o ciz Z o E Y W Z N W CD w X W 0,$$s *P Q • m W K a P Qoo= i 4aasNo J �3 NFW= w P n U CL W a~ N Y r® D O rn> y N N 1 ® w W Y w < R c O 6 K E� ® OZ zf 1¢ CD M d d Y ® y- a $ U M W O � ~z O a x E 9 I I I I I I N o a D' Gclpw ♦ oi�w U — S 3Atl N019NIHStlM a � N y u W , W°° O _ oeo oz ¢z a �W =� � rn 3aa wG Jo rviw rc3 JVZ ~y z W aWG to u~Z.13 rn W ccQ 00 Q c0 H� gg p QQ A pp $ J Q U O C7�F-N zzio - a ¢mz o0 y n O U Z 0 0 0 �p O Y Z �OJa O H~Q Z_N a Z d N Z J C Z O N M O p 3 J 'J W J yOj W x m ue Z<2zp� 1' NVTr-O OOW BO C O w �ry « oho fl >W'=W z < m <y0� d aka �W� s'M � e.o a o Y J- OFmO�C O a a mE z = O w¢ R y x z O 42,m z o f¢ ■i _ W e ��< �o zz aca��aY ZNWgaWw2s� ff„ iQ�z=o zoo?o w Q O P z J O V V N Q e� b mm w _~� �O~g C7LL Y3=NF-Ct U—' zi CD 3 N a � 3213H 301S3M a x w ti W 'O`�' O H N z �+- 6 F- O J Q LL J >H S133HS'IlOOVON J0z =4om ozJxWJ�I„O ^ Wz azc�a,.R.�n�,dac�xa?oz K W¢ 1 1 N M C t 0 1 W T H Q w Z V fyO�<� Q Q ra N o moor d y OT 133HS HOIVW x Q3 O o o'UY z o I I w� �& Z J JJ11 Q O f� o NN z � oRn m U- H I Ot� za a z�a �aa F- N QZ • ® I yua zo h y� fyu 3 w c W ® C W Q X tZ_7 3 C/� i w v c F' Ed V ONO Z K O ac�oW o _ ME v1 Il"�- z w w N ME! x f f r }G RR RR N_ WN Q FJ i Q I � r � .- < p p n Q r � W W I•:,•••ti x m J Q N r2 ®•• �3a CIE C" I. J WOO >NM I■ I z V G1 sF� � � _ �Z< R ME Ft V)W 2y�WO W I Y M L m �� f9 Q. OZ U. o ■ =aCW./= F FF- H I ■ I ' zz w 3 Z c R i® * I 3�b�y�oONI y z z_ J LL ` • a F p= =N J o ■ >W W �n0° 1 ®I m xW m <yao ® zxaa W ,� ■ I Q=ao ,rye ayz� W ® \ J Z � j W Q i � C ■• w 2 •� I o�w V i$$ - ■ Z y-Q F 1 �• ■ O p W�J r 1 ■ U Z -J _ K • W V Occ Fm ^J " • co�iz0 ?� � Q a Q V E u• U 1, W 1i C m s Z < H ~ • ■ 6 O O' Y J + ■ I ;o W " Z a F- z a N � � •' J U c, z $ W N or q O • U O O7 ^L O ■ J 00 M K W W ■' I � N N w H H Y J ■ r W ■ i w E M IS ■ • ■ ¢ m $ 8 Si 8 ■r �■I ii � � � J1 L ■• ■ ■ w ` • g 4 r I SNOIDIUMN NHni ON 0 c miniNy I m E, p I ■ � ■ N Q Y I ^ N N M Q EEa 3 Wyi �a �3 a ti ;aa ^Q Jo '° C F] Z Q Q 0 d0 �7i w < � SNOIDIN1S3H NNIll ON I *I = W z W w o 0 5 a y o z o morc ■ ■ O chi rn o'n Z f¢m6 ■ Z JC' O O- WW2 O3xGC ZZ J W io J W W W i o I ■ � J U "U r2 U z �WZ ® x - QiA W x W Q W W w I I OJ_.,4Z %°'z z e f ¢¢ _w0 1 z Z a Y f x O N a N J W = U' o3i wmmmr z Q O O Y®V. y j F._.�Z J W bw - f��o Z01 DUsaz>N 2VON� y m a=y p Y J O. C~.l Z O Q W tq G 8133HS HO1VW < N �O OHNZ JN W t.1_ 'Q z Z O azoaW�Wu.,dacUw<-oz 0 �N M R N p n p p zo Qwc f v) W J 383H301SV3 z '¢rcW ogod Za Jz S133HS'1100t/ON z & o JII z Z o CA w to f LL z W uCti d LLH I I y� fma w c I I z o o I I W N N1 N > > L7 Q 1 -W I N C w w a N J w w E r a a'C �cZ �=¢ ° ° Z. ��wu aalaa I , I (..1 w N w I J , VV I cn O Q J H o uj y= �, AVM3AMa 3atlMOHS I , I az Z U.uylY FC} U. a.� z ¢x oZLU ZoN� I I aAQ 3aLU 2 m paJu+ o�ep N I i Y j CN c N N X c3 O N = 00 W (7 O }0 z a o z— a zUW`- I I o a _¢U V apace z I r' o z z AVM3AIaO W of z o o I I U31N3O NOIlN313O W �_ p W h W V J J N W 0 O y J p m 3 I W y E J W z u�ipaz w �3 S;xS2 a ai w 3 J I I W= I I NO NO I N < � I Co co I r2 y I W I � 2 •. � U 00 p O Q C O N N lltlal NVaHnH31N1 I I a vow, z o O Q U lltlal NV921nHUN1 c LL a z }3 W a ¢ zap w a3 I I W 2W x � HOC �QN�Z pp z W N O y H¢zH V J i2ZiY zYaz OW I Z JW p VW wM O�x00 X R N S St o°m (n w I J U --ca �Jz H>'-'in a' xu' o do ��a NQ=� 0, W W Z U' z C V dr =V W O w U p V � W Z W ?1, Z( a[ m¢O W N w w0„ I o a ,-0'. 0 d -,zo a tea$ Wmq g¢ xzo ��ln?w w �I- rg o I I AtlM3Ala0a8d1SS3Wtlf a��amu ZviW�aWZg=LL rc e e f u C U z> N H y H F—»d Q z Z O J¢W J W 7 H 6133HSHDIVW Boa. o �'o�JxWJ�Wo azp axe Nc�aac+za?pz �N 4 6 ID 11 W Of SIGN SPACING =X TRAFFIC CONTROL PLAN FREEWAYS S EXPRESSWAYS _ 55170 MPH 1500'RURAL HIGHWAYB 50165 MPH 80O KENTs ,WA RURAL ROADS 45155 MPH SOPf N RURAL ROADS&URBAN ARTERIALS 35140 MPH 35Ds RURAL ROADS S URBAN ARTERIALS 25 130 MPH 2ODs(2) RESIDENTAL&BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100's(2) YY E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE Seattle Truck Service RAMPS,AT-GRADE INTERSECTIONS AND ORION (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT 911 W James St S ROADWAY CONDITIONS. Kent,WA 98032 NOT TO SCALE W JAMES ST J J — — — — — — — _ — I Id�•I#I i 36"x 24"B/W METRO STOP SIDEWALK UNAFFECTED CLOSED R9-9 / 1 I I I I 30 / W JAMES ST I PARK&RIDE I W I 2 Cj O I 2 J I Z LEGEND I ® WORK AREA I 44 SIGN LOCATION I EXISTING TRAFFIC FLOW / f•• 10. TEMPORARY PEDESTRIAN TRAFFIC FLOW I I I 36"x 24 WORK TIMES ALLOWED: 9 AM-3 PM CROSSWALK SHALL NOTIFY KENT SCHOOL DISTRICT 7 DAYS CLOSED BEFORE TRAFFIC CONTROL IS IMPLEMENTED I R9-3XC SIDEWALK ENDS HERE—► ������ GENERAL NOTES: I, WASNINGTON STATE TRAFFIC CONTROL SUPERVISOR 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. RDAD 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND woRK NAME:Christopher O Grose AHEAD DATES(OPTIONAL). TCS CARD# moue ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF EXP DATE 111111010 ROAD WORK(MANDATORY) K E N 5 BUSINESS DAYS: 206-477-1140. W A 5» N G T O N 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. CONTRACTOR TBD 5. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK TRUCK. SUPERVISOR JOB NAME 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. W JAMES ST 7. CHANNELIZAT16N DEVICES ARE 36"DELINEATOR POSTS&28" PHONE NUMBER to fce) PROJECT LOCATION REFL.CONES(see TABLE(1)for spacing distances). Kent WA 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PHONE NUMBER(fa.) SHEET NUMBER DATE INTERSECTIONS AND/OR DRIVEWAYS. PREPARED BY PHONE#11 6114119 9. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. Chris Grose 253-258-1419 10. NOTIFY AFFECTED RESIDENTS/BUSINESSES OF WORK TIMES/DATES. EMAIL chris@trafficcontrolplan.net WSDOT STANDARD PLANS I LLUM I NAT I ON, S I GNALS AND I TS J-60.13-00 Stainless Steel Channel SR 167 Underpass Lighting at James/Maloney A - 2 June 24, 2019 Project Number: 18-3018 m C 9m5rm3ulr3b sxrdlmixawaard3aaznswa m_` m O Y m x�sr'xou re dan w aW ax aaaNia 33 O O w _O`N C C O O L a m 7 �C C C ers3xas'mwwao�u'3<rxurwamvat�xrtrre �p e N E�m UU7 y 0 Y L E.m.C y"; O�� C ax3nruw�xrora�rtox simnel snu � (h ' $ i co cU OU m me r 8 o�coit mYeNm N �:a U= E o .I z ep m..F�„•,'yaNicaci ago mm k°ao o BY H,qg W O p c c rn�NdNrneo:�wocm�w3m wMm°ci:�com°lgcc�-om�NN elvcmn amLmac;i �:?U«;om9�Ucm_ ymr3u�aemmN a�a°ac nmicEyac�ma�a 0 y�d �MJWoa c Z d;E Of ��ary 10-0 z JZadoa c aomo = Fo z ZV > m0mMc Li L'm t E- = Nno [4 N c w p d a m m A.r Q ¢ n m r E U N c c w Oo�NZ Q�0 F a a v g m o a a _ ¢ mL CWE nE`od moo. mEm mNNd 'o H Q L 3 �3m•omr�P:m3 «C c Nd'; A C L'-m E C N'`D O O'=N O N N N a C Y r I� L m c.E m N m i6 E d a c E N da.� _?L H oNLN CE �pcoC� N.CR.U CUCy NN Fzx N =mvN m y N U'O E E U m'j D•-m '�`m U m.m. Z<~- -mC mCNCC �'- �wL amp m mm ¢ H awm8a-dmmc2a ZOUE QEQ 6V a CO v yw , O >xyZ c v ui Z N M 7 LL W W ~2 W W=NN m6N QOWLL' ¢ y�QS �UF } W U UOg z�R•0 U Z k- gZ¢W OFZa tw�Z�ga~ z> � Mc7 pwxz J gwsw=° Za_ J wK uj �N�00 WQw zw N/{Y ,L Q N� watiw, Q R'LLF N US o O m NJ 5 PE,z W ZLLN J p p '{ F W W �❑�uu W p Q 0 z z to S o m NU d QmU csr /• Q- U j J W ® U W Z oz = O N La w U ¢ K p p UU C W .Z/{ x .PJI LAW IL 1 Z coW a p o �ti N N w U) 5 / � p¢ YdS 03' MY..9 'b'dS 03 m�p Q F Cl)WTaT�_ uw�3z z ,a W N yX QZW O a .Oz CON W NaSHSW O�W N WOSN ww N_ J� fWN d QNO� wa �a< cxl mg co 7 N N J ~ LL m N ZW¢ O Ww J JFz zZ F NZ Z a4i ui w e � � x w0 NU w F a _ 0 Q N� > O O N rn U d x ¢ Ww a z w 7 aa f N xa ® O F N NUS � O U a Z 0 o U Z O U W N y W ay m g a w Z �Z n n n YF wv O O O 0 SQ F n n n a F2 a w U J W N2 a =N_ N N llRi �N O zoLL K gwz N m iltl3l�£ a^ a y F Z a ^ o N ¢Z UFO NFU �a paa / W LLw N pN r (� Oz J wow 00 W IOU m p❑ V- O WO z 00 mV 0c7 y N a+w d n $ n $ $ �yV� W rOZ`- J WZ ZOO �a FZ SQ G N . . Y Y . 6 UJNm N W J Z_ 0_ O- Wig 1 Z�O W �� WZW O W xm 0 O JW'_ W 2iz J ❑`tF NW N zz mjLL �pxFz0 2Fw =H UF Q Z aK v n c N ra I. Z Z WJ ")>a�ZVW W U Ni N NMWmmzN ¢ 4m ^ W¢wl°2 Gz ¢ er O z ¢p pj �gW z O mK fN- 1- pplp Fe UW 'K QO Z N¢W w OOW O Na =XN O ¢. R JQ ZO ,c W O O z 7 O Q CdOJAD vsn :Aa NMV-dO PERMITS SR 167 Underpass Lighting at James/Maloney A - 3 June 24, 2019 Project Number: 18-3018 AMW r + Application for General Permit Permit No. NWK-192�-KNT Applicant-Please print or type all information Application is Hereby Made For: El General Permit(No Fee) ❑ General Permit $2.50(Subject to RCW 47,12.140(2)) Intended Use of State Right of Way is to Construct, Operate, and Maintain a: Public Art(lighting)on the underside of the SR 167 Bridge that crosses over West lames Street in the city of Kent This—permit contains maintenance langnage for the public art on a portion of State Route 167 (at/from)MilePost 20.21 to Mile Post in King County, to begin in the NE 1/4 of the NW 1/4 Section 24 Township 22 North: Range 04E West/East W.M. and end in the SE 1/4 of the SW 1/4 Section 13 Township 22 North: Range 04E West/East W.M. This Permit is issued pursuant to the applicable terms of RCW 47.32.110(Roadside Users)and RCW 47.12.140(Sale of Timber and Removal of Nonmarketable Materials). Digitally signed by Cade Maloney City of Kent Carla a o n ey Woks D g esin Engineering, email=cmaloney@kentwa.gov,c=US Uate:2019.06 19 I U&42�Q j;QQ Applicant(Referred to as Grantee) Applicant Authorized Signature 220 Fourth Avenue South Carla Maloney Address Print or Type Name Kent WA 98032 Design Engineering Manager City State Zip Code Title 253-856-5523 Datedthis dayof Telephone 18-3018 916001254 Applicant Reference(WO)Number Federal Tax ID Number or Social Security Number Authorization to Occupy Only If Approved Below The Washington State Department of Transportation referred to as the"Department,"hereby grants this Permit subject to the terms and conditions stated in the General Provisions, Special Provisions,and Exhibits attached hereto and by this reference made a part hereof: Construction facilities proposed under this application shall begin within one year and must be completed within three years from date of approval. For Department Use Only Exhibits Attached Department Approval Exhibit A-Special Provisions-7 pages I Exhibit B-Right of Way Plan- 1 page By: Exhibit C-Approved Public Art Plan-9 pages Randy Frantz Exhibit D-Contract Plans-6 pages Title: Assistant Manager Development Services k Date: Expiration Date: July 1,2024� DOT Form 224-698 Permit NWK-1929J-KNT Page 1 Revised 04/2015 General Provisions No changes to these General Provisions may be made without further approval of the Office of the Attorney General This Permit is issued pursuant to the applicable terms of RCW 47.32.110 (Roadside Users)and RCW 47.12.140 (Sale of Timber and Removal of Nonmarketable Materials). DOCUMENTS, NON-EXCLUSIVE, COMPLIANCE WITH LAW, WORK 1. A copy of this Permit must be on the job site, protected from the elements, at all times during any Permittee activity, construction or improvement Work as authorized by this Permit. "Work"under this Permit shall include the use of the state-owned right of way as authorized herein. 2. This Permit shall not be deemed or held to be an exclusive one and shall not prohibit the Department from granting rights of like or other nature to other public or private entities, nor shall it prevent the Department from using any of the state-owned highway right of way or other properties for transportation purposes, or affect the Department's right to full supervision and control over all or any part of the state-owned highway right of way or properties, none of which is hereby surrendered. 3. The Permittee shall be responsible for compliance with all federal, state, and local laws and regulations. 4. Upon approval of this Permit,the Permittee shall diligently proceed with the Work and comply with all General and Special provisions herein. DEPARTMENT NOTIFICATION: SURVEY MONUMENTS, HIGHWAY SIGNS, FENCES, LANDSCAPING 5. The Permittee shall contact the Department representative(s), listed in Exhibit A, Special Provisions,two(2)weeks prior to conducting Work,to determine the location of survey control monuments within the area in which the Permittee will be working. In the event any monument or right of way marker will be altered, damaged, or destroyed by the Permittee,the Department, prior to Permittee Work,will reference or reset the monument or right of way marker. During the Work, upon discovery of a monument or right of way marker,the Permittee shall cease Work in that area and immediately notify the Department of the discovery.The Department will coordinate with the Permittee to ensure that the monument or right of way marker is recorded or replaced.The Permittee agrees to pay all Department actual direct and related indirect costs and expenses to perform monument or right of way marker work, pursuant to the provisions of Section 18-Invoice and Payment. 6. In the event any milepost,fence, or guardrail is located within the limits of the Permittee's Work and will be disturbed during Permittee Work,the Permittee agrees to carefully remove these highway facilities prior to Permittee Work and reset or replace these highway facilities after the Permittee Work,to the Department's sole satisfaction and at the sole cost of the Permittee.The Permittee shall not remove or disturb any highway signs,traffic control devices, or landscaping unless specifically authorized. PERMIT EXTENSION,ASSIGNMENT,AND REVOCATION: 7. This Permit may not be extended without the Department's prior written approval. 8. The Permittee shall not assignor transfer this Permit without the Department's prior written approval.The Permittee understands that any assignment or transfer requires the assignee or transferee to have the means to assume all obligations, duties, and liabilities of the terms and conditions of this Permit, and the Permittee agrees to advise the assignee or transferee of its obligation to apply for an updated or replacement Permit from the Department. 9. This Permit is granted solely within the discretion of the Department. It may be revoked at will and at any time by giving thirty (30)calendar days written notice to the Permittee. Revocation shall automatically take effect on the thirty-first day without further action by the Department. Permittee acknowledges and agrees that it has no due process or appeal rights should the Department decide,for any reason whatsoever,to revoke this Permit.Thereafter, if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense, and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. 10. Should the Permittee breach any of the conditions or requirements of this Permit, or should the Permittee fail to proceed with due diligence and in good faith with the Work as authorized by this Permit, the Department may revoke the Permit. The Department shall give thirty(30)calendar days written notice to the Permittee, and upon the thirty-first day,this Permit shall be deemed revoked without further action by the Department.Thereafter, if the Permittee has not removed its facilities or otherwise fails to return the state property back to its original condition as solely determined by the Department,the Department shall perform such work at the Permittee's sole cost and expense, and the Permittee shall pay the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. DOT Form 224-698 Permit NWK-1929-KNT Page 2 Revised 04/2015 MODIFICATION OF PERMIT AND/OR WORK: 11. The Department may modify this Permit at any time by giving Permittee written notice. If this Permit is modified, the Permittee will have thirty(30)calendar days from the date of the written notice to modify the Work as required by the Department. If the modifications cannot be made within thirty(30)calendar days,the Permittee shall request the Department, in writing, during the thirty(30)calendar day time period for an extension of time in which to make the modifications.Any extension of time shall be solely within the Department's discretion. 12. If the Permittee desires to modify this Permit and/or the Work, it shall notify the Department representative(s)listed in Exhibit A, Special Provisions, in writing of all proposed changes for the Department's prior approval.The Department agrees to provide written acceptance or rejection of the proposed change(s)to the Permittee within Ten(10)business days. 13. Should the Permittee fail or refuse to comply with the Department's direction pursuant to section 11,the Department will implement section 10 and revoke the Permit. ADDITIONAL PERMIT OBLIGATIONS 14. The Permittee shall not excavate or place any obstacle within the state-owned highway right of way in such a manner as to interfere with the Department's construction, operation, and maintenance of the state-owned highway right of way or the public's travel thereon without the Department's prior written approval and/or as may be provided in this Permit's Special Provisions. 15. Upon completion of all Work,the Permittee shall immediately remove all rubbish and debris from the state-owned highway right of way, leaving the state-owned highway right of way in a neat, presentable,and safe condition to the Department's sole satisfaction.Any Work-related rubbish and debris clean up, or any necessary slope treatment to restore and/or protect the state- owned right of way, not done within seven (7)calendar days of Work completion, unless the Department approves otherwise,will be done by the Department at the expense of the Permittee.The Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the work pursuant to the provisions of Section 18-Invoice and Payment. 16. The Permittee agrees to maintain, at its sole expense, its Work under this Permit in a manner satisfactory to the Department in the Department's sole discretion. 17. If the Department determines that emergency maintenance of the Work is required to(a)protect any aspect of the state highway right of way,or(b)secure the safety of the traveling public due to a failure of the Permittee's Work or its maintenance thereof,the Department may perform the emergency maintenance work without the Permittee's prior approval, and the Permittee agrees to reimburse the Department's actual direct and related indirect costs and expenses for performing the emergency maintenance work pursuant to the provisions of Section 18—Invoice and Payment.The Department will notify the Permittee of the emergency work performed as soon as practicable. INVOICE AND PAYMENTS 18. If the Department performs work as provided for in this Permit by state forces or its contractor, including but not limited to any modification, repair, clean up or removal of the Work authorized under this Permit: a. The Department will assign a reimbursable account to the Permittee as a means of invoicing the Permittee for the costs associated with the work. b. The Department will provide a detailed invoice, including direct and related indirect costs,to the Permittee for the work performed by the Department or its contractor(s), and the Permittee agrees to pay the Department within fifteen (15)calendar days of receipt of an invoice. c. The Permittee agrees that if payment is not made to the Department as herein agreed,the Department may charge late fees, interest or refer the debt to a collection agency, all in accordance with Washington State Law. ADDITIONAL REQUIRED PERMITS 19. The Permittee shall be responsible for securing all necessary permits, including but not limited to,federal, state, and local regulatory,tribal, environmental, archeological, and railroad permits and permits from the Washington State Department of Ecology, the Washington State Department of Fish and Wildlife, and/or the U.S.Army Corps of Engineers prior to beginning the Work authorized by this Permit. The Permittee shall be responsible for mitigation measures where wetlands have been disturbed and agrees that it is solely responsible for any fines imposed for noncompliance with the permit(s)conditions or for failure to obtain the required permits. In addition,the Permittee, on behalf of itself and its contractors, officers,officials, employees, and agents, agrees to indemnify, hold harmless,and defend, at its sole cost and expense,the Department and its officers,officials, employees, and agents from any and all fines, costs, claims,judgments, and/or awards of damages to regulatory agencies, persons, and/or property, arising out of, or in any way resulting from,the Permittee's failure to(1)obtain any required permit for the Permittee Work or(2)comply with permit conditions. 20. The Permittee hereby certifies that its facilities described in this Permit are in compliance with the Clear Zone Guidelines pursuant to Chapter 1600 of the Department's Design Manual(M 22-01)and any revisions thereto. DOT Form 224-698 Permit NWK-1929-KNT Page 3 Revised 04/2015 INDEMNIFICATION,WAIVER,VENUE,ATTORNEYS FEES,AND RELOCATION/EMINENT DOMAIN 21. The Permittee, its successors and assigns, shall indemnify,defend at its sole cost and expense, and hold harmless the State of Washington, its officers, employees, and agents from all claims, demands, damages(both to persons and/or property), expenses, regulatory fines, and/or suits in law and in equity that(1)arise out of or are incident to any acts or omissions of the Permittee, its agents, contractors, employees, invitees and/or any other person in the use of the state-owned highway right of way as authorized by the terms and conditions of this Permit, or(2)are caused by the breach of any of the terms or conditions of this Permit by the Permittee, its successors and assigns, and its contractors, agents, employees, invitees and/or any other person.The Permittee, its successors and assigns, shall not be required to indemnify, defend, or hold harmless the State of Washington, its officers, employees and/or agents, if the claim, suit,or action for damages(both to persons and/or property)is caused by the sole acts or omissions of the State of Washington, its officers, employees and/or agents; provided that, if such claims, suits,or actions result from the concurrent negligence of(a)the State of Washington, its officers, employees and/or agents, and (b)the Permittee, its agents, contractors, employees, invitees, and/or any other person or involves those actions covered by RCW 4.24.115,the indemnity provisions provided herein shall be valid and enforceable only to the extent of the acts or omissions of the Permittee, its agents, contractors, employees, invitees, and/or any other person. 22. The Permittee agrees that its obligations under this Permit extend to any claim, demand, and/or cause of action brought by, or on behalf of, any of its employees or agents while performing Work under this Permit while located on or off state-owned highway right of way. For this purpose,the Permittee, by MUTUTAL NEGOTIATION, hereby WAIVES,with respect to the State of Washington only, any immunity that would otherwise be available to it against such claims under the Industrial Insurance provisions in chapter 51.12 RCW. 23. The indemnification and WAIVER provided for in sections 21 and 22 shall survive the termination of this Permit. 24. In the event that the Permittee or the Department deems it necessary to institute legal action or proceedings to enforce any right or obligation under this Permit, the Permittee and Department agree that any such action or proceedings shall be brought in the superior court situated in Thurston County,Washington. Further,the Permittee agrees that it shall be solely responsible for its own attorneys fees and costs and agrees that it shall not seek nor be entitled to recovery of such attorneys fees and costs. 25. NONAPPLICABILITY OF RELOCATION ASSISTANCE/EMINENT DOMAIN. The Permittee acknowledges that this Permit does not at any time entitle the Permittee, its successors or assigns, to assistance under the Uniform Relocation and Real Property Acquisition Policy(ch. 8.26 RCW). Further,the revocation or other termination of this Permit shall not be deemed a taking by the state under the laws of eminent domain. DOT Form 224-698 Permit NWK-1929-KNT Page 4 Revised 04/2015 SPECIAL PROVISIONS County Projects on State Highways City Projects on Limited Access State Highways Agreement Number: NWK-1929-KNT The Agreement and these Special Provisions apply to all construction items within WSDOT jurisdiction and maintenance responsibility only. Applicable provisions are denoted by(®) ® 1. WSDOT REPRESENTATIVE/NOTICE TO PROCEED. (Applicable to ALL Projects) No Improvements provided for herein shall be performed until the Agency is authorized by the following WSDOT representative: Dave Sparks, WSDOT Construction Representative WSDOT Northwest Region NB82-240 15700 Dayton Avenue North PO Box 330310 Seattle WA 98133-9710 206-327-1877 SPARKS D(d)wsdot.wa. ov ❑ 2. PLAN CHANGES(Applicable to ALL Projects) • AGENCY CHANGE ORDERS/ADDENDAS. Changes to-any previously Approved Plans affecting WSDOT-owned highway right-of-way or highway right-of-way under WSDOT jurisdiction must be reviewed and approved in writing by WSDOT prior to execution and implication • WSDOT REQUIRED CHANGES OR CORRECTIONS. WSDOT reserves the right to require changes or corrections due to plan omissions or details not in conformance with WSDOT's Standard Specifications, Standard Plans, Design Manual-Design Standards and/or Project Special Provisions. ® 3. DELAY TO WSDOT CONTRACTS(Applicable to ALL Projects). The Agency agrees to schedule and perform the Improvements herein in such a manner as not to delay WSDOT's contractor in the performance of any WSDOT contract in the area. WSDOT shall in no way be held liable for any damage to the Agency or the Agency's contractor, by reason of any such work by WSDOT, its agents or representatives, or by the exercise of any rights by WSDOT upon any applicable roads,streets,public places,or structures. ® 4. AMERICANS WITH DISABILITIES ACT(ADA)STANDARDS(Applicable to ALL New Construction and Alteration Projects). All public entities are required to follow the Americans with Disabilities Act of 1990 (ADA), regardless of funding sources. Wherever pedestrian facilities are intended to be a part of the transportation facility, federal regulations require that those pedestrian facilities meet ADA standards. All new construction or alteration of existing transportation facilities must be designed and constructed to be accessible to and usable by persons with disabilities per Title II of the ADA(28 CFR Part 35.151)and Section 504 regulations(49 CFR Part 27.7(c)). Neither cost nor schedule are factors in determining whether the ADA standards can be met, nor are they factors in determining the feasibility of complying with the standard. An alteration project must be planned,designed,and constructed so that the required accessibility improvements occur at the same time as the alteration. The following are not considered Alteration Projects: Spot Pavement Repair,Liquid-Asphalt Sealing,Chip Seal(BST),Crack Sealing,and Lane Restriping that does not alter the usability of the shoulder. If there is uncertainty as to whether a project meets the definition of an alteration project, WSDOT's Construction Representative and the Agency's Representative shall consult with WSDOT's Regional ADA Coordinator. If a situation is encountered where it may not be possible to fully meet the applicable accessibility requirements during alterations of existing facilities, WSDOT's Construction Representative and the Agency's Representative shall consult with WSDOT's Regional ADA Coordinator in order to develop a workable solution to meet the accessibility requirements to the maximum extent feasible(MEF). ❑ 5. TRAFFIC CONTROL AND PUBLIC SAFETY(Applicable to all City Projects within Limited Access Areas and/or City Projects within Managed Access Areas involving WSDOT maintained Traffic Signals,Freeway Ramps,or Ferry Traffic. Applicable to all other City Projects when WSDOT assistance is requested by the City. Applicable to all County Projects) • TRAFFIC CONTROL PLANS (TCPs). Prior to construction and/or maintenance of this facility, the Agency shall submit Traffic Control Plans to WSDOT for Review and Approval at least ten(10)days in advance of the time that signing and other traffic control devices will be required. These TCP's shall be in compliance with The Manual on Uniform Traffic Control Devices(MUTCD)for Streets and Highways— Part 6 (Temporary Traffic Control) https:Hmutcd.fhwa.dot.gov/pdfs/2009rlr2/i)art6.pdf and Washington modifications thereto. All TCP's shall be site specific,unless allowed otherwise by WSDOT. Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 1 • MODIFICATION OR REVOCATION OF APPROVED TRAFFIC CONTROL PLANS. WSDOT reserves the right to modify or revoke any Traffic Control Plan at any time due to unexpected emergencies or safety and operational problems for the traveling public. All costs and time delays associated with modification or revocation shall be borne by the Agency. WSDOT shall in no way be held liable for any delays, costs,or other damages to the Agency by reason of any such WSDOT action. • PERMITTED HOURS FOR LANE CLOSURES/WSDOT NOTIFICATION. The working hours within State owned highway right-of-way or highway right-of-way under WSDOT jurisdiction for this project are restricted per the Approved Traffic Control Plan(s). Any extension of these hours must be requested in writing and approved by the WSDOT in writing prior to construction. Weekend or Holiday(including Canadian Holidays-Skagit&Whatcom Counties)work is not permitted without prior written permission from the WSDOT. Five(5)working days written notification shall be given to the WSDOT's Representative prior to any lane closure. • SUSPENSION OF TRAFFIC CONTROL OPERATIONS. WSDOT reserves the right to suspend all lane and shoulder closure operations due to unexpected emergencies or impediments to the flow of traffic. All costs associated with this suspension shall be borne by the Agency or their contractor. • HAZARD PROTECTION. All hazards to vehicular, pedestrian, and bicycle traffic shall be marked by warning signing, barricades, and lights. • STORAGE OF EQUIPMENT AND MATERIALS. All lanes shall be open and the shoulders shall be clear of construction equipment and materials during non-working hours. The Work Zone Clear Zone (WZCZ) applies during working and non-working hours. The WZCZ applies only to temporary roadside objects introduced by the Agency's operations and does not apply to pre-existing conditions or permanent Improvements. Those operations that are actively in progress shall be in accordance with adopted and approved Traffic Control Plans,and other Contract or Agreement requirements. During nonworking hours,equipment or materials shall not be within the WZCZ unless they are protected by guardrail or barrier. The use of temporary concrete barrier shall be permitted only if WSDOT approves the installation and location. During actual hours of work, unless protected as described above,only materials absolutely necessary to construction shall be within the WZCZ and only construction vehicles absolutely necessary to construction shall be allowed within the WZCZ or allowed to stop or park on the shoulder of the roadway. Non-essential vehicles and employees private vehicles shall not be allowed to park within the WZCZ at any time unless protected as described above. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing, and WSDOT has provided written approval. ❑ 6. TRAFFIC CONTROL SUPERVISOR (Applicable to City Projects within Limited Access Areas; and/or City Projects within Managed Access Areas involving WSDOT maintained Traffic Signals,Freeway Ramps, or Ferry Traffic. Applicable to all County Projects). The Agency or their Prime Contractor shall employ an individual or individuals to perform the duties of Full-Time Traffic Control Supervisor (TCS),certified by WSDOT. The TCS shall be responsible for safe implementation of Approved Traffic Control Plans. The TCS shall be present on the project whenever flagging, spotting, or other traffic control is being utilized. The TCS shall be responsible for having a current set of approved Traffic Control Plans, inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours. The TCS shall correct, or arrange to have corrected,any deficiencies noted during these inspections. The Agency or Prime Contractor shall maintain 24-hour telephone numbers at which the TCS can be contacted and be available on the job site within 45 minutes after notification from the WSDOT Representative at other than specified working hours. ® 7. WORKER VISIBILITY(Applicable to Counties and Limited Access in All Cities) • FLAGGER APPAREL. Traffic Control Supervisors, Flaggers, Spotters, and others performing Traffic Control Labor of any kind shall comply with the following: (1). During daylight hours with clear visibility,workers shall wear a high-visibility ANSI/ISEA 107-2015 Class 2 or 3 vest orjacket,and hardhat meeting the high-visibility headwear requirements of WAC 296-155-305;and (2).During hours of darkness (%hour before sunset to'/z hour after sunrise)or other low visibility conditions (snow, rain, fog, etc.),workers shall wear a high-visibility ANSI/ISEA 107-2015 Class 2 or 3 vest orjacket,high-visibility lower garment meeting ANSI/ISEA 107-2015 Class E,and headwear meeting the high-visibility headwear requirements of WAC 296-155-305. • APPAREL-OTHER CONTRACTOR PERSONNEL. The Agency and/or the Contractor shall require all other personnel in WSDOT- owned highway right-of-way or highway right-of-way under WSDOT jurisdiction under their control (including Service Providers, Subcontractors,and lower tier Subcontractors)that are on foot in the Work zone and are exposed to vehicle traffic or construction equipment to wear the high-visibility apparel meeting Performance Class 2 or 3 requirements of the ANSI/ISEA 107-2015 publication titled"American National Standard for High Visibility Safety Apparel and Headwear". ❑ 8. MATERIALS AND QUALITY ASSURANCE/QUALITY CONTROL(QA/QC)(Applicable to ALL Projects) • MATERIALS AND WORKMANSHIP. All materials and workmanship shall conform to the Washington State Department of Transportation Standard Specifications for Road, Bridge and Municipal Construction, current edition, and amendments thereto, and shall be subject to inspection by WSDOT. • APPROVAL OF MATERIALS- REQUEST for APPROVAL of MATERIALS (RAM). The RAM shall be prepared by the Contractor or Agency in accordance with the instructions on Form 350-071 and submitted to WSDOT's Construction Representative for approval before the material is incorporated into the Improvements. All material, including proposed Aggregate Sources, shall be listed on the RAM Form. Approval of the material does Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 2 not constitute acceptance of the material for incorporation into the Improvements. Additional acceptance actions as noted on the RAM need to be completed prior to the materials being incorporated into the Improvements. When requesting approval of an item that requires fabrication, both the fabricator and the manufacturer of the base material shall be identified on the RAM. QUALIFIED PRODUCTS LIST (QPL). The most current QPL list available at the time the product is proposed for use shall be used. The QPL submittal shall be prepared by the Contractor or Agency in accordance with the instructions in the QPL and submitted to WSDOT's Construction Representative prior to use. The QPL identifies the approved products,the applicable Specification Section, and the basis for acceptance at the project level. The acceptance and use of these products is based upon additional job sampling and/or documentation. All additional acceptance actions need to be completed prior to the material being incorporated into the Improvements. Qualified products not conforming to the Specifications,not fulfilling the acceptance requirements,or improperly handled or installed,shall be replaced at the Contractor's expense. If there is a conflict between the QPL and the Contract,the provisions of the Contract shall take precedence over the QPL. The current QPL can be accessed online at www.wsdot.wa.gov/biz/mats/apl/gpl.cfm. AGGREGATE SOURCE APPROVAL(ASA). All aggregates proposed for use on the project shall be from Pre-Approved WSDOT Sources. Pre-Approved Sources can be found on WSDOT's ASA database which contains results of WSDOT preliminary testing of aggregate sources. The ASA database can be accessed online at the agency website at: http://www.wsdot.wa.gov/biz/mats/ASA/ASASearch.cfm. This database is used by WSDOT to indicate the approval status of these aggregate sources for applications that require preliminary testing as defined in the Contract. The ASA'Aggregate Source Approval Report'identifies the currently approved applications for each aggregate source listed.The acceptance and use of these aggregates is contingent upon additional job sampling and/or documentation.Aggregates approved for applications on the ASA`Aggregate Source Approval Report'not conforming to the Specifications,not fulfilling the acceptance requirements,or improperly handled or installed,shall be replaced at the Contractor's or Local Agency's expense. • MATERIALS TESTING/REPORTING OF RESULTS. All materials testing is to be performed by the Agency or an Independent Certified Testing Laboratory of their choice. Copies of all test results shall be submitted to WSDOT's Construction Representative prior to beginning the next phase of construction. WSDOT reserves the right to verify the test results or to perform the testing. • HOT MIX ASPHALT(HMA) DESIGN. Prior to Paving Operations,the Agency shall submit WSDOT approved HMA Mix Design(s)from WSDOT's Qualified Products List(QPL)for use on this project. • PAVING OPERATIONS. NO PAVING OPERATIONS WILL BE PERMITTED WHEN IT IS RAINING or SNOWING. Written permission from WSDOT's Construction Representative shall be required if paving operations begin before April 1s`, or after October 1s'. Surface temperature and other paving limitations as per WSDOT Standard Specifications shall be enforced. • MATERIAL TRANSFERING DEVICE/VEHICLE. Direct transfer of HMA from the hauling equipment to the paving machine will not be allowed in the top 0.30 feet of the pavement section of hot mix asphalt(HMA)used in traffic lanes with a depth of 0.08 feet or greater. A material transfer device or vehicle(MTD/V)shall be used to deliver the HMA from the hauling equipment to the paving machine. HMA for pre-leveling,pavement repair,or HMA placed in irregularly shaped and minor areas such as road approaches,tapers,and turn lanes are excluded from this requirement. At the Contractor's request, WSDOT's Construction Representative may approve paving without an MTDN. The MTDN shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used,the length of the windrow may be limited in urban areas or through intersections,at the discretion of WSDOT's Construction Representative. • ROLLERS. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. An exception shall be that pneumatic tired rollers shall be used for compaction of the wearing course beginning October 1st of any year through March 31st of the following year. Coverage with a steel wheel roller may precede pneumatic tired rolling. Operation of the roller shall be in accordance with the manufacturer's recommendations. The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup,washboard,uneven compaction of the surface,or displacement of the mixture,or other undesirable results shall not be used. • JOINT SEALING. All joints between existing and new pavement; or other cracks requiring repair shall be adequately cleaned and then sealed with PG 67-22 Liquid Asphalt in accordance with the manufacturer's recommendations. Filling shall be controlled to confine the material within the crack orjoint. If,in the opinion of WSDOT's Construction Representative,the Contractor's method of filling results in an excessive amount of sealant on the pavement surface, filling shall be stopped and the method changed.Any overflow shall be cleaned from the pavement surface. • QUALIFICATION of CONCRETE SUPPLIERS. Concrete Batch Plant Prequalification requires a certification by the National Ready Mix Concrete Association(NRMCA). A copy of that Certificate shall be submitted to WSDOT's Construction Representative prior to placement of cement concrete. • CONCRETE MIX DESIGN. Prior to any placement of cement concrete,the Agency shall submit WSDOT approved Mix Design(s)for use on this Project to WSDOT's Construction Representative. • DRAINAGE STRUCTURES. Only structures stamped APPROVED by the STATE's Materials and Fabrication Inspection Office shall be used on this project. ❑ 9. UNSUITABLE MATERIALS (Applicable to ALL Projects). If determined necessary by WSDOT, unsuitable material encountered during any excavation shall be removed and replaced to the satisfaction of WSDOT at the Agency's expense. The replacement material shall be free- draining and granular, or other materials as determined by WSDOT's Construction Representative in accordance with the Standard Specifications. Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 3 ® 10. EROSION CONTROL/DRAINAGE(Applicable to Counties and Limited Access in All Cities). • BEST MANAGEMENT PRACTICES(BMP'S) During construction of this project,the Agency shall comply with all provisions of the WSDOT Highway Runoff Manual or equivalent WSDOT approved plan and implement Best Management Practices(BMP's)as detailed in the manual to mitigate erosion. • WATER DISCHARGES ON THE PROJECT. All discharges to WSDOT-owned highway right-of-way or highway right-of-way under WSDOT jurisdiction,if allowed on this project,shall conform to STATE and Local water quality regulations and shall meet WAC 173-201A (Water Quality Standards for Surface Waters of the State of Washington). ® 11. INTERFERENCE TO WSDOT HIGHWAY DRAINAGE (Applicable to Counties and Limited Access in All Cities). If the Improvements done under this Agreement interferes in any way with the drainage of WSDOT highway,the Agency shall wholly and at its own expense make such provision-as WSDOT may direct,to address the said drainage. ❑ 12. DRAINAGE AND UTILITY CONSTRUCTION(Applicable to Counties and Limited Access in All Cities) • PIPE END TREATMENT. All culvert pipes shall have beveled end sections and quarry spalls shall be placed around end of pipes in the bottom of the ditch,and on the side of the slopes. • UTILITY COVER ELEVATION. All manholes,valve covers,and like appurtenances shall be constructed at such an elevation to conform to the shoulder slope from the edge of pavement or as directed by WSDOT. • DRAINAGE STRUCTURES. Only structures stamped APPROVED by WSDOT's Fabrication Inspection Office shall be used on this project. ® 13. LANDSCAPING ON WSDOT RIGHT-OF-WAY(Applicable to Counties and Limited Access in All Cities) • PLANTINGS. If the Agency desires to plant and/or cultivate any shrubs,trees,hedges,or other domestic or native ornamental growth on WSDOT-owned highway right-of-way that is more extensive than regular WSDOT vegetation, the Agency shall obtain a Roadside Vegetation Permit(DOT Form 220-018)from WSDOT for the maintenance of the plantings. • IRRIGATION SYSTEMS. If the Agency desires to install an irrigation system,the Agency may be required to obtain additional approval. The Agency shall be responsible for water and electrical costs. ® 14. DISTURBANCE OF EXISTING RIGHT-OF-WAY VEGETATION (Applicable to Counties and Limited Access in All Cities). Unless otherwise authorized by WSDOT's representative in writing prior to the start of any Improvements, this Agreement does not authorize the Agency, its' employees,contractors,or agents,any right to cut,spray,retard,remove,destroy,disfigure,or in any way modify the physical condition of any vegetative or landscaping material located on WSDOT-owned highway right-of-way or upon state highway right of way under WSDOT jurisdiction. Should the Agency anticipate that its' Improvements will alter the appearance of WSDOT-owned Highway right-of-way vegetation or landscaping,the Agency shall notify the Department Representative listed in Special Provision 1 to obtain WSDOT's prior written approval of the Agency's proposed Improvements. If WSDOT allows the Agency to modify WSDOT-owned highway right-of-way vegetation,it agrees that any vegetation cutting and/or trimming activities shall be conducted in such a manner that WSDOT-owned Highway right-of-way vegetation and landscaping appearance or functionality will not be altered or damaged. Should the Agency damage or alter the appearance of WSDOT-owned Highway right-of-way vegetation or landscaping without WSDOT's prior written approval, the Agency is subject to penalties provided for in RCW's 47.40.070,47.40.080,and 4.24.630,as applicable. ® 15. RIGHT-OF-WAY RESTORATION (Applicable to Counties and Limited Access in All Cities). Upon completion of all Improvement's,the Agency shall immediately remove all rubbish, scraps, brush, timber, waste materials, or other debris etc.from WSDOT-owned highway right of way, leaving the right of way in a safe, neat,and presentable condition to the WSDOT's sole satisfaction. The aesthetics of the right-of-way shall be as it was before the work started,or better. In addition,all WSDOT owned and maintained drainage systems must be,cleared of obstructions, restored,and fully operational. Any work-related clean up,restoration,necessary slope treatment/protection,or drainage restoration of WSDOT- owned right of way not completed within seven (7)calendar days of work completion, unless WSDOT approves otherwise in writing, will be performed by WSDOT at the Agency's expense. The Agency agrees to reimburse WSDOT's actual direct and related indirect costs and expenses for performing the Improvements pursuant to the provisions of Section 7.0-Payment. ❑ 16. SEVERANCE AND SALE OF TIMBER AND OTHER PERSONALTY— REMOVAL OF NON-MARKETABLE MATERIALS (Applicable to Counties and Limited Access in All Cities). This Agreement is subject to RCW 47.12.140,and amendments thereto. This Agreement does not authorize the Agency, its'employees,contractors,or agents,any right to cut or remove any trees or timber located on WSDOT right-of way or upon state highway right of way under WSDOT jurisdiction without prior written approval from WSDOT. ❑ 17. MAINTENANCE OF LANDSCAPING (Applicable to Cities ONLY). The Agency is responsible for the maintenance of all landscaping beyond the back of the curbs or edge of pavement,and in the median of divided highways. ® 18. ILLUMINATION CONSTRUCTION/INSPECTION(Applicable to Counties and Limited Access in All Cities) • CONSTRUCTION. The Agency shall assure that the construction of all illumination installed within WSDOT-owned highway right-of-way or highway right-of-way under WSDOT jurisdiction meets all requirements of WSDOT. • ILLUMINATION DURING CONSTRUCTION. Pre-existing illumination shall be maintained and functional at all times during construction until the new illumination is operational. Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 4 ❑ 19. TRAFFIC SIGNAL CONSTRUCTION/INSPECTION (Applicable to City Projects within Limited Access Areas, Projects within Cities<27,500 Population, and all County Projects). • DESIGN/CONSTRUCTION/INSPECTION. The Agency shall assure that the design and construction of Traffic Signals and illumination on signal poles installed within WSDOT Highway right-of-way meets all requirements of WSDOT. • TRAFFIC SIGNAL STANDARDS—APPROVAL. Traffic signal standards shall be furnished and installed in accordance with the methods and materials noted in the applicable Standard Plans, pre-approved plans,or special design plans. If the proposed signal standards are not on WSDOT's PRE-APPROVED LIST (http://www.wsdot.wa.gov/eesc/bridge/lightsignalstandards/index cfm) Signal Pole Shop Drawings(Electronically,or Seven(7)sets of copies)shall be submitted to WSDOT's Construction Representative for transmittal to HQ for approval. • ILLUMINATION DURING CONSTRUCTION. Pre-existing illumination shall be maintained and functional at all times during construction until the new illumination is operational. • TEMPORARY VIDEO DETECTION SYSTEM. If any traffic detection loop is scheduled to be disabled,a temporary video detection system shall be completely installed and made operational prior to any associated induction loop being disabled. • TRAFFIC DETECTION LOOPS. The Contractor shall notify the Area Traffic Engineer through WSDOT's Construction Representative a minimum of five working days in advance of pavement removal or grinding in areas with existing loops. All new traffic detection loops shall be installed after grinding or prior to paving the final lift of asphalt unless otherwise approved in writing by WSDOT's Construction Representative. If WSDOT's Construction Representative suspects that damage to any traffic detection loop,not identified in the Plans as being replaced, may have resulted from Contractor's operations or is not operating adequately, WSDOT's Construction Representative may order the Contractor to perform the field tests specified in Section 8 20.3(14)D. The test results shall be recorded and submitted to WSDOT's Construction Representative. Loops that fail any of these tests shall be replaced. Traffic detection loops that fail the tests,as described above,and are replaced shall be installed in accordance with current WSDOT design standards and Standard Plans,as determined by WSDOT's Construction Representative. If traffic detection loops that fail the tests,as described above,are not replaced and operational within 48 hours,the Contractor shall install and maintain interim video detection until the replacement loops are operational. The type of interim video detection furnished shall be approved by WSDOT's Construction Representative prior to installation. • TRAFFIC SIGNAL HEADS. Unless approved in writing by WSDOT's Construction Representative, signal heads shall not be installed at any intersection until all other signal equipment is installed and the controller is in place, inspected, and ready for operation at that intersection,except that the signal heads may be mounted if the faces are covered with Signal Head Covering Material. • SIGNAL HEAD COVERING. The signal head covering material shall be manufactured from a durable fabric material,black in color with a mesh front,and designed to fit the signal head configuration properly. The covers shall have an attachment method that will hold the cover securely to the signal in heavy wind. The covers shall be provided with a drain to expel any accumulated water. • TRAFFIC SIGNAL PRE-TURN-ON COORDINATION MEETING AND TESTING. Prior to a Traffic Signal Turn-on event, the Agency/Contractor shall conduct a Pre Turn-on coordination meeting with the following Contracting Agency personnel included as invited attendees:WSDOT's Construction Representative, Electrical Inspector,Signal Operations Engineer,and Signal Maintenance Technician. The Agency/Contractor shall provide the Engineer a minimum of 5 days written notice of the proposed Pre Turn-on coordination meeting date and time. Prior to the Pre Turn-on coordination meeting,the Agency/Contractor shall complete the items of Improvements detailed in the Traffic Signal Turn-on Checklist and submit the completed checklist to WSDOT's Construction Representative. The Traffic Signal Turn-on Checklist form will be furnished to the Agency/Contractor by WSDOT's Construction Representative. Unless approved by WSDOT's Construction Representative,the permitted hours for Pre-Turn-On coordination and testing shall be per the Approved Traffic Control Plan(s)for the specific operation. • TRAFFIC SIGNAL TURN-ON AND/OR SWITCHOVER OPERATIONS. The Agency shall contact WSDOT's Construction Representative at least five(5)working days prior to scheduling a signal turn-on in order to assure that all appropriate items on WSDOT's "Traffic Signal Turn-On Checklist"are satisfactorily addressed. The Signal Turn-On or Switchover shall not occur until all applicable Checklist items are installed and/or connected. This Checklist can be located on WSDOT's web site at: htto://www wsdot wa gov/Northwest/DevelopmentServices/Loca]Agency htm(Go to: "What is needed to turn on a traffic signal?'). Prior to scheduling a turn-on date,the Agency/Contractor shall provide verification to WSDOT Construction Representative that all required testing has been satisfactorily completed. The traffic signal turn-on procedure shall not begin until all required channelization,pavement markings,illumination,signs,and sign lights are substantially complete and operational unless otherwise allowed by WSDOT's Construction Representative. If the Contractor is directed to turn off the traffic signal,the Contractor shall schedule a new turn-on date with the Engineer in accordance with the previously mentioned procedures. • PERMITTED HOURS FOR SIGNAL TURN-ON AND/OR SWITCH-OVER OPERATIONS. Unless approved by WSDOT's Construction Representative, the permitted hours for Traffic Signal Turn-on or Switch-Over shall be per the Approved Traffic Control Plan(s)for the specific operation. Signal Switchover and Turn-On operations are permitted only on Tuesday, Wednesday, or Thursday—except in the case of an emergency. No Switchover or Turn-On operations will be permitted on Monday, Friday, weekends, holidays, or the day preceding a holiday. Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 5 • NEW SIGNAL AHEAD/SIGNAL REVISION WARNING SIGNING—"NEW SIGNAL AHEAD"(W20-902) or"SIGNAL REVISION AHEAD" (W20-903)signs shall be installed in advance of all affected directions of travel on the Project when a new traffic signal system is installed or when modifications to and existing signal are made. The location of the signs shall be per Section 2C.05 of the MUTCD,or as directed by WSDOT's Construction Representative. These signs are 48"X 48" black letters on orange background, and shall be post mounted. The bottom of the sign shall be mounted seven(7)feet above the pavement elevation. Each sign shall have three(3)12"'by 12"Fluorescent Orange flags or Flag Signs mounted on both sides and on top of the sign. The flags signs shall be made of aluminum, durable cloth, or plastic. The signs and flags shall stay erect for six to eight weeks or as directed by WSDOT's Construction Representative. ❑ 20. INTELLIGENT TRANSPORTATION SYSTEM CONSTRUCTION/INSPECTION (Applicable to City Projects within Limited Access Areas, Projects within Cities<27,500 Population,and all County Projects). The Agency shall assure that the construction of Intelligent Transportation Systems owned by WSDOT meets all requirements of WSDOT. ❑ 21. SIGN INSTALLATION AND MAINTENANCE(Applicable to ALL Projects). All Directional,Regulatory,and Stop Signs as well as Route Markers shall be installed as per the Approved Plans, WSDOT Standard Plans, or as directed by WSDOT's Construction Representative. The DEPARTMENT shall own and maintain these signs-unless the Agency signs a Contract or Maintenance Agreement with WSDOT to perform sign maintenance. ❑ 22. TRAFFIC REVISION WARNING SIGNING (Applicable to ALL Projects). When the permanent channelization of the highway is changed, "TRAFFIC REVISION AHEAD"(W20-901)signs shall be installed in advance of all affected directions of travel of the Project. The location of the signs shall be per Section 2C.05 of the MUTCD,or as directed by WSDOT's Construction Representative. These signs are 48"X 48"black letters on orange background,and shall be post mounted. The bottom of the sign shall be mounted seven(7)feet above the pavement elevation. ❑ 23. REMOVAL OF PAVEMENT MARKINGS(Applicable to ALL Projects). Pavement markings to be removed shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Grinding to remove painted markings is only allowed prior to application of a Bituminous Surface Treatment(BST). Grinding to remove pavement markings from hot mix asphalt and cement concrete pavements is allowed to a depth just above the pavement surface,then water blasting or shot blasting shall be required to remove the remaining markings. If in the opinion of WSDOT's Construction Representative the pavement is materially damaged by pavement marking removal, such damage shall be repaired by the Contractor in accordance with Section 1-07.13(1). Sand or other material deposited on the pavement as a result of removing lines and markings shall be removed as work progresses to avoid hazardous conditions. Accumulation of sand or other material which might interfere with drainage will not be permitted. ❑ 24. APPLICATION OF CHAN N ELIZATION PAVEMENT MARKINGS(Applicable to City Projects within Limited Access Areas,Projects within Cities < 27,500 Population, and all County Projects). Two applications of paint shall be required for all paint stripe markings as per the WSDOT Standard Specifications. Plastic Pavement Markings shall also be applied per the WSDOT Standard Specifications. ® 25. NON PAYMENT OF REIMBURSABLE ACCOUNT(Applicable to ALL City Projects). The Agency agrees that if it does not make payment for any WSDOT work,as provided herein,within ninety(90)calendar days after receipt of a WSDOT invoice,WSDOT may deduct and expend any monies to which the Agency is entitled to receive from the Motor Vehicle Fund as provided by RCW 47.24.050. ❑ 26. ADVERTISING SIGNS (Applicable to Counties and Limited Access in All Cities). Any advertising adjacent to WSDOT Highways must be in compliance with the Scenic Vistas Act of 1971,Chapter 47.42 RCW and Chapter 468-66 WAC. Violation of this section of the statutes will be sufficient cause for cancellation of this Agreement. Advertising signs are allowed off WSDOT Highway right-of-way,subject to Local Codes and Regulations. ® 27. MAINTENANCE RESPONSIBILITIES OF PUBLIC ART A. Permittee, as owner of the Public Art located on the underside of the SR 167 Bridge that crosses over West James Street in the city of Kent,shall perform or cause to be performed at its sole cost and expense,all maintenance,repair and/or removal of any or all components of the Public Art including, but not limited to, keeping the Public Art in good condition, both as to safety and appearance, to the sole satisfaction of WSDOT. B. If Permittee fails to maintain any and all components of the Public Art as provided herein,WSDOT may perform such maintenance after providing the Permittee with thirty (30) calendar days written notice of such maintenance default, and Permittee agrees to reimburse WSDOT for such maintenance costs pursuant to section E.,below. C. For the Public Art as described in this permit, the Permittee agrees that it shall be additionally responsible for the following specific maintenance and operational items,at its sole cost and expense,without further liability to WSDOT. The immediate removal of graffiti and the removal and disposal of all unauthorized signs, banners, etc., including those related to commercial advertising, political campaigns and/or protests from the underside of the SR 167 Bridge.If Permittee fails to remove and dispose of said graffiti,signs,banners,etc.,within 24 hours of receipt of written notice from WSDOT,WSDOT reserves the right to perform such work, and Permittee agrees to reimburse WSDOT for all costs to remove and dispose of said graffiti,signs,banners,etc.pursuant to section E.,below. D. Permittee shall in no way interfere with any highway operation,maintenance,or construction,traffic flow,or impact the safety of the traveling public on SR 167 when performing any work on the Public Art. Permittee agrees to inspect the Public Art on a regular basis. Permittee shall make no changes to the WSDOT approved Public Art Plan without WSDOT's prior written approval. E. Invoice and Payment. Permittee shall reimburse WSDOT for all actual direct and related indirect costs,including materials and equipment costs, incurred by WSDOT for work performed by WSDOT under this Permit. WSDOT shall provide detailed invoices to Permittee, and Permittee agrees to pay WSDOT within sixty(60)calendar days from the date of a WSDOT invoice. (1) Payments shall be made payable to the Washington State Department of Transportation.All payments shall be mailed or delivered to: Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 6 Washington State Department of Transportation(Mailing Address) Attn: Financial Services-Mail Stop: NB82-127 PO Box 330310 Seattle,WA 98133 Washington State Department of Transportation(Physical Address) Attn: Financial Services-Mail Stop: NB82-127 15700 Dayton Ave North Seattle WA 98133 (2) Permittee agrees that if payment or arrangement for payment of any of WSDOT's invoices for costs recoverable under this Permit is not made to WSDOT within sixty(60)calendar days after the date of WSDOT's invoice,WSDOT is entitled to terminate this Permit and the Permittee agrees to remove the Public Art and restore the site to its original condition. Special Provisions-COUNTIES/LIMITED ACCESS Exhibit A Agreement No.NWK-1929-KNT Last Rev:02-22-19 7 WViIW V�W'V ��. idplJW e1-- __-__a7ww "� V' PwJ�NUY F a�La�Fa-iso> N rP g22� t0006mP Vp JN - m ry0ry N y�•� P� n 3n�,"�3iuo°r if��dbogo� _ ♦+P s e y D P in o0000np 6 D PWiI - AJJA'�°L 6PPWJ ^➢ D. � � (✓\ N L -_ y � . a-i ---- °�, r0. sos \ yf u� 311t1a 00'lfppp ro o n ��7 �E o + N . !. F a: V r I N N 1 1 iEa a ro6 � pada D 9 r^ z s, , I y $ 3I M9 a3 �E °t - n� rn A izc• ' LP .1! - 3� N Z , N� ri''' to' � • J .f!" �' .E so• � �Q IN ';a Sw - pc nA Pq; � p• ,f._ ��.LRI �-rir g�2s • �o sl_,�y N9 a q�F A;r° ji. i8 i� Un s+'+":'• n _.__ r a'ij3 o39L$",m Ay==a,43 o'i'fi Wf e `Sd�: n Si nNaQir3+ago Nar Z 00 �ll� « N co OT E 04 PREVA I L I NG WAGE RATES SR 167 Underpass Lighting at James/Maloney A - 4 June 24, 2019 Project Number: 18-3018 Page 1 of 16 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: 07/09/2019 Count Trade Job Classification Wa e Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $46.57 5D 1 H View King Boilermakers Journey Level $66.54 5N 1C View King Brick Mason Journey Level $57.32 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M View King Building Service Employees Janitor $24.63 5S 2F View King Building Service Emplovees Traveling Waxer/Shampooer $25.08 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F View King Cabinet Makers (fn Shops Journey Level $22.74 1 View King Carpenters Acoustical Worker $60.04 5D 4C View King Carpenters Bridge, Dock And Wharf $60.04 5D 4C View Carpenters King Carpenters Carpenter $60.041 5D 4C View King Carpenters Carpenters on Stationary Tools $60.171 5D 4C View King Carpenters Creosoted Material $60.141 5D 4C View King Carpenters Floor Finisher $60.041 5D 4C View King Carpenters Floor Layer $60.041 5D 4C View King Carpenters Scaffold Erector $60.041 5D 4C View King Cement Masons Journey Level $60.07 7A 4U View King Divers Et Tenders Bet[/Vehicle or Submersible $113.60 5D 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C View King Divers Et Tenders Diver $113.601 5D 4C 8V View King Divers Et Tenders Diver On Standby $71.331 5D 4C View King Divers Et Tenders Diver Tender $64.711 5D 4C View King Divers Et Tenders Manifold Operator $64.711 5D 4C View King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C View King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C View King Dredge Workers Assistant Engineer $56.441 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.001 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View hffnc'//frnrfrPcc Xnia merw r A i)n1 0 Page 2 of 16 i,,King Dredge Workers Mates $56.441 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywa ll Applicator Journey Level $58.48 5D 1 H View -King Drywatt Tapers Journey Level $59.32 5P 1 E View King Electrical Fixture Maintenance Journey Level $30.59 5L 1E View Workers I King Electricians - Inside Cable Splicer $81.321 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $87.371 7C 4E View King Electricians - Inside Certified Welder $78.551 7C 4E View King Electricians - Inside Certified Welder (tunnel) $84.341 7C 4E View King Electricians - Inside Construction Stock Person $41.49 7C 4E View King Electricians - Inside Journey Level $75.80 7C 4E View King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E View King Electricians_LMotor_Shop Journey Level $45.08. 5A 11 B View King Electricians - Powerline Cable Splicer $79.60 5A 4D View Construction King Electricians - Powerline Certified Line Welder $72.98 5A 4D View Construction King Electricians - Powerline Groundperson $47.94 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D View Construction I I King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $62.06 5A 4D View Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W View Construction I King Electricians - Powerline Pole Sprayer $72.98 5A 4D View Construction King Electricians - Powerline Powderperson $54.55 5A 4D View Construction King Electronic Technicians Journey Level $50.571 7E 1E View King Elevator Constructors Mechanic $94.22 7D 4A View King Elevator Constructors Mechanic In Charge $101.73 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1 R View Products Work Only King Fence Erectors Fence Erector $41.451 7A 31 View King Fence Erectors Fence Laborer $41.45 7A .31 View King Fla g ers Journey Level $41.45 7A 31 View King Glaziers Journey Level $64.56 7L ly View King Heat Et Frost Insulators And Journeyman $73.58 5J 4H View Asbestos Workers I King Heating Equipment Mechanics Journey Level $82.51 7F 1E View King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 View King Industrial Power Vacuum Cleaner Journey Level $12.00 1 View ,.King Inland Boatmen Boat Operator $61.41 5B .1 K View King Inland Boatmen Cook $56.481 5B 1K View King Inland Boatmen Deckhand $57.481 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B .1 K View King $31.49 1 View kf+mc-- 111F,-%r+rmcc %AIM rif-%%ilini 11AfMnn1r%rA-i in/nrx/XA/nn,M1nr,1/i in mcnv /,),d r)n 1 Q Page 3UF16 Sewer Et Water Svstems Bv OperatorInspection/Cleaning/Seating 0 Cleaner Operator, Foamer Remote Control King Inspection/Cteani Dg��� Grout Truck Operator $12.00 View Sewer Et Water Svstems Bv Remote Control King I nspection/Cleani,2i-,/Seating Of Head Operator $24.91 View Remote Control King Inspection/Cleaninp-/SeaLing Of Technician $19.33 View Sewer Et Water S Remote Control King I nspection/Cleaning/Seating 0 Tv Truck Operator $20.45 View Sewer a Water Systems By Remote Control ,King In�lation�Ali�cators Journey Level $60.04, 5D 4C View King Ironworkers Journeyman $70.681 7N 10 View King Laborers Air, Gas Or Electric Vibrating $48.90 7A 31 View Screed King Laborers Airtrac Drill Operator $50.42 7A 31 View King Laborers Ballast Regular Machine $48.90 7A 31 View King Laborers Batch Weighman $41.45 7A 31 View King Laborers Brick Pavers $48.90, 7A 31 View King Laborers Brush Cutter $48.90 7A 31 View King Laborers Brush Hog Feeder $48.90 7A 31 View King Laborers Burner $48.90 7A 31 View King Laborers Caisson Worker $50.42 7A 31 View King Laborers Carpenter Tender $48.90 7A 31 View King Laborers Caulker $48.90, 7A 31 View King Laborers Cement Dumper-paving $49.81 7A 31 View King Laborers Cement Finisher Tender $48.90 7A 31 View King Laborers Change House Or Dry Shack $48.90 7A 31 View King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 311 View King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 View King Laborers Choker Setter $48.90 7A 31 View King Laborers Chuck Tender $48.90 7A 31 View King Laborers Clary Power Spreader $49.81 7A 31 View King Laborers Ctean-up Laborer $48.90 7A 31 View King Laborers Concrete Dumper/chute Operator $49.81 7A 31 View King Laborers Concrete Form Stripper $48.90, 7A 31 View King Laborers Concrete Placement Crew $49.811 7A 31 View King Laborers Concrete Saw Operator/core $49.81 7A 31 View Driller King Laborers Crusher Feeder $41.451 7A 31 View King Laborers Curing Laborer $48.901 7A 31 View King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 View (incl. Charred Material) I King Laborers Ditch Digger $48.90 7A 31 View King Laborers Diver $50.42 7A 31 View King Laborers Drill Operator $49.81 7A 31 View (hyd rau tic,diamond) King Laborers Dry Stack Watts $48.90 7A 31 View King jLa—borers Dump Person $48.90 7A 31 View htfns.//fnrfnP-,-, vva nnv/|ni/vv;;np|nn�/m/nrxVV;::inp|nnL-/m ;4cnv r,/7x /7Mo Page 4 of 16 King Laborers Epoxy Technician 1 $48.901 7A 31 View King Laborers Erosion Control Worker $48.90 7A 31 View King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 View King Laborers Fine Graders $48.90 7A 31 View King Laborers Firewatch $41.45 7A 31 View King Laborers Form Setter $48.90 7A 31 View ;King Laborers Gabian Basket Builders $48.90 7A 31 View King Laborers General Laborer $48.90 7A 31 View King Laborers Grade Checker Et Transit Person $50.42 7A 31 View King Laborers Grinders $48.90 7A 31 View King Laborers Grout Machine Tender $48.90 7A 31 View King Laborers Groutmen (pressure)including $49.81 7A 31 View Post Tension Beams King Laborers Guardrail Erector $48.901 7A 31 View King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 View King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 View King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 View King Laborers High Scaler $50.42 7A 31 View King Laborers Jackhammer $49.81 7A 31 View King Laborers Laserbeam Operator $49.81 7A 31 View King Laborers Maintenance Person $48.90 7A 31 View King Laborers Manhole Builder-mudman $49.81 7A 31 View King Laborers Material Yard Person $48.90 7A 31 View King Laborers Motorman-dinky Locomotive $49.81 7A 31 View King Laborers Nozzleman (concrete Pump, $49.81 7A 31 View Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 View King Laborers Pilot Car $41.451 7A 31 View King Laborers Pipe Layer Lead $50.42 7A 31 View King Laborers Pipe Layer/tailor $49.81 7A 31 View King Laborers Pipe Pot Tender $49.81 7A 31 View King Laborers Pipe Reliner $49.81 7A 31 View King Laborers Pipe Wrapper $49.811 7A 31 View King Laborers Pot Tender $48.90 7A 31 View King Laborers Powderman $50.42 7A 31 View King Laborers Powderman's Helper $48.90 7A 31 View King Laborers Power Jacks $49.81 7A 31 View King Laborers Railroad Spike Puller - Power $49.811 7A 31 View King Laborers Raker - Asphalt $50.42 7A 31 View King Laborers Re-timberman $50.42 7A 31 View King Laborers Remote Equipment Operator $49.81 7A 31 View King Laborers Rigger/signal Person $49.81 7A 31 View King Laborers Rip Rap Person $48.901 7A 31 View King Laborers Rivet Buster $49.81 7A 31 View King Laborers Rodder $49.81 7A 31 View King Laborers Scaffold Erector $48.90 7A 31 View King Laborers Scale Person $48.90 7A 31 View htf r,c• //fnrf rocc 1nrn nn%i/Ini/Aniann Inn Li in/nrx/Wnrin Inn lsi in acnv ri/7d/7()1 4 Page 5 of 16 King Laborers Sloper (over 20") $49.811 7A 31 View 'King Laborers Sloper Sprayer $48.90 7A 31 View King Laborers Spreader (concrete) $49.81 7A 31 View King Laborers Stake Hopper $48.90 7A 31 View King ILaborers Stock Piler $48.90 7A 31 View King Laborers Tamper Et Similar Electric, Air Et $49.81 7A 31 View Gas Operated Toots King Laborers Tamper (multiple Et Self- $49.81 7A 31 View propelled) King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 View Shorer Et Cribber) King Laborers Tootroom Person (at Jobsite) $48.90 7A 31 View King Laborers Topper $48.90 7A 31 View King Laborers Track Laborer $48.90 7A 31 View King Laborers Track Liner (power) $49.81 7A 31 View King Laborers Traffic Control Laborer $44.331 7A 31 8R View King Laborers Traffic Control Supervisor $44.331 7A 31 8R View King Laborers Truck Spotter $48.901 7A 31 View King Laborers Tugger Operator $49.81 7A 31 View King Laborers Tunnel Work-Compressed Air $107.60 7A 31 View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 80 View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8g View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8Q View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8g View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8g View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 88Q View Tender King Laborers Tunnel Work-Miner $50.521 7A 31 8�C View King Laborers Vibrator $49.811 7A 31 View King Laborers Vinyl Seamer $48.901 7A 31 View King Laborers Watchman $37.67 7A 31 View King Laborers Welder $49.81 7A 31 View King Laborers Well Point Laborer $49.81 7A 31 View King Laborers Window Washer/cleaner $37.67 7A 31 View King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 View Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 View ` Water King Landscape Construction Landscape Laborer $37.67 7A 31 View King Landscape Construction Landscape Operator $63.76 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View httnS:Hfortress.wa.anv/Ini/waaPlnnkun/nrvWanPlnnkiin acny r ai?n14 Page 6Of16 King La-thers journey Level 1 $58.481 5D 1 H View King Marble Setters King Metal Fabricaqqn-jb-5b Fitter $15.86 1 View ',King Metal FabricatLon In Sho Laborer $12.00 1 View King Metal Fabrication (in Shopl Machine Operator $13.04 1 View King Metal Fabrication (in Shopl Painter $12.00 1 View King Metal Fabrication (in Shop) Welder $15.481 1 View King Millwright Journey Level $61.54 5D 4C View King Modular Buildings Cabinet Assembly $12.00 1 View King Modular Buildings Electrician $12.00 1 View King Modular Buildings Equipment Maintenance $12.00 1 Vie Modular Buildings Plumber 12.00 1 View ,King Modutar Bui!qLngs Production Worker $12.00 1 View King Modular Bui(dings TooI. Maintenance $12.00 1 View King Modular Buildings Utility Person $12.00 1 View King Modular Buildings Welder $12.001 1 View King Painters Journey Level $42.50 6Z 2B View King Pile Driver Crew Tender/Technician $64.71 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $74.87 5D 4C View Air Worker 0-30.00 PSI 'King Pile Driver Hyperbaric Worker - Compressed $79-87 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $83-87 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $88.87 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $91.37 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $96.37 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $98.37 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $100.37 5D 4C View King Pile Driver Hyperbaric Worker - Compressed $102.37 5D 4C View King Pile Driver Journey Level $60.291 5D 4C View King Pile Driver Manifold Operator (LST) $69.71 5D 4C View King Plasterers Journey Level $56.54 IR View King Playground Et Park Equipment Journey Level $12.00 1 View Installers King Plumbers Et2iptfitters Journey Level $85.691 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X View King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X View King Power Eguipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X View King Power Equipment Operators Bobcat $60.98 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X View Equipment King Power Eguipment Operators Brooms $60.98 7A 3K 8X View King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X View King Power Eguipment Operators Cabteways $64.83 7A 3K 8X View hr+nc' //6-%,+rincc m/;:I nr^'/|ni/vv;:inp|nn[e/ m/nrvVV;�inp|nnL-/ m Acznv r./?4/?O10 Page 7 of 16 °King Power Equipment Orerators Chipper1 $64.261 7A 3K 8X View King Power Equipment Operators Compressor $60.98 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X View Screed King _Power Equi aoment Operators Concrete Pump - Mounted Or $63.76 7A 3K 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $64.83 7A 3K 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 8X View With Boom Attachment Up To 42 m King Power E uipmerrt Operators Conveyors $63.76 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 $65.48 7A 3K 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Under King Power Equipment Operators Cranes: Friction cranes through $66.15 7A 3K 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X View attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X View (Power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View King Power Equipment Operators Dozers D-9 Et Under $63.761 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Crane Mount King Power E uipment Operators Drilling Machine $65.48 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X View And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Attachments King Power Equipment Operators Grade Engineer: Using Blue $64.26 7A 3K 8X View Prints, Cut Sheets, Etc King Power Equipment Ooerators Gradechecker/Stakeman $60.98 7A 3K 8X View King Power Equipment Operators IGuardrail Punch $64.26 7A 3K 8X View King Power Equipment Operators $64.83 7A 3K 8X View hffnc;://fnrfrP-,q_wa nnv/Ini/XAianPlnnl<rrn/nrv\A/Analnnl<iin acnv ti1')n /7nio Page 8 of 16 Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over I King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X View Off-road Equipment Under 45 Yards King Power Equipment Horizontal/Directional Drill $63.76 7A 3K 8X View M� O Operators Locator King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X View Operator I King Power Equipment Operators Hydratifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X View Over I King Power Equipment Operators Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X View King Power Equi2ment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X View ,King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X View King Power Equipment Operators Material Transfer Device $64.261 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Per Hour Over Mechanic) King Power Lquipment Operators Motor Patrol Graders $64.83 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X View Distribution Et Mulch Seeding Operator King Power EqgjaM22LQ2erators Outside Hoists (Elevators And $63.76 7A 3K 8X View Mantifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X View Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Through 99 Tons King Power Equipment Operators Pavement Breaker $60.981 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X View King Power Equipment Operators Power Plant $60.98 7A 3K 8X View King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83, 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $64.83 7A 3K 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bettman $60.98 7A 3K 8X View King Power Equipment $63.76 7A 3K 8X View I I IAIM mcnv Al,)al,)nl Q Page 9Of16 King Power Eguipment Operators Rotlagon $64.831 7A 3K 8X View King Rotter, Other Than Plant Mix $60.98 7A 3K 8X View King Power Equipp2���� Rotter, Plant Mix Or Mutti-tift $63.76 7A 3K 8X View Materials King Powe Lfg.!j��� Saws - Concrete $63.761 7A 3K 8X View King Power Eg!4��� Scraper, Self Propelled Under45 $64.26 7A 3K 8X View Yards King me Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View King Power Eauipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View And Over I King Service Engineers - Equipment $63.76 7A 3K 8X View King Power Equipment Operators Shotcrete/G unite Equipment $60.98 7A 3K 8X View King Powe- Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K �X Vie Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Tractors: 15 To 30 Metric Tons King Shovel, Excavator, Backhoes: $65.48 7A 3K 8X View Over 50 Metric Tons To 90 Metric Tons King Power EQuiDment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K [:8:X View Over 90 Metric Tons King Power Equipment Operators Stipform Pavers $64.83 7A 3K 8X View King Powe Spreader, Topsider Et Screedman $64.83 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $64.261 7A 3K 8X View King Powe:_E_qujprnent Operators Tower Bucket Elevators $63.76 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Base To Boom King Power Eguipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X View 250' in height, base to boom King Tower Cranes: over 250' in height $66.80 7A 3K 8X View from base to boom King Power Eguipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X View Type I King Power Equipment Operators Trenching Machines $63.761 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Tons And Over King Power_Eg!j��� Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View 100 Tons King Truck Mount Portable Conveyor $64.26 7A 3K 8X View King Power EguipD2���O e�rators Welder $64.83 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmatt Type $60.981 7A 3K 8X View King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X View UnderRround Sewer Et Water I King RqLA���� Assistant Engineer $60.98 7A 3K 8X View Underground Sewer Et Water King aq����ment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X View King Batch Plant Operator, Concrete $64.26 7A 3K 8X View httO5-//Fnrfress.vvpnnv/|ni/vv;:;np|nn�/m/nrx\A/Anp|nnL-/ m nCnv A/74/7n10 | Page 10 of 16 Power Equipment Operators- Underp,round Sewer Et Water I King Power Equipment Operators- Bobcat $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X View Underground Sewer Et Water zKing Power Equipment Operators- Chipper $64.26 7A 3K 8X View Underground Sewer Et Water ,King Power Equipment Operators- Compressor $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X View Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 7A 3K 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $64.83 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes: 100 tons through 199 $65.48 7A 3K 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X View Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' $66.80 7A 3K 8X View Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X View Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X View Underground Sewer Et Water Under King Power Cranes: Friction cranes through $66.15 7A 3K 8X View Under round Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X View Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X View Underground Sewer Et Water (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X View 1LndeLgrcLLLn(t Sewer 8: Water kf+nc• //fr%ri-rncc XA1=a rinx//In i/%A/nno Inn L-i in/r%r%/XA/_iri in Inn Izi in ;:tcnv r.rm/')n 1 Q Page 11 of 16 King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X View Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X View Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X View Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X View Underground Sewer £t Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $64.26 7A 3K 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X I View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X View Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over 'King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X View Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $63.76 7A 3K 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X View Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X View Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. It $65.48 7A 3K 8X View Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $64.83 7A 3K 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X View Underground Sewer it Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X View Underground Sewer Et Water — King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 $65.48 7A 3K 8X View Underground Sewer Et Water Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- $60.98 7A 3K 8X View Underground Sewer Et Water httnq://fnrtrP-,c wa nnv/Ini/IAianalnnl-i in/nrv\A/nnninnl�i in nor,.. c PIA i)nI n Page 12 of 16 Oil Distributors, Blower Distribution Et Mulch Seeding Operator *ing Power Equipment 22fLators- Outside Hoists (Elevators And $63.76 7A 3K 8X View i Sewer Et Wate r er ManLifts), Air Tuggers, Strato King Power Overhead, Bridge Type Crane: 20 $64-26 7A 3K 8X Vie Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X View Underground Sewer Et Water And Over I King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X View Underground Sewer & Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X View Underground Sewer Et Water I King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X View Underground Sewer Et Water Feet In Height Based To Boom King Power Equipment_Operators- Remote Control Operator On $64.83 7A 3K 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X View Underground Sewer a Water King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X View U nder round Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $64.83 7A 3K 8X View Underground Sewer Ft Water $60.98 7A 3K 8X View King Power Equipment Operators- Roller, Other Than Plant Mix Underground Sewer F± Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mitt, Roto-grinder $64.26 7A 3K 8X View Underground Sewer Et Water I King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X View Underground Sewer Et Water Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equip Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X View O e ra t o� Underp.round Sewer Et Water And Over King Power EquiaM nt Operatorsv Service Engineers - Equipment $63.76 7A 3K 8X View Underground Sewer Et Water King Power Equipment Operators- Shotcrete/G unite Equipment $60.98 7A 3K 8X Vie Underground Sewer Et Water King Power Equipment Operators Shove[ , Excavator, Backhoe, $63.76 7A 3K 8X View gDderg ound Sewer Et Water Tractors Under 15 Metric Tons ,r k++Mc 1Ff-%r+-r1MCC I A I= nf'N%I/In i/A A I nrin Inn L-i in/nrx/XA/.=iri in Inn L-i in ;icny r�1?41?ni 9 Page 13 of 16 King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X View Underpround Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $65.48 7A 3K 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X View Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X View 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 View Underground Sewer Et Water from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $64.83 7A 3K 8X View Underpround Sewer Et Water Type King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators- Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X View Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under $63.76 7A 3K 8X View Underpround Sewer Et Water 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators Welder $64.83 7A 3K 8X View Underground Sewer Et Water — — — King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X View Underground Sewer � Water — — — King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X View Underpround Sewer & Water — — — King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A View Trimmers — — King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A View Trimmers King Refri eration Et Air Conditionin Journey Level $81.01 6Z 1G View Mechanics King Residential Brick Mason Journey Level $57.321 5A 1M View King Residential Carpenters Journey Level $32.061 View King Residential Cement Masons Journey Level $29.251 View King Residential Drywall Applicators Journey Level $45.05 5D 4C View King Residential Drywall Tapirs Journey Level $45.19 5P 1 E View hffnc //fnrfrPcc an/a nnxi/Ini hA/anrnI nn I/1 in/nr%AA/nrnol�n Li im n�-- c i-1A )ni n Page 14 of 16 King Residential Electricians Journey Level $36.011 1 1 View King Residential Glaziers Journey Level $43.001 7L 1H View King Residential Insulation Applicators Journey Level $29.871 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers Et Journey Level $39.43 1 View Ej�fitte�rs I King Residential Refrigeration Et Air Journey Level $51.37 5A IG View Conditioning Mechanics King Residential Sheet Meta[ Workers Journey Level (Field or Shop) $50.01 7F 1 R View King Residential Soft Floor Layers Journey Level $49.43 5A 3J View King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R View Protection} King Residential Stone Masons Journey Level $57.32 5A im View King Residential Terrazzo Workers Journey Level $52.61 5A im View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.041 1 View King Roofers Journey Level $53.27 5A 3H View King Roofers Using Irritable Bituminous $56.27 5A .3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $36.361 7V I View King Shipbuilding Et Ship Repair New Construction Carpenter $36.361 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding Et Ship New Construction Repair r ruction Electrician $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding, Et Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding Et�Shi Repair i r� New Construction Operating $36.36 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V .1 View- King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 Vi ew King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder $36.36 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.951 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4-1 View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58. 5J 4H View King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K View King Shipbuilding, Et Ship Repair Ship Repair Painter $44.95 7X 4J View King Shipbuilding�EtShi Repair IShip Repair Pipefitter $44.951 4J I View A In�,n I r�Izi im nc-r%w Page 15 of 16 King Shipbuilding & Ship Repair Ship Repair Rigger 1 $44.951 7X 4J View King 5hi buildin6 Et Shi Re air Ship Repair Sheet Metal $44.951 7X 4J View King Shipbuilding Et Ship Re pair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding Et Ship Ship Repair Warehouse $44.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $49.70 0 .1 View - Electrical}King Sign Makers Journey Level $31.52 0 .1 View ElectricalKing Soft Floor Layers Journey Level $49.431 5A 3J View King Solar Controls For Windows Journey Level $12.441 1. View King Journey Level $78.39 5C ix View King Stage Rio-o-ig Mechanics (Non Journey Level $13.23 1- View King Stone Masons Journey Level $57.32 5A im View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor King Surveyors Assistant Construction Site $62.71 7A 3K 8X View Surveyor King Surveyors Chainman $58.93 7A 3C 8P View King Surveyors Construction Site Surveyor $63.76 7A 3K 8X View King Telecommunication Technicians Journey Level $50.571 7E 1E View King Telephone Line Construction Cable Splicer $41.22 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B View Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B View Outside King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B View Outside King Telephone Line Construction Special Apparatus Installer 11 $40.41 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B View Outside (Heavy) I King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B View Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B View Outside I King Telephone Line Construction Television Lineperson/Instatter $29.13 5A 2B View Outside King Telephone Line Construction - Television System Technician $34.68 5A 2B View Outside King Telephone Line Construction - Television Technician $31.18 5A 2B View Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B View Outside King Terrazzo Workers Journey Level $52.61 5A 1M View King Tile Setters Journey Level $52.61 5A im View King Tile Marble Et Terrazzo Finishers Finisher $43.441 5A 1B View King Traffic Control Stripers Journey Level $46.23 ZA7A_ 1K View hft-ncz- //fr)rt-rP-zr- %A/;:I r- inn /-1 f%I n Page 16 of 16 King Truck Drivers Asphalt Mix Over 16 Yards $58.561 5D 3A 8L View King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L View King Truck Drivers Dump Truck $57.72 5D 3A 8L View King Truck Drivers Dump Truck Et Trailer $58.56 5D 3A 8L View King Truck Drivers Other Trucks $58.56. 5D 3A 8L View King Truck DrjvecLLBf, Mix Transit Mix $58.561 5D 3A 8L View King Well Drillers Et irrigation Pub Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers 11-i 1-,�no I, rdzj in I r%n I/i in n cn\/ /')A/')n 1 Q 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. j 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(I V2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The 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 Holiday 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). I. 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. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be 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: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control 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. i 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. I i i i 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