Loading...
HomeMy WebLinkAboutPK07-280 - Original - Quality Fence Builders - Fire Station 76 Chain Link Fence & Motor Gate - 10/01/2007 Records Managemolmrs� KENT Document WA SMINGTON a 3 CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact City Clerks Office. c Vendor Name: Z1q-,f--)"ndor Number: n JD Edwards Number Contract Number: [�KD7- $0 This is assigned by Deputy City Clerk - Description: Detail: �a� Project Name: Contract Effective Date: 07 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Managerl Y �. Tn Department: ps, / Abstract: 9 5 Public\RecordsManagement\Forms\ContractCover\ADCL7832 07/02 KENT WhSMINGTON PUBLIC WORKS AGREEMENT between City of Kent and Quality Fence Builders THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Quality Fence Builders organized under the laws of the State of Washington, located and doing business at 214 21 st. SE, Auburn, Wa. 98002, Mickey Kimmerle, 253-9398533 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications- At Kent Fire Station 76 provide and install Chain link fence and motor operated gate, located at 20676 72"d Ave S , in the City of Kent in accordance with the Bid Documents dated July 5, 2007, which is attached and incorporated as Exhibit A. I Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I 30 consecutive days from Notice to Proceed until substantial completion is achieved . III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Forty Seven Thousand dollars ($47,000), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. PUBLIC WORKS AGREEMENT- I (Over$]OK, under$50K, and Performance Bond) A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. PUBLIC WORKS AGREEMENT-2 (Over$10K, under S50K, and Performance Bond) E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed After termination the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a"Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39 12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims,below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction. interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. PUBLIC WORKS AGREEMENT-3 (Over$10K, under$50K, and Performance Bond) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to PUBLIC WORKS AGREEMENT-4 (Over$10K, under$50K, and Performance Bond) correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers 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 Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. 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 Agreement 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 Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. PUBLIC WORKS AGREEMENT-5 (Over$IOK, under$50K, and Performance Bond) XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. PUBLIC WORKS AGREEMENT-6 (Over$]OK, under$50K, and Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Oj d i4iJ ,9 • -6Ta t3d11z Prin am • Suzette Cooke Its pR�S 19�,nJ,' Its Ma or (Title) (Title) DATE:- ��7 DATE: �—�—0 7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Mickey Kimmerle Mike Hattrup, Project Coordinator Quality Fence Builders City of Kent 214 21 St. SE 220 Fourth Avenue South Auburn, Wa. 98002 Kent, WA 98032 253-939-8533 (telephone) (253) 856-5082 (telephone) 253-931-8604 (facsimile) (253) 856-6080 (facsimile) A OVED AS TO FORM: II Ke Law Went St 761'encecontrauqualttyfencmg PUBLIC WORKS AGREEMENT-7 (Over$10K, under$50K, and Performance Bond) 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 Agreement 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 Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, 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 Agreement, 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 Agreement 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 Agreement 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day ofCrY1�X! , 200-. By: C�G � For: QLA >L�4ry(A �ur��krL5 Title: F/Z6S 10104 Date: EEO COMPLIANCE DOCUMENTS- 1 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 Agreements 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 Agreement. 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. EEO COMPLIANCE DOCUMENTS-2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I,the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as 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 Agreement. Dated this day of 200_ By: For: Title: Date: EEO COMPLIANCE DOCUMENTS-3 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 1 PART 1 - GENERAL 1. 01 RELATED WORK For concrete, see Section 03300 . 1. 02 SCOPE OF WORK Provide fence framework, fabric and accessories; excavation for post bases; concrete anchorage for posts, manual gates, rolling gates and related hardware. 1 . 03 SUBMITTALS Submit shop drawings and product data under the provisions of Section 01340 . 1. 04 QUALITY CONTROL Installers : Only installers having a minimum of five (5) years experience in fabrication and installation of chain link fencing and gates on projects similar in size and scope are approved for this project . Gate Operator installer shall have a minimum of five years experience installing similar gate operating equipment, and shall be approved by the operator manufacturer. 1 . 05 WARRANTY Gate operator: Provide a five year manufacturer' s warranty against all defects in materials and on workmanship. Defective materials shall be replaced with new materials furnished by the manufacturer, at no cost to the Owner. Labor and other incidentals costs for repair and adjustment shall be covered by the installer for a period of two years from the Date of Substantial Completion. PART 2 - PRODUCTS 2 . 01 CHAIN LINK FENCE A. MANUFACTURER AND TYPE 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 2 Boundary Fence & Railing Systems, Inc . , Anchor Fence Co. , or approved. B. FENCE MATERIALS Framework shall be zinc-coated, Schedule 40 steel pipe conforming to the requirements of ASTM A120 . Fabric shall be zinc-coated steel conforming to ASTM A-392, Class I . Fittings shall be per ASTM F626 . Swing gates per ASTM F900 and rolling gates per ASTM F1184 . Galvanizing shall conform to the requirements of ASTM F1083 and shall be 1 . 8-ounces per square foot . All fence elements shall be galvanized, and vinyl coated in accordance with ASTM F668 Class 2B. C. CONCRETE Concrete for post bases and rolling gate ground track shall be as specified in Section 03300 of These Specifications . D. COMPONENTS FOR FENCE-galvanized and vinyl coated. 1 . Line Posts 2 . 375 inch O.D. 2 . Corner and Terminal Posts : 3 . 5 inch O.D. 3 . Swing Gate Posts: Gate Leaf Width Post O.D. To 6 feet inclusive 2 . 875" Over 6 to 13 feet 4 . 000" 4 . Posts for Rolling Gate: As recommended by the manufacturer. 5. Top and Brace Rail: 1. 66 inch O.D. 6 . Middle Rail: (Same as top rail) . 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 3 7 . Swing Gate Frames: In accordance with ASTM F900, Table 1. 8 . Rolling Gate Frame: In accordance with ASTM 1184 . 9 . Rolling Gate Wheels : One 7-inch diameter heavy duty wheel with sealed roller bearings, and one 6-inch V- groove wheel with roller bearings. 10 . Chain Link Fabric : 2-inch mesh woven from 9-gage, zinc-coated steel wire, top selvage, twisted; bottom selvage knuckled per ASTM A491 . 11 . Barbed Wire: 3 strands of barbed wire installed along top of chain link fence. 12 . Bottom Tension Wire : 6-gage galvanized single-strand steel wire . 13 . Swing Gate Hardware : Of certified malleable iron, hot- dip galvanized. Hinges of ball-and-socket design with full 180 degree swing from closed to open position. Single gate latches to permit gate to swing only one way. All gate latches with provision for padlock. Padlock by Owner. 14 . Line Post Bands : . 062" x . 375" flat aluminum alloy wire . 15 . Tie Wires for securing fabric to horizontal rails: 9- gage aluminum alloy. Hog rings for securing fabric to tension wire : 12-gage aluminum alloy wire. 16 . Caps : Caps shall be galvanized cast steel, sized to post dimension, set screw retained. 2 . 02 ROLLING GATE OPERATOR A. MANUFACTURER AND TYPE Equipment shall be heavy duty commercial type, rated 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 4 for 50, 000 cycles per year operation. Provide Elite Access Gate Operator Model SL-3000-UL with DC-1000 for emergency release; or approved. B. MOTOR 1/2 H. P. Leeson Motor, 120V. , AC-4/4AMP. C. KEYLESS ENTRY SYSTEM Provide keypad with gooseneck mounting post, set in concrete base. Provide Door King Digital Locks Model 1502 and mounting post, or approved. Provide 5 remote radio control devices for remote gate operation. D. LOOP DETECTORS Provide free exit loop and vehicle detector safety loops for each side of gate as manufactured by Intersection Development Corp. , or approved. E. SENSITIVE GATE EDGE Provide sensitive gate edge applied to leading edge of gate configuration and model required for rolling gate configuration. Provide gate edge as manufactured by Miller Gate Edge Co. , or approved. F. EMERGENCY EXIT OPERATOR Provide mushroom push-button in weatherproof enclosure on goose-neck mounting post . Model PB by Securitron or approved equal . G. ADJUSTABLE TIMER An adjustable timer (0-60 seconds) shall be integral to the control board to permit automatic gate closing; timer deactivation shall also be available to permit push open/close gate operation. The board shall provide inputs for exit loop, center loop, and safety loop detectors. 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 5 H. ADDITIONAL REQUIRED CONTROLS Inherent obstruction sensing allowing a closing gate to reopen when coming in contact with an obstruction and an opening gate to stop/reverse/stop when encountering an obstruction. Soft stop capabilities providing a more accurate gate cycle. I. WEEKLY PROGRAMMABLE ELECTRONIC TIMER: Gate operator to be supplied with integral programmable electronic timer, EMX Industries model DTM-9 or equivalent . PART 3 - EXECUTION 3 . 01 FENCE INSTALLATION Install framework, fabric, accessories and gates in accordance with ANSI/ASTM F567 and as indicated on the drawings . Install swing gates in accordance with ASTM F400, and rolling gate per ASTM F1184 . Fence shall be 6-feet in height as indicated on the drawings . Fence shall have 3 strands of barbed wire on top as indicated in drawings . Set terminal and gate posts plumb, in concrete footings as indicated on the drawings . Install center and bottom brace rail on gate leaves . Position bottom rail 2-inches above finish grade . Fasten fabric to top rail, braces and bottom rail with wire ties at a maximum of 15-inches on center. Attach fabric to posts osts with tension bars and tension bar g clips . Install 3 hinges per leaf, latch, catches, drop bolt and other necessary hardware . Install concrete center droprod retainer for double gates . 3 . 02 ROLLING GATE OPERATOR INSTALLATION A. SITE EXAMINATION Make sure that gate is operating smoothly under manual conditions before installation of gate operator. Do not proceed until gate is properly aligned and operates without binding. 143 EXHIBIT A SPECIFICATIONS SECTION 02880 CHAIN LINK FENCE AND GATES PAGE 6 B. INSTALLATION 1 . Install gate operator in accordance with the manufacturer' s printed instructions, current at the time of installation. Coordinate location of mounting pad and operator contract drawings, other trades, and shop drawings . 2 . Installer shall assure that the electric service delivered to the operator is appropriate for the operator. Coordinate electrical service for operator wattage. Provide stranded wire for controls. C. FIELD QUALITY CONTROL Test gate operator through ten full cycles and adjust for operation without binding, scraping, or uneven motion. Test limit switches for proper "at rest" gate position. Test and adjust all control devices and safety devices . Fully conceal all anchor bolts in the finished installation. D. TRAINING AND DOCUMENTATION 1 . Train Owner' s personnel in the general maintenance of the gate operator and all control and safety devices . 2 . Provide (3 EA. ) Operations and Maintenance manuals showing all components of the gate operator. END, SECTION 02880 143 EXHIBIT A SPECIFICATIONS SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 1 PART 1 - GENERAL 1 . 01 RELATED WORK For inspections and tests, see Section 01400 . For dampproofing, see Section 07150 . 1 . 02 QUALITY ASSURANCE A. BUILDING CODE Uniform Building Code, 1997 Edition. B. STANDARD SPECIFICATIONS 1. "Specifications for Structural Concrete for Buildings" , ACI 301-95, Latest Edition, with Selected ACI and ASTM Reference, SP-15 (95) , American Concrete Institute, Detroit, ACI Field Reference Manual . Available at the Washington Aggregates and Concrete Association, 18000 Andover Parkway West, Tukwila, WA. 98118 . 2 . "Placing Reinforcing Bars" , CRSI-WCRSI Recommended Practices, prepared under the direction of the CRSI-WCRSI Committee on Bar Placing, Concrete Reinforcing Steel Institute . NOTE: The above Standard Specifications shall be kept in the Project Field Office at all times . PART 2 - SUPPLEMENTAL REQUIREMENTS Work shall conform to all requirements of ACI 301-95, Standard Specifications for Structural Concrete, published by the American Concrete Institute, Detroit, Michigan, except as modified by the requirements of the Contract Documents . The following supplemental requirements are keyed to section numbers of ACI 301-95 . 2 . 1 SECTION 1 - GENERAL REQUIREMENTS 143 EXHIBIT A SPECIFICATIONS SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 2 Concrete shall incorporate the latest technologies in admixture usage to facilitate concrete with the best appearance and longest life possible . 1 . 6 .4 . 3 . Owner' s Testing Agency shall perform the additional services listed in this Section except concrete batch plant inspection is not required. 2 . 2 SECTION 2 - FORMWORK AND FORM ACCESSORIES 2 . 1. 2 . 2 Shop drawings for formwork not required. 2 . 2 . 1 .4 Premolded expansion joint filler shall be the bituminous type conforming to ASTM D 994 . Unless otherwise indicated, it shall be 1/2-inch thick and recessed a depth sufficient to allow proper installation of sealant and backer rod. Sealant shall be two component polyurethane, Type I, Class A sealant . Backer rod will be closed cell resilient foam of polyurethane of diameter 1/3 greater than width of joint . 2 . 2 . 1 . 6 Vapor barrier: Shall be reinforced, laminated polyethyene and kraft paper, rot resistant with the following properties (See 2 . 2 . 2 . 7) : -Perm rating 0 . 10 ASTM E 96 -Puncture resistance : 60 Beach Units, "Moist Stop" or approved equal. -Thickness : 6 mil 2 .2 .2 . 3 Earthcuts are permitted for footings providing the excavation is enlarged 3-inches on all sides and that the cut slope is properly protected against sloughing. 2 .2 . 2 . 5 . c Provide wherever exterior slabs abut vertical surfaces unless otherwise shown on drawings and not more than 15 feet apart in walks, exterior slabs, and 25 feet in curbs. In wall and slabs locate control joints where 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 3 indicated or as directed by Architect. Use nonstaining material of metal or plastic; formed to be removed without spalling concrete . In interior earth-supported slabs, use "Keyed Kold Joint" by Keycold, Inc . , or approved equal. Install in accordance with manufacturer' s recommendations . Hold metal joint from 1/16th inch to 1/8-inch below screed level . Seal vapor barrier at stake penetration. Ensure that joint form is adequately braced to avoid "tipping" . 2 .2 . 3 .2 Beveled corners shall not be provided at permanently exposed concrete surfaces, unless otherwise indicated. 2 .3 SECTION 3 - REINFORCEMENT AND REINFORCEMENT SUPPORTS 3 .2 . 1 . 1 Reinforcing supports bars: ASTM A615 or A706 3 .2 .1 . 5 Plain wire fabric : ASTM A185 3 .2 . 2 . 2 Welding not permitted. 3 . 3 . 2 .4 After cutting, tie wires shall be turned to the inside of the section and bent in such a manner that concrete placement will not force the wire ends to the exposed surface . The practice of driving nails into the forms for the purpose of supporting the reinforcing in any way is absolutely prohibited. 2 .4 SECTION 4 - CONCRETE MIXTURES 4 . 2 . 1 . 1 ASTM C618 pozzolanic mineral admixture or ASTM C989 blast furnace slag is permitted. 4 . 2 . 1.4 Air entraining admixtures ASTM C260 shall be used in all concrete exposed to weather. Water-reducing admixtures ASTM C494 shall be used in all concrete except footings . High-range water-reducing admixtures may be used. Approved admixtures by Master Builders: Micro-Air, MBVR, Pozzolith Types A & D, Pozzutec Type E, and Rheobuild Type F or G. Approved admixtures by the W.R. Grace Company: Darex AEA, WRDA Type A & D, 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 4 Daraccel Type E, and Daracem Type F or G. Submit equivalent product for approval. Provide certification of conformace to appropriate ASTM standard. Calcium chloride shall not be used as an accelerating admixture. 4 .2 . 2 . 2 Determine slump at point of placement. 4 . 2 . 2 . 3 Maximum aggregate size shall be 3/4-inch. Aggregate for brace tube fill shall not exceed 3/8-inch. 4 . 2 . 2 . 5 See 4 .2 . 1 .4 4 . 2 .2 . 6 Maximum allowable water soluble chloride ion content in all concrete shall not exceed 0 . 3 percent by weight of cement . 4 . 2 . 2 . 7 The temperature of concrete as placed shall not exceed 80 degrees F. 4 . 2 . 2 . 8 Required 28-day compressive strengths are given in the General Structural Notes. The water-cementitious materials ratio shall not exceed 0. 50 by weight. 2 .5 SECTION 5 - HANDLING, PLACING, AND CONSTRUCTING 5 . 1 . 2 . 2 .a Submit shop drawings for concrete reinforcement. Submit concrete mix and materials data. 5 . 1 . 2 . 2 .b Submit notification of concrete placement to the �I Owner' s Testing Agency at least 48 hours in advance. 5 . 1 . 2 . 2 . c Owner' s Testing Agency shall inspect and approve forming, rebar placement, adequacy of foundation soils prior to concrete placement . 5 . 3 . 1 .4 Subgrade soils and underslab drainage fill shall be compacted to at least 95 percent MPD. 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 5 5 . 3 . 1 .4 Vapor Barrier Placement. Place after granular fill is in place, level and compact. Place in maximum practical widths . Lap joint 18 inches . Tape all joints securely and continuously. Secure extra ply to penetrating items with suitable tape or mastic and lap out 12-inches all around. Turn up walls to within 1-1/2-inch from top of slab. Secure with suitable tape or mastic . Repair any punctures in membrane before placing concrete. Holes for screed pins will not be allowed. Seal as indicated in 2 . 2 . 2 . 5 . c 5 .3 . 2. 1 .c The temperature of concrete as placed shall not exceed 80 degrees F. 5 . 3 . 2 . 5 Place no vibrator within 2-1/2-inches of the face of the form. Interal vibration shall have a minimum frequency of 8000v/min with amplitude to consolidate effectively. Vibrators shall be inserted no further than 5 feet from the point of placement into forms as concrete is being placed. 5 . 3 . 2 . 6 Bond is required at construction joints. 5 . 3 . 3 Provide smooth form finish at exposed concrete surfaces . 5 . 3 . 4 Provide steel hard-troweled finish at interior floors . Verify the exact finish required at the Apparatus Bay before proceeding (fine broom finish) . Slabs to receive ceramic tile shall have steel trowel and fine broom finish, with no curing compounds used. Provide broom finish at exterior slabs . 5 .3 .4 . 2 .c All troweled slabs which are to remain either exposed or to receive resilient flooring shall be finished to not less than Class A tolerance and shall be free of sharp changes in plane, projections, or abrupt depressions . 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 6 5 .3 .4 .4 Dust Preventative Treatment. Provide treatment at all exposed concrete floors and concrete floors to be carpeted. Do not treat slabs to receive quarry tile with either sealer or curing compounds. Apply in three coats in strict conformance with manufacturer' s printed instructions . Approved products : Sonneborn "Sonosil" , others as approved by addenda. 5 . 3 . 6 . 4 The curing compound shall be applied to formed surfaces immediately after the forms are removed and prior to any patching or other treatment except the cleaning of loose sand and mortar and debris from the surface. The compound shall be applied in a single coat operation by short-nap roller or a high pressure paint sprayer at a uniform coverage using not less than 1 gallon for 400 square feet of surface. "Master Kure" by Master- Builders Inc . , or approved. For hot weather concreting, an evaporating retardant and finishing aid may by applied after bull floating and before floating and troweling operations begin. Another application may be used between floating and troweling if needed to prevent surface drying. Master Builders "Confilm" or approved. Concrete surfaces which have been subjected to rainfall within 3 hours after curing compound has been applied shall be re-coated by the same method used at the coverage specified. Surfaces coated with curing compound shall be kept free of foot traffic and from other sources of abrasion and contamination during the curing period. 2 . 6 SECTION 6 - ARCHITECTURAL CONCRETE 6 .3 . 7 .4 Applied color finish at designated exterior slab areas shall be a hand applied hardener including a blend of 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 7 cement, light-fast pigments and aggregates. Brickform Color Hardener, or approved. Water in the concrete mix shall be kept to the minimum compatible with placement and finishing. Minimum slump shall be 411 . Concrete shall not have admixtures containing calcium chloride. Areas to receive color hardener shall be separated from adjacent non-colored areas by a construction joint. After the concrete has been placed, screeded, floated and excess bleed-water has disappeared from the concrete surface, apply colored hardener at the rate of 60 pounds per 100 square feet in two applications . The first shall be at the rate of 40 pounds per 100 square feet. The second shall be at the rate of 20 pounds per 100 square feet . Carefully apply to assure complete and uniform coverage and to restrict the color to the designated area. Wood float the surface after the first application, but do not trowel . After the second application, finish as for other exterior slabs. Do not hard trowel or over-trowel. Do not apply additional water to the concrete surface during finishing. All water shall be from the concrete. Do not cure with plastic sheeting, membrane paper or water misting. Use NOISH-approved dust respirator to prevent dust inhalation, use rubber gloves to protect the skin and safety eye goggles when applying or in close proximity to the application of color hardener. When cured coat with a clear acrylic sealer. 2 . 7 SECTION 7 - LIGHT WEIGHT CONCRETE Not used. 2 . 8 SECTION 8 - MASS CONCRETE Not used. 2 . 9 SECTION 9 - PRESTRESSED CONCRETE Not used. PART 3 - EXECUTION 3 . 01 GENERAL Concrete and reinforcing steel shall be provided per 143 EXHIBIT A SECTION 03300 CAST-IN-PLACE CONCRETE PAGE 8 the referenced Standard Specifications . 3 .02 TOLERANCES A. FORM OFFSETS Provide Class A for exposed concrete and Class D where roughness is not objectionable . B. Floor finish tolerances shall conform to ACI 117 "Flat" requirements, unless indicated otherwise. END, SECTION 03300 EXHIBIT B 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. 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. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors,products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liabilityinsurance policy with P Y respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. 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. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products- completed operations aggregate limit. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance: 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. 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. F. Acceptability of Insurers Insurance is to be placed with insurers with a current AM 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. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Exhibit B (Continued) 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 :;ame insurance requirements as stated herein for the Contractor. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works protects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 wr:�,e*.xx.x,r+w*,t****w+«.w.,rw*w,►www+e*.,t.**.w.w«,r.*x*.:,�...�*..****w*wee*wrw+'*�**.****«*+*.w,e,r«*wt,e«r,t**,t**.* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 11M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $4247 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $1667 1 CARPENTERS ACOUSTICAL WORKER $41 43 11M 5D BRIDGE,DOCK AND WARF CARPENTERS $41 33 1M 5D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $4131 1M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS,DRIVING,PULLING, PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $4140 1M 5D SHINGLER $4140 1M 5D STATIONARY POWER SAW OPERATOR $41 40 1M 5D STATIONARY WOODWORKING TOOLS $4140 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 11M 5D DIVERS&TENDERS DIVER $8575 1M 5D SA DIVER TENDER $4422 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 81. LEVERMAN, HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Pagel I KING COUNTY Effective 03-03-07 r+*�,ro-,r•rr***w,►w+re«�nenni„tt*rrww*,e,r*wr•ww�,e*«*r**.*,rx**,t xx*xr*t*«�**,r*,r*�,kr**,t**t*�xa*,rw,.:,er*««*+,ens*.x:* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $50 53 1 D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3592 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 8B 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 60 MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $2968 1M 5D GLAZIERS JOURNEY LEVEL $4241 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 6.1 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 56 COOK $3190 1K 5B DECKHAND $3159 1K 5B ENGINEER/DECKHAND $34 37 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEY LEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 5D BALLAST REGULATOR MACHINE $3436 1M 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $3436 1M 5D BRUSH HOG FEEDER $3436 1M 5D BURNERS $3436 1M 5D CARPENTER TENDER $3436 1M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MANOR DRY SHACKMAN $3436 1M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 1M 5D CHUCKTENDER $3436 1M 5D CLEAN-UP LABORER $3436 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 5D CONCRETE FORM STRIPPER $3436 1 M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1 M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $3436 1 M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1 M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1 M 5D EROSION CONTROL WORKER $3436 1M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1M 5D construction debris cleanup) FINE GRADERS $3436 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER - $3436 1M 5D GABION BASKET BUILDER $3436 1M 5D GENERAL LABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 rwwwwwww�wwwwwww*+ewwwwweww,rwwwwwwwwwww�wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL A $3520 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $34 84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $3520 1M 5D HOD CARRIER/MORTARMAN $3484 1M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 1M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1M 5D MINER $3520 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1 M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 51) PILOT CAR $29 68 1 M 5D PIPE POT TENDER $3484 1 M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $3520 1M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1M 5D POWDER MAN $3520 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 1M 5D RAILROAD SPIKE PULLER(POWER) $3484 1M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1 M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1 M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 5D TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACKLABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 5D PIPE LAYER $34 84 1 M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEY LEVEL $41 23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (3 YO&UNDER) $42 35 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $43 39 1T 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1T 5D 8L BACKHOES, (OVER 75 HP) $42 35 IT 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1T 5D 8L BOBCAT(SKID STEER) $39 57 1T 5D 6L BROOMS $39 57 1T 5D 8L BUMP CUTTER $42 35 1T 5D 8L CABLEWAYS $42 84 1T 5D 8L CHIPPER $42 35 1T 5D 8L COMPRESSORS $39 57 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1T 5D 8L CONCRETE PUMPS $41 93 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1T 5D 8L CONVEYORS $41 93 1T 5D 8L Page 5 KING COUNTY Effective 03-03-07 r*,e,e.**.w**w**r**+*kw•«**.w*+xxkx.re*.::«tr**..***:r.t+�..*.«*+*,try*wx*.**r**«*�«xx*+ex.*«w**.*,r***xw+r:r•*,r,+ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $42 84 1T 5D 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1T 5D 81. WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1T 5D 8L CRANES OVER 300 TONS OR 300'OF BOOM INCLUDING JIB WITH 4 2 IT 5D 8L, $4 5 ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43 39 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1T 5D 8L CRUSHERS $42 35 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1T 5D 8L DERRICK,BUILDING $42 84 1T 5D 8L DOZERS, D-9&UNDER $41 93 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1T 5D 8L DRILLING MACHINE $42 35 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1T 5D 8L GRADE ENGINEER $41 93 1T 5D 8L GRADECHECKER AND STAKEMAN $39 57 1T 5D 8L GUARDRAIL PUNCH $42 35 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1T 5D 81. HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1T SD 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1T 5D 81. HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1T 5D 81. HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1T 5D 81. LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1T 50 8L LOCOMOTIVES,ALL $42 35 1T 5D 81. MECHANICS,ALL $42 84 1T 5D 81. MIXERS,ASPHALT PLANT $42 35 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $42,35 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 IT 50 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1T 50 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1T 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1T 5D 81. PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1T 5D 8L POWER PLANT $39 57 1T 5D 8L PUMPS,WATER $39 57 1T 5D 8L Page 6 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9, D-10,AND HD41 $42 84 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1T 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1T 5D 8L ROLLAGON $42 84 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1T 513 8L ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $41 93 1T 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1T 5D 8L SAWS,CONCRETE $41 93 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1T 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1T 5D 8L SCREED MAN $42 35 1T 5D 8L SHOTCRETE GUNITE $39 57 1T 5D 8L SLIPFORM PAVERS $42 84 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1T 5D 8L SUBGRADE TRIMMER $42 35 1T 5D 8L TOWER BUCKET ELEVATORS $41 93 1T 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1T 5D 8L TRACTORS, (OVER 75 HP) $42 35 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1T 5D 8L TRENCHING MACHINES $41 93 1T 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41 93 1T 5D 8L TRUCK CRANE OILERIDRIVER(100 TON&OVER) $42 35 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1T 5D 8L YO YO PAY DOZER $42 35 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53 01 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41 14 1E SP RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEYLEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $53 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 76 1B 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZOITILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $3578 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 2B 5A HOLE DIGGER/GROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $2989 2B 5A SPECIAL APPARATUS INSTALLER 11 $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 w++,r■w.**.�*,r*W*****r.****+x*x*****+*,r.***�*wx*x*+«*+*,rr*.*�+�*r*xw+r*.*w,x.�,r*wxx*wrx+ter.**.**«*t+**e.r«*+ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 2B 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSOWINSTALLER $21 17 2B 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $4033 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 BIDDER'S NAME iX �eP_ ».Ie�eRs CITY OF KENT KING COUNTY,WASHINGTON BID DOCUMENTS FOR City of Kent Fire Station 76 Install Chain Link Fence and Gates BIDS ACCEPTED UNTIL August 21, 2007 10:00 A.M. BID OPENING August 21,2007 10:15 A.M. AT CITY OF KENT CITY HALL KENT, WASHINGTON Mike Hattrup Project Coordinator KEN T WAEHIHOTON ORDER OF CONTENTS FOR BID PACKAGE Call for Bids Declaration—City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2—Minority and Women Contractors Bid Form and Signature Sheet Subcontractor List Statement of Bidder's Qualifications Bid Bond Form Combined Affidavit& Certification Form: Non-Collusion, Minimum Wage (Non Federal Aid) Bidders Check List CALL FOR BIDS Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's Office, August 21, 2007, 10:00 A.M. as shown on the clock located in the City Clerk's Office first floor of Kent City Hall, 220 4 h Avenue South, Kent, Washington. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4'° Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be considered. All bids will be opened and read publicly aloud at 10:15 A.M. for the City of Kent project named as follows: City of Kent Fire Station 73 Chain Link Fencing and Motor Operated Gate. The project consists of Fire Station 76 Chain Link Fencing and Gates as outlined in the drawings and specifications dated July 5,2007. Copies of the Plans and Special Provisions may be purchased for a non-refundable cost of$25.00 for each set. Bid documents may be obtained by contacting City of Kent Parks Facilities Department, (253)856-5080, 400 W. Gowe, Kent, Washington. There will be a mandatory walkthrough on August 14,2007 1:30 PM at Kent Fire Station 76, 20676 72°d Ave.S.,Kent,Wa. The Architect's estimated range for this project is approximately $60,000. For technical questions, please call Mike Hattrup, City of Kent Project Coodinator,253-856-5082. A bid bond in the amount of 5%of the bid is required. 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 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. No bidder may withdraw his/her bid for a period of six (60)days after the day of bid opening. Dated this I" day of May, 2007. BY: Brenda Jacober, City Clerk Published in Kent Reporter on August 8, 11,and 15, 2007 Dailv Journal of Commerce on August 6, 13 and 17, 2007 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 outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 1 day of ALc C,S^ 2007 For: (n wr N -r fF rt.c-p- Zc.-L O Qi Title: Geij A4---,cLC eA- �J l Date: X 1- 0 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 give 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 b the Directors of Planning, Parks and Public p PP Y g> > 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. BID FORM Proj ect: City of Kent Fire Station 76 Chain Link Fencing and Gates 20676 72"d Ave. S. Kent, Wa. Consultant: Mike Hattrup, Project Coordinator 220 4 h Ave. So. Kent, Wa. 98032 Contact: Mike Hattrup 253 856-5082 To the City of Kent, Having carefully examined the Drawings and Project Manual prepared by Mike Hattrup, City of Kent Project Coordinator, dated July 5, 2007 I/WE name C2c i� ce �� QJ� have examined the ( ) site at 20676 72"d Ave. S., Kent, and correlated the drawings to the site and understand the present conditions as well as the requirements of the Construction Contract, and propose to furnish all labor and materials for the City of Kent Fire Station 76 Chain Link Fencing and Gates In submitting this Bid, I agree: 1. To hold my Bid open until thirty (30) calendar days after the actual bid opening 2. To enter into and execute a contract, if awarded on the basis of this bid, on City of Kent Public Works Agreement,and to furnish proof of insurance as required by the project document 3. To complete the work in accordance with the Project Documents. 4. That the Owner has the right to waive any informalities in the bidding or to reject any or all bids. 5. TOTAL BASE BID: For Base Bid as defined in specifications. The sum of(excluding WSST) QJ Written fo G n f S c��T�n�5+�•vcl 70 d dollars ($ ' 9 000.m y). 6. OVERHEAD AND PROFIT: The undersigned agrees that all of the above named Base Bid includes all Contractor's overhead and profit for fee. 7. SALES TAX: The above Base Bid do not include Washington State and local sales tax. Bidder e tl e�, Kim M e11,A Address o�t�l X t S I S'C Signature City State Zip Gm / up ;L 3- 739 - F-3�33 (o C9(J - -),(3r Title Telephone �t art Washington State Registration Receipt of Addenda numbered / through is hereby acknowledged. The Project construction time shall be 30 consecutive days from Notice to Proceed until Substantial Completion is achieved. END OF BID FORM SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30.060 Pursuant to RCW 39.30.060, list each subcontractor that shall perform the following listed subcontract work amounting to more than 10% of the total bid contract price, less applicable sales tax. List each bid item to be performed by each designated subcontractor in numerical sequence. This subcontractor list must be fully completed, signed and delivered no later than the time for bid opening. If no subcontractors will be performing 10% of the work, indicate this by writing "None" and signing this form. PROJECT NAME 'V,/kt0- JA L (t, iL Fe-tice_ CONTRACTOR' SIGNATURE �lie Subcontractor Name Item Numbers _ Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers STATEMENT OF BIDDER'S QUALIFICATION To be filled in by the Bidder. Each contractor bidding on work included in these contract documents shall prepare and submit the data requested in the following schedule of information: The City will use information offered by the Bidder in this Statement as a significant factor in determining whether the Bidder is responsible and able to perform the contract work. This data sheet must be included in and made a part of these Bid Documents. 1. Name of Bidder: ST 2. Business Address: l f S E l✓e 0062 3. How many years have you been engaged in the contracting business under the present firm name? r l v2-S 4. Contracts now in hand. Gross amount: 5. General character of work performed by your company: �- Gc�Te.S 6. List several recent construction projects completed by your company, including approximate costs and name and phone number of Project Engineer or Owner: Sr Pr,"� rs'J►e rl 7. List your major equipment: F S 50 s�c'<eS C V 1 8. Bank references: C'_m C c.-w �c c. ycva 9. Bonding Company: 71°A 6 21 CJ-LS CA S(,A 1 co BTl') BOND FORM KNOW ALL MEN BY THESE PRESENTS: That Wel QUALITY FENCE BUILDERS, INC. as Principal, and TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA , as Surety. FIVE PERCENT (5%) are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of of AMOUNT BID Dollars, for the payment of the which the Principal and the Surety bond themselves, their heirs. executors,administrators, successors and assigns,jointly and severally, l y these presents. The condition of dhis obligation is such that if the Obligee shall make any awed to the l`rirnlptd for CITY OF KENT FIRE STATION 76 INSTALL CHAIN LINK FENCE AND GATES According to the terms of the propasQ or bid made by the Principal therefor, and the Principal shall duly make ;and enter into a contact with the Obligee in accordance with the terms of said proposal or bid anJ 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 cell for bids, then this obligation shall he null and void, otherwise it shall be and remain in full force and effect and the Surety shall forthNA ith pay and forfeit to the Obligee, as penalty and liquidated damaged,the amount of This bond. SIGNED,SEALED Aral:}DATED THIS 21 DAY Ol AUGUST_ 2007. PRI':OIPAL _.._.�. l ltif 1Y VICTORIA B. McBRIDE ATTORNEY-IN-FACT i00T Received return of deposit in the sums of WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218835 Certificate No.O O 17 2 O 12 3 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of Amenca are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Companv is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Victoria B McBride,Paula M McCoy,and Ruth M Cox of the City of Seattle State of Washington their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permuted in any actions or proceedings allowed by law , n• a 4 IN WITNESSI WHEREOF,the Comparn&Ove caused this instrument to be}signer and their cc, rate seals to be hereto affixed,this 3fd day of JJ y [UuUr� Farmington Casualty Company F St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company -�' St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company 1 pwSUq[t` [�`� YN�v,..� SWFly '�N•[a4' eO�,,M iMSG9 4JpY,xSUggy 'Jttiv nyn q4 $¢yyAMC W[ry _ctJtY'l{b id'AEG' 1 JI! "'^-•.•Ntll O`N ®Z �jEOCP OPI)r�m pP C�iOMgle 01 g • a �BJr� m� � SEAL,oi i� SEAL .z n� � F � OFnfa �•�s�uct� °lS.A�f s1r `���� ��[b+ y+•� A� �f-�/ar/� . t State of Connecticut By City of Hartford as /George6iThompson, (tor ice President On this the 3rd day of July 2007 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc,Seaboard Surety Company,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Meicury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidehty and Guaranty Company,and that he,as such, being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer p•TET In Witness Whereof,I hereunto set my hand and official seal TAfl QA�A C • V�� My Commission expires the 30th day of June,2011 per*`G t► Mane C Tetreault,Notary Public �s 58440-8-06 Printed in U S.A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER City of Kent Combined Affidavit&Certification Form: Non-Collusion,Minimum Wage(Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any perm not therein named,and further.that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid,or any other person or corporation to refrain from bidding,and that deponent bas not in any mariner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND NM4MUM WAGE AFFIDAVIT FORM 1, 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 a3 set forth therein is true to my knowledge and belief FOR, NON-COLLUSION AFFIDAVIT AND M MIUM WAGE AFFIDAVIT C. C i t.A.) 0Coi C_k#.tN(L#_d MiJURtn. NAME OF PROTECT NAME OF BIDDER'S FIRM NATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me this dag 2007. �� •�agrpa . � Note is ' y tlt i'a of Washington, residtns� � WWAV10,,01 9 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 Bidders Name...................................0 Tableof Contents Sheet...........................................................................................0 Callfor Bids..............................................................................................................0 Contractors Compliance Statement.......................................................................0 Date................................................................................................................0 Have/have not acknowledgment.................................................................0 Signature and address.................................................................................0 Proposal......»..»........................................................................................................0 First line of proposal—filled in...................................................................0 Unit prices are correct and written in words............................................0 Subcontractors Listing............................................................................................0 Subcontractors listed properly...................................................................0 Signature.......................................................................................................0 Statement of Bidder's Qualifications filled out by bidder...................................0 Proposal Signature Page..........................................................................................0 AllAddenda acknowledged.........................................................................0 Date, signed and addressed.........................................................................0 BidBond Form.........................................................................................................13 Signed, sealed and dated .............................................................................0 (Amount of bid shall equal 5% of the total amount bid and shall be shown in both words and figures) Non-Collusion Affidavit............»............................................................................0 Signed, dated and notarized........................................................................0 Bidder's Checklist....................................................................................................0 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. Quality FENCE BUILDERS, INC. Recent Major Projects General Contractor Contact Name Project Absher Construction Co. James Christensen Monroe Prison 1001 Shaw Road (253) 845-9544 16694— 177th Ave SE Puyallup, WA 98372 Monroe, WA 98272 Owner- Washington State Dept. of Corrections Architect: Integrus Architecture Scope of Work: Furnish and install Exterior Security Chain Link Fence, Gates and Razor Wire ContractAmount: $363,725 23 Estimated Completion: March 2006 Gary Merlino Construction Co. Bob Pipinich North Bus Yard 9125 — 101h Ave South (206) 762-9125 6`h Ave S. Seattle, WA 98108 Seattle, WA 98104 Owner- King County Dept. of Transportation Architect: King County DOT Scope of Work: Supply and install 7' high and 20' high Chain Link Fence and Gates Contract Amount: $242,740.00 Estimated Completion: March 2006 Kiweit Pacific Company Ed Shep S. 48th Street to Pacific Avenue PO Box 1769 (360) 693-1478 Tacoma, WA Vancouver, WA 98668-1769 5r- Owner• Washington State Dept. of Transportation Architect: King County DOT Scope of Work: Furnish and install Cable Fence and Coated Chain Link Fence and Gates ContractAmount: $447,374.00 Estimated Completion: April 2006 Walsh Construction John Gilson Greenbrle Hope VI 509 Fairview Avenue North (425) 455-2570 245 SW 97t Place Seattle, WA 98109 511-3130 Seattle, WA Owner. King County Housing Authority Architect: GGLO Scope of Work: Furnish and install Tubular Aluminum Fence ContractAmount: $161,512.00 Estimated Completion: April/May 2006 ICON Materials Bruce Harjehausen Terminal 7 Redevelopment PO Box 88050 (206) 574-3915 Port of Tacoma Terminal 7 Tukwila, WA 98138-2050 Tacoma, WA Owner: Port of Tacoma Scope of Work: Supply and install Chain Link Fence and Gates and Pipe Bollards ContractAmount: $252,265.30 Estimated Completion: February/March 2006 Tucci & Sons,Inc. Michael Frizette Terminal 3 & 4 Redevelopment 4224 Waller Road (253) 922-6676 Port of Tacoma Tacoma, WA 98443-1009 Tacoma, WA Owner: Port of Tacoma Scope of Work: Furnish and install Chain Link Fence, Gates, Turnstile and Barbwire and remove existing Fence I ContractAmount: $187,355 00 Estimated Completion• February/March 2006 11Sahaleelcschramm\DATA\WORD\SmallWorkslmajor projects-current doe Page 1 of l PERMRMANCE BOND TO CITY OF KENT BOND #104923794 K'OW ALL MEN BY 1WESSE PRESL:, ; 'J'haj 54,e, the Undersigned, _Quality Fence Builders, Inc. as Principal, and Travelers Casualty and Surety Company of America T a Corporation organized and existing under U-,-. laws of the State of C as a Surety Corporation, and qualifited under the laws of the State of Washington to become Surety upon boads of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firrily bound to the CITY OF UNIT in the penal suns of S 51,183.00 together with Vd I —- -- --I � th an. a justments, up or dowm, in the total contract price of changes in the watmct work, for the pa,,mcrit of which sum on dernand we Had our-se[ves and our successors, heirs, adminiwators or personal I repre ur senta3 es, as ft case may be. T'hi� oH,igauon is marred into in p�xsuancc of the statutes of the State of WasiLington, and the Codes and Ordinances of the CITY OF KENT. the conditions of the above obligation are such that. WHEREAS, under and pursuant to a motion, duty made, seconde and passed by the Ca-V Gauncil of ihe City of Kern, 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 Qoi,iiai providiag fair construction of the City ofKent Fire Station 176 Chain LinA Fencing and Gates (which, contract is referred to herein and is made a pan hereof as though attached hereto). and WITEREAS, the Principal has accepted, or is about to accept, the convact, and undertake to I I p,:-,fbnq) the work therei n provided for in the manner and withirt the tin set forth: PACT , TWO WFMISSE s: Quality Fence Builders, Inc. �kkV V v� DA�i IL,, 0 7 DATE: -Aare f fQ,�f� C01WORATE SEAL: Travelers Casualty and Surety Company of SATE ._� L1a s_ __-� __.�_ __. .._�___,.____ __ ____ — S�,IIi; America CORPORATE SEAL: E�`; Victoria B. McBride, Attorney-in-Fact DATE 09/18/2007 TITLE Attorney-in-Fact ADDRESS: 2101 4th Ave. , Suite 600 Seattle, WA. 98121 CERTIFICATE AS TO CORPORATE SF—AL I hereby certify tbat I am the (Ass-"ruant) Secretary of the Corporation named as Principal in the within Bond-,that Who,signed the said bused or, behalf olthe Principal Y���41��is_��c_ Of tast sa..i Corporation, neat 1 know his signature thereto is genuine, and that said Bond was duly signed, scaled, and attested for and in behalf of said Cxporauon by auth�7nt� PERFORMANCE BOND PAVE 2 NOIA , THEREFORE, for non-FRWA project only, if the Principal shall faithl'uIly perform all the provisions of said contract in die mariner and within the time hetein set forth, or mailun such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, st bcontractors. and niatcrial men, ari,: ad persons v.,ho shall suppl) d;r, Principal or stjbt-oatrZACI.(,rS with provisions and supplies for the carrying on, of said work and shall indemnify and hold the UTY 0.1, KENT harmless from any darnage or expense by reason of failure of perfornmCe as specified ir, said contract or ftom defects appearing or developing in the material or workmanship pro%i,i�--d or performed under sjjd coat:act ,-�,iuiirta period of one year after its a"eptzon,�., lby the CITY OF KENT, then and in that e�ent this oblisrat"on shall 'be void, but otherxVLse it shall be xid remain in full force aid effect, IN VoITNESS WIEREOF, tile above bounden parties have executed this instrument under their separate seals. The name and corporate se4 (if required by, Jaw) of each corporate party is hereto affixed and duly signed by its undersigned r,.-presentatives pursuant to authority of its goverroing bodv (SIGNATURES ON FOLLONVING PAGE) ----—---------- WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St Paul!Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218835 Certificate No-0 017 2 014 2 KNOW ALL MEN BY THESE PRESENTS,That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company,and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duty organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Victoria B McBride, Paula M McCoy,and Ruth M Cox of the City of Seattle State of Washington their true and lawful Attorney(s)en-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and esecuang or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IAN< 3rd IN WITNEM WHEREOF,the Comp ave caused this instrument to be signed and their corporate seals to be hereto affixed,this day of Farmington Casualty Comp'Jtti ,t-- 'I y St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Compauy_w St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company�q1j AtY `APE 6 4,➢ :O\'� �.YyG91 //411 a�oXSUgg4% PJ•�YY ANp qL OnMRM WA� ° � :Lp�� A� State of Connecticut By City of Hartford ss Georg Thompson, mor ice President 3rd July 2007 On this the day of , before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc,Seaboard Surety Company,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer In Witness Whereof,I hereunto set my hand and official seal TAl1 \"W wh C • iv"'^^^^"4 My Commission expires the 30th day of June,2011 p�L1G * Mane C Tetreault Notary Public 58440-8-06 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directoi s of Farmington Casualty Company,Fideht, and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marne Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company Travelers Casualty and Surety Company Tiavelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED, that the Chairman,the President,any Vice Chairman, any Executive Vice President,any Senior Vice President, any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,reeogmzanees,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman any Executive Vice Resident,any Senior Vice President or any Vice President, any Second Vice Piesident,the Treasurer,any Assistant Treasurer the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company s seal by a Secretary or Assistant Secretary or(b)duly executed(under seal if required)by one of more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or mote Company officers pursuant to a written delegation of authoiuy, and it is FURTHER RESOLVED,that the signature of each of the following officers Piesident any Executive Vice President any Semoi Vice President,any Vice Piesident, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-m-Fact for purposes only of exeeuttng and attesting bonds and undeitakings and other writings obligatory in the nature thereof,and any such pewee of attorney of certificate bea*mg such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be Valid and binding on the Company in the future with respect to any bond of understanding to which it is attached AA I,Knit M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of AnMILd,and Unilco Stares Fidelry and Guaianty Conip,ah do heieby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies u Inch is in full force and effect and has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this lL day of -T£ ,_0 L Kon M JohansoVAssistant Secretary 0A1 OJ°��//�'�'� riw raaq)SFAL `s rwn `a To verify the authenticity of this Power of Attomey,call 1-800-421-3880 or contact us at www stpaultravelersbond com Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 09/25/2007 16:59 253-931-9604 QUALITY FENCE BUILDS PAGE 02/04 3 DATEIMMIDO/YYYYI ACOR - CERTIFICAT OF LIABILITY INSURAN._"d UAL-16 09 13 07 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brown & Brown - Seattle HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 2101 4th Avenue, Suite 600 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Seattle WA 98121 Phone: 206-956-1600 Fax:206-956-9600 INSURERS AFFORDING COVERAGE NAIC9 INSURE INSURER& Continental Western Ins CO INSURER 8- quality Pence Builders Inc. INSURER _ ennifer Saalfeld P O BOX 854 INSURER _ Auburn WA 98071-0854 NsuRERE COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEC ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER OOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE'SSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSRIS TYPE OF INSURANCE POLICY NVMBER DATE MMIDDM' DATE MMR)DlYY QUITS GENERAL LIABILITY EACH OCCURRENCE — S 1,000,000 A X X COMMERCIAL GENERALLIABILITY CWP2402715 01/15/07 01/15/08 PREMIib(E5o urenL1)_, S100,000 CLAIMS MADE F 'OCCUR MED EXP(Any dnn DO=N S 5, 0 0 0 A Ded $500 PD PERSONAL BAOVINJURY 51,000, 000_ GENERAL AGCREGATE 8 2,0 0 0,0 0 0 GEN L AGGREGATE LIMIT APPLIES PER' PRODUCTS-COMP/OP AGG I S 2, 0 0 0,0 0 0 ~,POLICY X JET F7 LOC I lEmp Ben. 1,000,000 AUTOMOBILE LIABILITY COMBINED S NGLE LIMIT S1,0DO,000 A X ANY AUTO CWP2402715 01/15/07 01/15/08 (E"C"dem) ALL OWNED AUTOS BODILY INJURY S SCHF_D.II,ED AUTOS (Per p,y ) — M HIRED AUTO; BODILY INJURY S NON-OWNED AUTOS (Prr Acndenq PROPERTY DAMAGE S (Prr acoOenq GARAGE LIABILITY AUTO CNL1-EA ACCIDENT S ANY AUTO OTHER THAN EA ACC AUTO ONLY AGG S EXCESS/UMIII LIABILITY EACH OCCURRENCE 3 ~^ CCCUR hI CLAIMS MADE AGGREGATE 3 S DEDUCTIBLE RETENTION f I S WORKERS COMPENSATION ANO TORY LM TS 'PR _ A EMPLOYERS'LIABILITY CWP2402715 01/15/07 01/15/08 ELEACHACCIDENT I x1,000,000 ANY PROPRIETOR/PARTNERIEXECUTIVE OPFICER/MEMBER EXCLJOED7 WA STOP GAP E L DISEASE EA EMPLOYEE S 1, 000,000 HAS dew1be under - SPECIALPROV'SIONSDdIO.o EL DISEASE-POLICY LIMIT S 1,000,000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT]SPECIAL PROV'SIONS RR: City of Rent Fire Station 76 Chain link fencing and gates City of Kent, ita officials, employees and volunteers are added as additiona inaured. Primary & non-contributory and waiver of subrogation coverage applies. -------------- CERTIFICATE HOLDER CANCELLATION CITY-4 6 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 220 Fourth rth Ave S. City Kent IMPOSE NO OBLIGATION OR LIABILITY OF ANY III UPON THE INSURER,ITS AGENTS OR Kent WA 98032-5895 WYRESENTATNES. aurnor,�ED-RrPRzseN J � ACORD 25(2001106) (DACORD CORPORATION 1988 09/25/2007 16. 59 253-931-8604 QUALITY FENCE BUILDE PAGE 03/04 POLICY NUMBER CWP2402715 COMMERCIAL GENERAL LIABILITY CG20371001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you are required to name as an additional Insured on this policy under a written contract or agreement. Such written contract or agreement must be executed prior to the"bod- ily injury" or"property damage". No such person or organization is an insured with respect to any occurrence that takes place after expi- ration of the written contract or agreement between you and such person or organization Location And Description of Completed Operations: As agreed to in writing in the contract or agreement requiring the person or organization to be added as an additional insured on your policy. Additional Premium: (If ro entry appears above. information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement ) Section II — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products-completed operations haz- ard" CG 20 37 10 01 0 ISO Properties, Inc , 2000 Page 1 of 1 0 09/25/2007 16:59 253-931-8604 QUALITY FENCE BUILDS PAGE 04/04 POLICY NUMBER-CWP2402715 COMMYRCIAL GENERAL LIABILITY CG 24 04 10 93 THIS ENDORSEMENT CHANGES T14E POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies msuranee provided under the following- COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization who requirev this endorsement under a written contract or agreement. Such written contract or agreement must be executed prior to the"bodily injury"or"property damage". (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHFRS TO US Condition(Section IV-COMMERCIAL GENERAL,LIABILITY CONDITIONS)is amended by the add,_tion of the following We waive any right of recovery we may have against the person or organization shown in the Schedule above because of paymerts we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the "produce-completed operations hazard" This waiver applies only to the per- son or organization shown m the Schedule above CG 24 04 10 93 Copynght,Insurance Services Office,Inc, 1992 Page I of 1 1 a Jtatement of Intent to Pay Prevailing Wages Page 1 of 1 Prevailing Wage Section Department of Labor& Statement of Intent to Pay Industries PrevailingWage PO Box 44540 g Olympia,WA 98504-4540 (360)902-5335 Received: Intent Id: Status: 09/14/2007 165393 Approved on 09/14/2007 COMPANY Company QUALITY FENCE BUILDERS INC Information: QUAUFBI07DF 601 206 501 558,734-01 PO BOX 854 AUBURN,WA 980710854 (253)939-8533 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency: KENT,CITY OF 220-4TH AVE S KENT,WA 98032-5895 County: KING Multiple Counties?No City: Kent Project Name: Kent Fire Station 76 Contract Number: Bid Due Date: 08/21/2007 Award Date: 09/04/2007 Prime Contractor: QUALITY FENCE BUILDERS INC QUALIFB107DF (253) 939-8533 Does Your Company Intend To Hire No Subcontractors To Perform Ail Work? Does Your Company Intend To Hire Any Yes Subcontractors? Apprentices? No $Amount: $47,000.00 Time and Materials No Number of Owners 0 Filed by: JENNIFER SAALFELD EMPLOYEES' WAGES Journey Level TradeslOccupations County Trade Occupation Wage Fringe #Workers KING IFENCE ERECTORS FENCE ERECTOR $18.71 $0 00 1 KING IFENCE ERECTORS FENCE LABORER $12.77 $0.001 1 https://transact.wa.gov/LNI-PWIA/Intent/IntentPrint asp?ID=165393 9/14/2007