Loading...
HomeMy WebLinkAboutPW12-115 - Original - Puget Paving & Construction, Inc. - 2012 Asphalt Grinding Project - 06/01/2012 44 Oecords MIi eme : KEN WASHINGTON - Document x i yx CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Puget Paving & Construction Inc. Vendor Number: JD Edwards Number Contract Number: �qj I X- 11 S This is assigned by City Clerk's Office Project Name: 2012 Asphalt Grinding Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signatureTermination Date: 9/28/12 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Michelle Faltaous Department: PW Operations Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the City of Kent. Planed areas shall be an average depth of approximately three inches. S:Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 SIGNED CONTRACT CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2012 Asphalt Grinding Project BIDS ACCEPTED UNTIL BID OPENING May 1, 2012 May 1, 2012 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 — TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR i KENT WASHINGTON TAB INDEX Tab 1 Bidder's Package ' Tab 2 Payment and Performance Bond and Contract i Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Prevailing Wage Rates T T CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2012 Asphalt Grinding Project 1 BIDS ACCEPTED UNTIL BID OPENING May 1, 2012 May 1, 2012 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR GIs' ' ;tr • rl L KENT /„b / . WASH IN G T O N i BIDDER'S NAME Puget Paving &Construction, Inc I ii CITY OF KENT KING COUNTY, WASHINGTON 1 KENT SPECIAL PROVISIONS FOR ; i ! 2012 Asphalt Grinding Project � j BIDS ACCEPTED UNTIL BID OPENING May 1, 2012 May 1, 20121 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-SS95 i TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR t KENT WASHINGTON ge 1 Bid Packet owded to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa corn-Always Verify Sc I ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form ■ Combined Affidavit & Certification Form Non-Collusion, Minimum Wage (Non-Federal Aid) Bidders Checklist fPayment and Performance Bond Contract Table of Contents Kent Special Provisions Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 1, 2012 up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:00 a.m. for the City of Kent project named as follows: 2012 Asphalt Grinding Project The project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the City of Kent. Planed areas shall be an average depth of approximately three inches. The Engineer's estimate for this project is approximately $325,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856- 5508. For technical questions, please call Michelle Faltaous at (253) 856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Special Provisions may be purchased at a non-refundable cost of $50.00 for each set. Plans and specifications can also be downloaded at no charge at www.ci.kent.wa.us/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, postal money order or surety 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 responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously Iperformed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 11t' day of April , 2012. B . Brenda Jacober, City rk Published in Kent Reporter on April 20, 2012 Daily Journal of Commerce on April 17 and 24, 2012 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 5/1/12 This statement relates to a proposed contract with the City of Kent named 2012 Asphalt Grinding Project I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal temployment opportunity) or a preceding similar Executive Order. 1 Puget Paving &Construction, Inc NAME OF BIDDER BY: _ ig at - Stefan Gehring,Vice President 10817 26th Avenue South Tacoma, WA 98499 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2012 Asphalt Grinding Protect/Faltaous 1 Apnl 11, 2012 age 4 rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa.com-Always Verify Scale DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 1st day of May , 2012 By: jFor: APugetg & Construction, Inc Title: Vice President Date: 5/1/12 2012 Asphalt Grinding Project/Falta ous 2 April 11, 2012 age 5 rowded to Builders Exchange of WA,Inc.For usage Conditions Agreement see www bxwa com-ANvays Verify Scale CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment I opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. i i 2012 Asphalt Grinding Project/Faltaous 3 April 11, 2012 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent ofU�P�I 11Li h + G��ek :Q!!�C, _ Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2012 Asphalt Grinding Project that was entered into on the (Date) between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this (o day of ..12012. By: For: u 1✓ I i YL�t 1 � �,T ►dt�, — Title: LTv7 Date: S1110 lZ i i 2012 Asphalt Grinding Project/Faltaous 4 April 11, 2012 age 7 rovided to Builders Exchange of WA, Inc For usage Conditions Agreement see wuvw bxwa com-AMrays Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Puget Paving & Construction, Inc has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2012 Asphalt Grinding Project for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract documents governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract documents, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 1 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear in more than one schedule are denoted with an asterisk (*). i EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.S 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY tAny bids not filled out properly may be considered non-responsive. 2012 Asphalt Gnnding Project/Faltaous 5 April 11, 2012 Cage 8 ravided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com-Always Verity Scale j SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ 17,500 00 WSDOT LUMP SUM Per LS 1110 5-04.5 72 Planing Bituminous Pavement $ 2,07500 $ 149,400 00 KSP HALF DAYS Per HD 1355 1-04.4(l) 1 Minor Changes $10,000 00* $10,000.00 WSDOT CALL Per CALC *Common price to all bidders Schedule I Total $ 176,900 00 2012 Asphalt Grinding Project/Faitaous 6 April 11, 2012 rage 9 wded to Builders Exchange of WA, Inc For usage Condrbons Agreement see www bxwa com-Always Venfv Scale CITY OF KENT SUBCONTRACTOR LIST ' (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence If no subcontractors will be performing 100/a or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2012 Asphalt Grinding Project Subcontractor Name NONE Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE L i 2012 Asphalt Grinding Pra}ect/Faitaous 7 April 11, 2012 age 10 rovided to Builders Exchange of WA, Inc For usage Condraons Agreement see www bxwa.com-Always Verify Scale SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Puget Paving & Construction, Inc Project Name: 2012 Asphalt Grinding Project Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: 5/1/12 Signatur Bidder Date r r i 2012 Asphalt Grinding Pro]ectffaltaous 8 Apnl 11, 2012 age 11 rowded to Builders Exchange of WA, Inc For usage Condfions Agreement see www hxwa coin-Always Verify Scale CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility Inherently Involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and Its taxpayers to administer Its budgets and complete Its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 I hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the clty's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. i 2012 Asphalt Grinding Project/ altaous 9 April 11, 2012 age 12 ravided to Builders Exchange of WA, Inc, For usage Conditions Agreement see www bxwa com-Always Verify Scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as no be misle ing SUBMITTED BY: NAME: Stefa ehring ADDRESS: 10817 26th Avenue South Tacoma,WA 98499 1 PRINCIPAL OFFICE: Puget Paving & Construction, Inc ADDRESS: 10817 26th Avenue South Tacoma, WA 98499 PHONE: 253-474-5616 FAX; 253-474-5677 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. attached I1.2 Provide your current state unified business identifier number. 600-403-309 1.3 Provide proof of applicable industrial insurance coverage for your 1 employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). attached 2012 Asphalt Grinding Project/Faltaous 18 Apnl 11, 2012 ge 13 it ovided to Builders Exchange of WA,inc For usage Conditions Agreement see www.bxwa com-Always Verify Scale 1 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 35 years 2.2 How many years has your organization been in business under its present business name? 35 years 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 1985 2.3.2 State of incorporation: Washington 2.3.3 President's name: No President- 2 co-Vice Presidents 2.3.4 Vice-president's name(s): Gunnar Gehring, Stefan Gehring 2.3.5 Secretary's name: n/a 2.3.6 Treasurer's name: n/a 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 1 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally gGenieraldCo�traoctoriniWashingtondSTate PGEPC19 numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State 4. EXPERIENCE I4.1 List the categories of work that your organization normally performs with its own forces. asphalt paving, grinding, striping, sealcoating, concrete, sitework, etc 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) none 4.2.1 Has your organization ever failed to complete any work awarded to it? no 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? no 2012 Asphalt Grinding Project/Faltaous 11 Aprd 11, 2012 Page 14 provided to Builders Exchange of WA,Inc For usage conditions Agreement see www bxwa com-Always Verify Scale 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach no details.) no 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. attached 4.4.1 State total worth of work in progress and under contract: 1,457,800 00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, >� architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. attached 4.5.1 State average annual amount of construction work performed during the past five years: 3,000,000 00 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. attached 4.7 On a separate sheet, list your major equipment. attached 5. REFERENCES t5.1 Trade References: Tucci & Sons 253-922-6676, Icon Material 206-575-3200 5.2 Bank References: Umpqua, Pat Lewis 253-926-4510 5.3 Surety: 5.3.1 Name of bonding company: Travelers 5.3.2 Name and address of agent: Propel, Peter Comfort 253-761-3455 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 2012 Asphalt Grinding Project/Faltaous 12 Apnl 11, 2012 age 15 rovided to Builders Exchange of WA,inc For usage Conditions Agreement see www bxrova.com-Always Verify Scale Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued Income, deposits, materials Inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for Income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 1st day of May , 2012. Name of Organization- Puget Paving &Construction, Inc By: Title: Vice lWesiderr 7.2 Stefan Gehring being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 1st day of Noa � , 2012. �ke r, .� Notary Public: = '�: My Commission Expires: 6/25/15 a�i�I �0� �; Co ���i S7ATE ,.•'� 2012 Asphalt Grinding Project(Faltaous 13 April 11, 2012 age 16 rovided to Builders Exchange of WA,Inc For usage Conditions Agreement see www bxwa.com-Always Verify Scale 1 1 1 1 Y e , 1 2 3 � ail St"1 � I Q dcG FFd coo, z W U c4a � pdF � WO Uw mod .L1 l � �I o I'I c N u. N V F+ 0 0 W N in in o PUGET PAVING 6 CONSTRUCTION, INC. 10817 26TH AVE S TACOMA MA 98499-8880 003919 DETACH BEFORE POSTING __._,.._ �=t_�..�' ��r._-tom.�-..i��.-P�.� �'"-= ....__ >�,�a�--—__ �=.ic•"•- __ ,tom,.` _s-,- . - '� o" BUSINESS LICENSE ov STATE OF i WASHINGTON Unified Business ID #: 600 403 309 i1 Domestic Profit Corporation Business ID #: 1 Location: 1 Expires: 04-30-2013 PUGET PAVING & CONSTRUCTION, INC. 10817 26TH AVE S ty LAKEWOOD WA 98499 8880 �I TAX REGISTRATION INDUSTRIAL INSURANCE �' UNEMPLOYMENT INSURANCE46 � CITY LICENSES/REGISTRATIONS: BELLEVUE GENERAL BUSINESS #93872 UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 08-31-2012) , ri DUPONT GENERAL BUSINESS #363 PORT ORCHARD GENERAL BUSINESS BONNEY LAKE GENERAL BUSINESS SUMNER GENERAL BUSINESS (EXPIRES 12-31-2012) GIG HARBOR GENERAL BUSINESS LICENSING RESTR_ICTIONS:__ __ ___ --� --_ Not licensed to hire persons under age 16 at this location. REGISTERED TRADE NAMES: PUGET PAVING AND CONSTRUCTION, INC. F U 1.14 ,,,is document lists the registrations, endorsements, and licenses authorized for the business named above By accepting this document,the licensee certifies the information on the application ; was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. r tor,Department of Re%enue I, To Whom It May Concern: I declare that Puget Paving& Construction, Inc., and any subsidiary or affiliated companies under majority ownership or under control by the owners of the bidders company, are not and have not been in the past 3 years disqualified from bidding on any Public Works Contract under RCW 39 06.010 or 39.12.065. /A-), Stefan ehring, Presi en j 1 t � .y t List of Projects in-progress: Federal Way Public Schools, Central Kitchen Contract Amount: $175,000.00 30% Complete Completion Date: 9/12 General Contractor: BNCC, Inc. 253-584-7335 Wapato Park, Metro Parks of Tacoma Contract Amount: $166,744.00 78% Complete Completion Date: 5/12 General Contractor: Nordic Construction, Inc. 253-922-3100 Baker Middle School Contract Amount: $276,135.00 71% Complete Completion Date: 9/12 General Contractor: Berschauer Phillips, 360-866-1484 t t t t t t t ! 1 ` List of Completed Projects: City of Auburn, 2011 Arterial & Collector Street Preservation Project Amount: $1,117,030.63 Contact: Rick Keely Phone: 253-876-1980 City of Seatac, 2011 Street Overlay Project Amount: $367,559.67 Contact: Toli Khlevnoy 1 Phone: 206.973.4736 City of Gig Harbor, 2011 Watermain Repairs Amount: $106,849.12 Contact: William Dickson Company Phone: 253-472-4489 ! ! 1 1 ! ! 1 ! 1 1 i i �Co Key Personnel: Stefan Gehring, 15 years experience Gunnar Gehring, 15 years experience Juan Dominguez, Milling Machine Operator/Foreman 10 years experience Bill Setzer, Asphalt Foreman 25 years experience Jeff Lofdahl, Sitework Foreman 20 years experience i ! i ! 1 i 1 i List of Major Equipment: ' 2007 Bomag/Marini 1300/30 Asphalt Milling Machine 51" Drum 2003 Ingersoll Rand DD110 Double Drum Roller 1999 Caterpillar AP10558 Asphalt Paving Machine 2008 Caterpillar 420E Backhoe 2007 Kenworth T800 7 Axle Dump Truck 2006 Kenworth T800 7 Axle Dump Truck PROPOSAL SIGNATURE PAGE r The undersigned bidder hereby y proposes and agrees to start construction work an the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract by September 28, 2012. The undersigned bidder hereby agrees to submit all Insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the 1 day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. 1 Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s WIA—, , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to be bound ' by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 5/1/12 Puget Paving &Construction, Inc NAM;iog5n�a OF BI ER i BY: tur Stefan Gehring (Print Name and Title) 10817 26th Avenue South ' Address Tacoma, WA 98499 2012 Asphalt Grinding Project/Faltaous 14 April 11, 2012 *go 17 ovtded to Builders Exchange of WA,Inc_For usage Conditions Agreement see wmw.bxwa coin-Always Venfy Scale 1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: 1 That we, Puget Paving&Construction,Inc. , as Principal, and First National Insurance Company of America , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2012 Asphalt Grinding Project According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 1st DAY OF May 2012 Puget Pavp Const etion, n PRI NCIPA First National Insurance Company of America SURETY f Chnstopher on Attomey-m-Fact _ ' Received return of deposit in the sum of $ 1012 Asphalt Gnndmg Project/Faltaous 15 April 11,2012 TINS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5234788 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. FIRST NATIONAL INSURANCE COMPANY OFAMERICA SEATTLE,WASHINGTON POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS- That First National Insurance Company of America(the"Company"),a Washington stock insurance company,pursuant to and by authority of the By-law and Authorization hereinafter set forth,does hereby name,constitute and appoint KAREN SWANSON,ERIC A ZIMMERMAN,KRISTINE A LAWRENCE,ANNE E STRIEBY,JENNIFER L SNYDER,JULIE R TRUITT,PEGGY A FIRTH, CHRISTOPHER KINYON,JAMES B BINDER,PETER J COMFORT,BRENT E HEILESEN,BRADY MORIARTY,LISA M ANDERSON,WYNTRENE MACE, BONNIE NORTH,MITCHELL R SMEE,KELLIE HOGAN,BARBARA A JOHNSON,SANDRA J KULSETH,PHYLIS C ROBISON,JEFFREY L ZIMMERMAN, KATHY L PATTON,DIANE M HARDING,JAKE OJA,CHRISTINA V FENIMORE,JAMEE DIEMER,ALL OF THE CITY OF TACOMA,STATE OF WASHINGTON each Individually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as Its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding FIFTY MILLION AND 00/100"`""""""`"""""`"""""""'•."""""``""`"""`""`""""" DOLLARS ($ 50,000,000 00`""""""""""`""""`"`"`: ) each, and the execution of such undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents,shall be as binding upon the Company as 6 they had been duly signed by the president and attested by the secretary of the Company in their own proper persons That this power is made and executed pursuant to and by authority of the following By-law and Authorization ARTICLE IV-Officers Section 12 Power of Attorney is Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to such limitations p as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessaryto act in behalf of the Corporation to make, p execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations Such attorneys-in- d fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and C ui executed,such instruments shall be as binding as if signed by the president and attested by the secretary m fl By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-In-fact c � Pursuant to Article IV,Section 12 of the By-laws,David M Carey,Assistant Secretary of First National Insurance Company of America,is authorized 40 to appoint such attorneys-in-fact as may be necessary to act in behalf of the Corporation to make,execute seal,acknowledge and deliver as surety o any and all undertakings,bonds,recognizances and other surety obligationsCJ c> W That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect e £ a 0 Fa IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of o a First National Insurance Company of America has been affixed thereto in Plymouth Meeting,Pennsylvania this 9th day of March w M to 2012 o v C r"a r tx FIRST NATIONAL INSURANCE COMPANY OF AMERICA O 3 is 0 SFRi. d M E rs2 x i By )o0 David M Carey,A istant Secretary12 +� COMMONWEALTH OF PENNSYLVANIA ss p c COUNTY OF MONTGOMERY c On this 9th day of March 2012 before me, a Notary Public, personally came David M Carev, to me known, and y acknowledged that he is an Assistant Secretary of First National Insurance Company of America, that he knows the seal of said corporation, and that he M M w 2 executed the above Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the m a a direction of said corporation w N m IN TESTIMONY WHERE l:AA subscribed m name and affixed m notarial seal at Plymouth Meetin Pennsylvania, on the day and year Y Y Y S� Y Y �M first above written Fe � Z N�Q'i'v`�`-w O O Py»out^7w» tr4r�r�o-3e3=t.a,.rcp BY Clr k My Ccv Ism-r:p ea Na as 1011 Tere a Pastella,Notary Public 0 r CERTIFICATE h+=rt,Pemsy'.a Ea As-a-wn-of N�, I, the undersigned,Vice re_srl tad National Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full,true and correctcopy, is in full force and effect on the date of this certificate, and I do further certify that the officer or official who executed the said power of attorney is an Officer specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article IV,Section 12 of the By-laws of First National Insurance Company of America This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote ofthe.board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009 =__ ' ;IOTE AKaYV*face mile or mechanically reproduced signature of any assistant secretary of the company,wherever appearing upon a certified —copy of arT oower of attorney issued by the company in connection with surety bonds,shall be valid and binding upon the company with the some for"_(�e d erect-as though manually affixed IN TES-ifMOW Vk;-f_r�REdF, L`h_rive hereunto subscribed my name and affixed the corporate seal of the said company,this � _day of r929 Gregory W Davenport,Vice President ' 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 person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the 1 foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM 1 I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT 2012 Asphalt Grinding Project NAME OF PROJECT Puget Paving&Construction, Inc NAME OF BIDDER'S FIRM S111fNATURE OF THORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me this 1st day of May 2012. % , � NlEP� 115i ' = ;v° NOTARY N No ary ublic in and for the State of o,•: PUBUG O2` Washington, residing at Puyallup, WA 9� •.•oe-2 + OF WAs�;��`� ..1811 11t6: trge 2012 Asphalt Grinding Project/Faltaous 16 April 11,2012 19 ovided to Builders Exchange of WA, Inc For usage Conditions Agreement see www bxwa com-AM+ays Verify Scale ' BIDDER`S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure ' to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................❑ Table of Contents Sheet.......................................................................❑ Invitation to Bid...................................................................................❑ Contractor Compliance Statement.........`............................................. ❑ Date. ......... ............ .❑ Have/ not acknowledgment ................................................❑ Signatureand address................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Datedand signed ........................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Subcontractor list (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature....................................................................................❑ Subcontractor List (contracts over $1 million).....................................0 Subcontractors listed properly....................................................0 Signature....................................................................................❑ Contractor's Qualification Statement ..............................................0 Completeform and notarize........................................................❑ ProposalSignature Page......................................................................❑ All Addenda acknowledged .........................................................❑ Date, signed and addressed........................................................❑ BidBond Form .....................................................................................❑ ' Signed, sealed and dated ............................................................❑ Power of Attorney.......................................................................❑ (Amount of bid bond shall equal 5% of the total bid amount) Non-Collusion Affidavit ................. ............. ........ ......❑ ....................................................... Signed, dated and notarized ❑ Bidder's Checklist ................................................................................❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PCRFORMANCE BOND To be executed by the successful bidder and his surety company. The following form is to be executed after the Contract is completed. ' A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2012 Asphalt Grinding Project/Faitaous 17 April 11, 2012 age 20 rovided to Builders Exchange of WA,Inc, For usage Conditions Agreement see www bxwa com-Always Verify Scale IBond No. 023019426 PAYMENT AND PERFORMANCE BOND `✓ KENT TO CITY OF KENT W•9.ry o.Cn KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Puget Paving & Construction, Inc . as Principal, and First National Insurance Company of America a Corporation organized and existing under the laws of the State of l4}fXJWK,*as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 176, 900 . 00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *New Hampshire This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain ; contract, the said contract providing for construction of 2012 Asphalt Grinding Project (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. 2012 Asphalt Grinding Project/Faltaous 18 April 11, 2012 Bond No. 023019426 a TWO WITNESSES: Puget Paving & Construction, Inc. PRINCIPAL (enter pnnapal's name above) CQ BY: TITLE:U DATE: 05/22/2012 DATE: 05/22/2012 A!� CORPORATE SEAL: PRINT NA1 DATE: 05/22/2012 First National Insurance Company of America SURETY CORPORATE SEAL: BY: C A e'i'Y`� --.� — DATE: 05/22/2012 --` - TITLE: Christopher Kinyon, Attorney-in-Fact - ADDRESS: 1001 4th Ave, Suite 1300 Seattle, WA 98154 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assista t) Secretary of the Corporation named as Principal in the within Bond; that P h( Who signed the said bond on behalf of the Principal *f Of the said Corporation; that I know his signature theret is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. I 1 SECRETARY OR ASSISTA�� AL - T SECRETARY 2012 Asphalt Grinding Pro]ect/Faltaous 19 April 11, 2012 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5290787 This Power ofAttorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No First National Insurance Company of America v _ General Insurance Company of America Sell Insurance Company of America POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS That First National Insurance Company of Amenca,General Insurance Company of America,and Safeco Insurance Company of America are corporations duly organized under the laws of the State of New Hampshire(herein collectively called the"Companies"),pursuant to and by authonty herein set forth,does hereby name,constitute and appoint, KAREN SWANSON,ERIC A.ZIMMERMAN,KRISTINE A LAWRENCE,ANNE E STRIEBY,JENNIFER L SNYDER,JULIE R TRUITT, PEGGY A FIRTH,CHRISTOPHER KINYON,JAMES B BINDER,PETER J COMFORT,BRENT E HEILESEN,BRADY MORIARTY,LISA M ANDERSON,WYNTRENE MACE,BONNIE NORTH, MITCHELL R SMEE,KELLIE HOGAN,BARBARA A JOHNSON,SANDRA J KULSETH,PHYLIS C ROBISON,JEFFREY L ZIMMERMAN,KATHY L PATTON,DIANE M HARDING, JAKE OJA,CHRISTINA V FENIMORE,JAMIE DIEMER, all of the city of TACOMA state of WASHINGTON each individually Ithere be more than one named,its true and lawful atbomey-in-factto make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons IN WITNESS WHEREOF,this Power of Attorney has been subscnbed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 3rd day of April 2012 �yac�o �c ooR c c9n First National Insurance Company of Amenca �gS3 General Insurance Company of America r0p ✓�`'ne�c`�� 6i`-�,' ,y� os''n; �'�� xaasy?0.fi Sal Insurance Company of Amenca to :0000 By. to y Gregory W Davenport,Assistant Secretary N eCa++ STATE OF WASHINGTON as C COUNTY OF KING _ A C 01 On this 3rd day of AprO 2012 ,before me personally appeared Gregory W Davenport,who acknowledged himself to be the Assistant Secretary of First National t1 d Insurance Company of America,General Insurance Company of America,and Safeco Insurance Company of America,and that he,as such,being authorized so to do,execute the �f0 foregoing Instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer c W A CE IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notanal seal at Seattle,Washington,on the day and year first above written Q M to - r , By. 0C KD Riley,NotaryPublie 3 t6 p ` This Power of Attorney is made and executed pursuant to and by authority of the following By-law and Authorizations of First National Insurance Company of America, General An 40 c Insurance Company ofAmenca,and Safeco Insurance Company of Amens,which are now in full force and effect reading as followsIM w ` O c rm. ARTICLE IV-OFFICERS-Section 12 Power of Attorney Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and C_ subject to such limitation as the Chairman or the President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute, 'a seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations Such attomeys-in-fact,subject t0 the limitations set forth in their m « respective powers of attorney,shall have full power to bind the Corporation by their signature and executed,such instruments shall be as binding as If signed by the President and j w attested to by the Secretary Any power or authority granted to any representative or attorney-In-fact under the provisions of this article may be revoked at any time by the Board,the d Q v Chairman,the President or by the officer or officers granting such power or authority w C4 m Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W Davenport,Assistant Secretary to appoint such M Z attomeys-m-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and O o other surety obligations v e- Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary H� of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and biding upon the Company with the same farce and effect as though manually affixed I,David M Carey,the undersigned,Assistant Secretary,of First National Insurance Company of Amenca,General Insurance Company of Amenca,and Safece Insurance Company of America do hereby certify that the original power of attorney of which the foregoing is a full above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which 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 Cr�Ihis Zti ay of M ,20j_Z,. 09�28- a 2 z 1 5 David M Carey,Assistant Secretary ter-: POA-FNICA,GICAa SICA LMS-12874_012012-3 Company CONTRACT THIS AGREEMENT, made in triplicate, is entered intobetwee the CITY OF KENT, a Washington municipal corporation ("City"), and �- r,,�C1. ,C , organized under the laws of the State o located and doing business at 10M - Zto`�t2lVG uclal ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2012 Asphalt Grinding Project in accordance with and as described in the Contract Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall Include all project specifications, provisions, and plans; the City's general and special conditions; the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, Including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed by September 28, 2012. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2012 Asphalt Grinding Project/Faltaous 20 April 11, 2012 5. Contractor shall defend, indemnify, and hold the City, Its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for jinjuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of Indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. j6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2012 Asphalt Grinding Project/Faltaous 21 Apnl 11, 2012 l IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first herelnabove written. CITY OF KENT BY: S U Z1 E 00 E MAYOR DATE: ATTEST: / K j APR VJED AS FOR , V) KENt LAW DEPA TMEN CONTRACTOR BY: PRINT NAME: 2 f rTITLE: �li 1 DATE: llo �2 j t 2012 Asphalt Grinding Project/Faltaous 22 April 11, 2012 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability Insurance shall be written on ISO occurrence form CG 00 01 or Its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 it 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Comoensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2012 Asphalt Grinding Project/Faltaous 23 April 11, 2012 EXHIBIT A (Continued) 2. _Automobile Liability Insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The Insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's Insurance coverage shall be primary Insurance as respect the City. Any Insurance, self-Insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written 1 notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. tD. 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 i Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. i 2012 Asphalt Grinding Project/Faltaous 24 April 11, 2012 EXHIBIT A (Continued) IG. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, Including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability Insurance of the Contractor before commencement of the work. H. Subcontractors tContractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same Insurance requirements as stated herein for the Contractor. t i i i 2012 Asphalt Grinding Project/Faltaous 25 April 11, 2012 Client#:12492 PUGEPAVI ACORD�. ID CERTIFICATE OF LIABILITY INSURANCE DATE(MM 513112ODlr2 fr) 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTEA CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER- IMPORTANT:Ifthe certificate holder Is an ADDITIONAL INSURED,the policy must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsemenL A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). coNTAcT Verna Rettke PRODUCER NAME rope)Insurance AICONNa SDD 499-0933 AIc Na: 666.577.1326 acoma Commercial Insurance E MPJEss• vrr@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURERS AFFORDING COVERAGE NAICE Tacoma,WA 98402 INSURER A:Travelers Indemnity Company IN5URED INSURERB:Travelers Property Casualty of Puget Paving& INSURER C: Construction Inc. INSURER D 10817 26th Ave.CL S. INSURER E: Lakewood,WA 98499 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVEBEEN ISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICYPERIDD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS TYPE OF INSURANCE IN3D U p POLICY NUMBER MMIDDY YY MMV�DFLTR EXP LIMITS A GFJi:LLAa'LLTY X X 4TCO230OR789IND11 6/10/2011 06/10/201 EACH OCCURRENCE 51000,000 X COMMERCIAL GENERAL.LIABILITY RRA"�Lk 01ERW rxa 5300000 CLAIMS-MADE FY OCCUR MED EXP(An one pecan) 510 DOD X WA Stop Gap PERSONAL BADVINJURY S1 000 000 GENERAL AGGREGATE 52,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG S2,000,000 POLICY X PRD LOC S g AUTOMOBILEW161LJrY X X BA230OR78911CN5 6/1012011 06/10/201 COMBINED clenntSINGLELIMIT 51,000,000 MF X ANY ALTO BODILYINJURY(Perpersan) 5 ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X DAMAGE BRED AUTOS X AUTOS NON-OWNED (Peracddaaiin, S ALTOS S g �( UMBREt1ALIAH X occuR X 4TSMCUP230OR789TIL 6/1012011 06/10/201 EACH OCCURRENCE 540D00DD EXCESS uAB �MS.MADE AGGREGATE s4,000,000 Om REfENT1ON5 S O RIE W ORKERS COMPFJJSATIDN WA State Fund we sT DTH- LOYERS'LIABILITY YIN MEM OR DCRTNEER1ECLUDED7 ECUT�❑ NIA EL FACHACCIDENT S (Mandatory In NH) EL DISEASE-EA EMPL El 5 if yes,describe under DESCRIPTION OF OPERATIONS balm E L DISEASE-POLICY LIMT S DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 1111,Additional Remarks Schedule,if mara space Is required) RE:2012 Asphalt Grinding Project The City of Kent is named as additional insured per the attached endosement CERTIFICATE HOLDER CANCELLATION fP Kent Washington SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Department ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION.All rights reserved, 1ACORD 25(2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD #S923354/M682515 VRROD r-ugec raving & 4TCO2300R7891ND11 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED—(Section 11) is amended c) The Insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional Insured on this Cover- and Included in the "products-completed op- age Part, but, erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage" or"personal injury";and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The insurance provided to the additional Insured 2. The insurance provided to the additional insured by this endorsement Is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or an any other basis, that is 1 this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- other insurance". But the Insurance provided to the additional insured by this endorsement still is cured does not apply to"bodily injury", "prop- excess over any valid and collectible "other in- arty damage" or "personal injury" arising out rimer surance", whether of the rendering of, or Failure to render, any primary, excess, contingent or on any other basis, that s available to the addi- professional architectural, engineering or sur- tional insured when that person or organization Is veying services,including: an additional insured under such "other insur- i. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: j ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ri rence" or an offense which may result in a . Supervisory, inspection, architectural or engineering activities claim. To the extent possible, such notice should include: CG D2 46 08 05 02005 The St.Paul Travelers Companies,Inc. Page 1 of 2 ru9e[raving a. 4TCO2300R789IND11 , COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" any provider of"other insurance" which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses;and condition does not affect whether the insur- ance provided to the additional insured by ifi. The nature and location of any injury or this endorsement is primary to "other insur- damage arising out of the"occurrence"or ance" available to the additional insured offense. which covers that person or organization as a b) if a claim is made or"suit" is brought against named Insured as described in paragraph 3. the additional insured, the additional insured above. must: 5. The following definition is added to SECTION V. 1. Immediately record the specifics of the —DEFINITIONS: claim or"suit" and the date received;and "Written contract requiring insurance" means li. Notify us as soon as practicable. that part of any written contract or agreement under which you are required to include a The additional insured must see to it that wein- receive written notice of the claim or"suit'as person or organization as an additional sured on this Coverage Part, provided that soon as practicable. the "bodily injury" and "property damage" oc- c) The additional insured must immediately curs and the"personal injury" is caused by an send us copies of all legal papers received in offense committed: connection with the claim or "suit", cooperate a. After the signing and execution of the with us in the Investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional Insured must tender the de- agreement is in effect;and fense and indemnity of any claim or"suit to c. Before the end of the policy period. i Page 2 of 2 0 2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 ruget raving is 4TCO230O R7891ND 11 COMMERCIAL GENERAL LIABILITY , THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—Provisions A.-H. and J.-N.of this endorsement broaden coverage, and provision I. of this endorsement may limit coverage.The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights,duties, and what is and Is not covered. A. Broadened Named Insured H. Additional Insured—State or Political Subdivisions B. Extension of Coverage—Damage To Premises I. Other Insurance Condition Rented To You J. Increased Supplementary Payments ° Penis of fire,explosion, lightning, smoke,water C Cost of bail bonds increased to$2,500 ° Limit increased to$300,000 • Loss of earnings increased to$500 per day C. Blanket Waiver of Subrogation K. Knowledge and Notice of Occurrence or Offense D. Blanket Additional Insured—Managers or Lessors L. Unintentional Omission of Premises E. Incidental Medical Malpractice M. Personal Injury—Assumed by Contract F. Extension of Coverage—Bodily Injury N. Blanket Additional Insured—Lessor of Leased Equipment G. Contractual Liability—Railroads PROVISIONS 3. This Provision A. does not apply to any per- A. BROADENED NAMED INSURED son or organization for which coverage Is ex- 1. The Named Insured in Item 1.of the Declara- eluded by endorsement bons is as follows: B. EXTENSION OF COVERAGE — DAMAGE TO The person or organization named in item 1. PREMISES RENTED TO YOU of the Declarations and any organization, 1. The last paragraph of COVERAGE A. BOD- other than a partnership,joint venture or lim- ILY INJURY AND PROPERTY DAMAGE LI- ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted ownership or in which you maintain the major- and replaced by the following: ity interest on the effective date of the policy. Exclusions c.through n.do not apply to dam- However, coverage for any such additional age to premises while rented to you, or tem- organization will cease as of the date, if any, poradly occupied by you with permission of during the policy period, that you no longer the owner, caused by: maintain ownership of, or the majority interest a. Fire; In, such organization. 2. WHO IS AN INSURED (Section li) Item 4_a. b. Explosion; is deleted and replaced by the following: c. Lightning; a. Coverage under this provision is afforded d. Smoke resulting from such fire, explosion, only until the 180th day after you acquire or lightning;or or form the organization or the and of the e. Water. policy period,whichever Is earlier. A separate limit of Insurance applies to this coverage as described in Section III Limits Of Insurance. tCG D316 07 04 Copyright,The Travelers Indemnity Company,2004 Page 1 of 6 Puget Paving & 4TCO23DOR7891ND19 COMMERCIAL GENERAL LIABILITY 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner, caused by: PROPERTY DAMAGE LIABILITY(Section I-- a. Rupture, bursting, or operation of pres- Coverages)is excluded by endorsement sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have 1 swelling of the contents of any building or against any person or organization because of structure, caused by or resulting from wa- payments we make for injury or damage arising ter, out of: premises owned or occupied by or rented c. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed steam engines,or steam turbines. by you or on your behalf, done under a contract with that person or organization; "your work'; or 3. Paragraph 6. of LiMITS OF INSURANCE ^your products". We waive this right where you (Section lit) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury" or Subject to S. above, the Damage To Prem- "property damage" occurs or the"personal injury" ises Rented To You Limit is the most we will or"advertising injury"offense is committed. pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises white rented to you, or temporarily occupied by you with permission WHO 15 INSURED (Section amended to of the owner, caused by:fire; explosion; fight include ass a an insured any personn orr organization ning, smoke resulting from such fire, explo- (referred to below as "additional insured") with Sion, or lightning; or water. The Damage To whom you have agreed in a written contract, exe- Premises Rented To You Limit will apply to all cuted before the bodily injury or property dam- "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- same "occurrence", whether such damage Ing Injury" offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured,but only with respect to liability resulting from such fire, explosion, or light arising out of the ownership, maintenance or use ning; or water; or any combination of any of of that part of any premises leased to you, subject these causes_ to the following provisions- The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance Limit will be the higher of: afforded to the additional insured shall be the a. �300,DDD;or limits which you agreed to provide in the writ- ten contract,or the limits shown on the Decia- b. The amount shown on the Declarations rations,whichever are less. for Damage To Premises Rented To You 2. The Insurance afforded to the additional in- Limit. sured does not apply to: I 4. Paragraph a. of the definition of"insured con- a. Any "bodily Injury" or "property damage" tract" (DEFINITIONS — Section V) is deleted that occurs,or"personal injury' or"adver- and replaced by the following: Using injury" caused by an offense which a. A contract for a lease of premises. How- is committed, after you cease to be a ten- ever, that portion of the contract for a ant in that premises; lease of premises that indemnifies any b. Any premises for which coverage is ex- person or organization for damage to cluded by endorsement;or premises while rented to you, or tempo- rarity occupied by you with permission of c, Structural alterations, new construction or demolition operations performed by or on the owner, caused by. fire; explosion; lightning; smoke resulting from such fire, behalf of such additional insured. explosion, or lightning; or water, is not an 3. The insurance afforded to the additional in- 'insured contract"; sured is excess over any valid and collectible Page 2 of 6 Copyright,The Travelers Indemnity Company,204 CG D316 07 04 Puget Paving& 4TCO2300R769IND11 COMMERCIAL GENERAL LIABILITY 'other insurance" available to such additional together with all related acts or omissions in Insured, unless you have agreed in the writ- the famishing of the services described in ten contract that this insurance must be pri- paragraph 1.above to any one person will be mary to, or non-contributory with, such "other deemed one"occurrence". Insurance". S. This Provision E. does not apply if you are in E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of 1. The following is added to paragraph 1. Insur- the services described in paragraph 1.above. Ing Agreement of COVERAGE A. — BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY(Section I—Coverages): "other insurance" available to the insured, "Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis, except for insurance that you deemed to be caused by an"occurrence": bought specifically to apply in excess of the Limits of Insurance shown on the Declara- a. Medical, surgical, dental,laboratory,x-ray Pons of this Coverage Part. or nursing service, advice or instruction, IN- or the related furnishing of food or bever- F. EXTENSION OF COVERAGE — BODILY IN- ; JURY ages b. The fumishing or dispensing of drugs or The definition of "bodily injury' (DEFINITIONS — medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow- appliances; ing: c. First aid;or "Bodily injury" means bodily Injury, mental an- guish, mental injury, shock, fright, disability, hu- miliation, sickness or disease sustained by a per- this Provision E., "Good Samaritan ser- son,including death resulting from any of these at vices" are those medical services ren- any time_ dered or provided in an emergency and for which no remuneration is demanded G. CONTRACTUAL LIABILITY—RAILROADS or received. I. Paragraph c. of the definition of"insured con- 2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS — Section V) is deleted SURED (Section 11) does not apply to any and replaced by the following: registered nurse, licensed practical nurse, c. Any easement or license agreement; emergency medical technician or paramedic 2_ Paragraph f.(1) of the definition of "insured employed by you, but only while performing contract" (DEFINITIONS — Section V) is de- the services described in paragraph 1. above leted. and while acting within the scope of their em- ployment by you_ Any "employees" rendering H. ADDITIONAL INSURED — STATE OR POLITI- Good Samaritan services will be deemed to CAL SUBDIVISIONS—PERMITS be acting within the scope of their employ- WHO IS AN INSURED (Section 11) is amended to ment by you. Include as an Insured any state or political subdi- 3. The following exclusion is added to paragraph vision,subject to the following provisions: 2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or iTY(Section I—Coverages). building code and only with respect to opera- (This insurance does not apply to:) "Bodily in- lions performed by you or on your behalf for jury" or "property damage" adsing out of the which the state or political subdivision has Is- willful violation of a penal statute or ordinance sued a permit relating to the sale of pharmaceuticals com- 2. This insurance does not apply to: mitted by or with the knowledge or consent of a. "Bodily injury," "property damage," "per- the insured, sonal injury" or"advertising injury" arising 4. For the purposes of determining the applica- out of operations performed far the state ble limits of insurance, any act or omission or political subdivision; or CG D316 07 04 Copyright,The Travelers Indemnity Company,2004 Page 3 of 5 Puget Paving 1£ 4TCO230OR789IND11 COMMERCIAL GENERAL LABILITY b. "Bodily injury" or "property damage" in- insured under any other policy, cluded in the "products-completed opera- including any umbrella or excess tions hazard". policy. 1. OTHER INSURANCE CONDITION When this insurance is excess, we A. COMMERCIAL GENERAL LIABILITY CON- will have no duty under Coverages A or B to defend the insured against DITIONS (Section iV), paragraph 4. (Other any "suit" if any provider of"other in- Insurance) is deleted and replaced by the fol- surance" has a duty to defend the in- lowing: sured against that "suit". If no pro- 4. Other insurance vider of "other insurance" defends, If valid and collectible"other insurance"is we will undertake to do so,but we will be entitled to the insureds rights available to the Insured for a loss we against all those providers of "other cover under Coverages A or B of this Insurance". Coverage Part, our obligations are limited as follows: When this insurance is excess over "other insurance", we will pay only a. Primary Insurance our share of the amount of the lass, If This insurance is primary except any,that exceeds the sum of: when b. below applies. if this insur- (1) The total amount that all such ante is primary, our obligations are "other insurance" would pay for not affected unless any of the "other the loss in the absence of this in- insurance" is also primary. Then, we surance;and will share with all that "other insur- ance" by the method described in c. (2) The total of all deductible and below. self-insured amounts under that "other insurance". b. Excesslnsurance We will share the remaining toss, if This insurance is excess over any of any, with any"other insurance"that is the "other insurance", whether pri- not described in this Excess insur- mary, excess, contingent or on any ante provislon. other basis: c. Method Of Sharing (1) That is Fire, Extended Coverage, if all of the "other insurance" permits Builder's Risk, Installation Risk, contribution by equal shares, we will or similar coverage for your work"; follow this method also. Under this 2 That is Fire insurance for rem- approach each provider of insurance ( ) p contributes equal amounts until it has ises rented to you or temporarily paid its applicable limit of insurance occupied by you with permission or none of the loss remains, which- of the owner, ever comes first (3) That is insurance purchased by If any of the "other insurance" does you to cover your liability as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits. premises rented to you or tempo- Under this method,the share of each rarily occupied by you with per- provider of insurance is based on the mission of the owner, or ratio of its applicable limit of insur- (4) If the loss arises out of the main- ante to the total applicable limits of tenance or use of aircraft, insurance of all providers of insur- 1 "autos", or watercraft to the ex- ante. tent not subject to Exclusion g. of B. The following definition is added to DEFINITIONS Section I — Coverage A— Bodily (Section V): Injury And Property Damage Lt- ability; or "Other insurance": (5) That is available to the insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by,through or on behalf of: Page 4 of 6 Copyright,The Travelers Indemnity Company,2004 CG D316 07 04 Puget Paving & 4TCO230DR789IND11 COMMERCIAL GENERAL LIABILITY (1) Another insurancecomparry; 2. Nonce of an "occurrence" or of an offense (2) Us or any of our affiliated Insurance com- which may result in a claim will be deemed to panies, except when the Non cumulation be given as soon as practicable to us if it is of Each Occurrence Limit section of given in good faith as soon as practicable to Paragraph 5 of LIMITS OF INSURANCE your workers' compensation insurer. This ap- (Section III)or the Non cumulation of Per- plies only if you subsequently give notice of sonal and Advertising Injury limit sections the "occurrence" or offense to us as soon as of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your "executive ANCE(Section Ili)applies; officers"(if you are a corporation), one of your partners who is an individual (if you are a (3) Any risk retention group; partnership),one of your managers (if you are (4) Any self-insurance method or program, a limited liability company), or an "employee" other than any funded by you and over (such as an insurance, loss control or risk which this Coverage Part appiies;or manager or administrator) designated by you (5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur- ment method. rence"or offense may involve this policy. b. Does not include umbrella Insurance, or ex- 3. This Provision K. does not apply as respects cess insurance,that you bought specifically to the specific number of days within which you apply in excess of the Limits of Insurance are required to notify us in writing of the shown on the Declarations of this Coverage abrupt commencement of a discharge, re- Part. [ease or escape of "pollutants" that causes J. INCREASED SUPPLEMENTARY PAYMENTS "bodily injury" or "property damage"p which 1 may otherwise he covered under this policy. Paragraphs 1.b. and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION PAYMENTS—COVERAGES A AND B (Section 1 —Coverages)are amended as follows: The following is added to COMMERCIAL GEN- ERAL LIABILITY CONDITIONS (Section IV), 1. In paragraph 1.b., the amount we will pay for paragraph 6.(Representations): the cost of bail bonds is Increased to$2500. The unintentional omission of, or unintentional 2. In paragraph 14, the amount we will pay for error in, any information provided by you which loss of earnings is increased to$500 a day. we relied upon in issuing this policy shall not K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance. How- RENCE OR OFFENSE ever, this Provision L. does not affect our right to 1. The following is added to COMMERCIAL collect additional premium or to exercise our right GENERAL LIABILITY CONDITIONS (Section of cancellation or nonrenewal in accordance with IV), paragraph 2. (Duties In The Event of Oc- applicable state insurance laws, codes or regula- currence, Offense, Claim or Suit): lions. Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON- which may result in a claim must be given as TRACT soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of "occurrence" or offense has been reported to Paragraph 2., Exclusions of Coverage B. you, one of your "executive officers" (if you Personal Injury, Advertising injury, and are a corporation), one of your partners who Web Site injury Liability of the Web XTEND 1s an individual (if you are a partnership), one Liability endorsement of your managers (if you are a limited liability Solely for the purposes of liability assumed in company), or an "employee" (such as an in- an "insured contract", reasonable attorney surance, loss control or risk manager or ad- fees and necessary litigation expenses in- ministrator) designated by you to give such curred by or for a party other than an insured notice. are deemed to be damages because of"per- Knowledge by any other "employee" of an sonal injury"provided- "occurrence" or offense does not Imply that (a) Liability to such party for, or for the cost you also have such knowledge, of, that party's defense has also been as- rCG D3 16 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 5 of 6 r Puget Paving& 4,TCO230OR7891ND11 1 COMMERCIAL GENERAL LIABILITY r sumed in the same "insured contract"; N. BLANKET ADDITIONAL INSURED — LESSOR and OF LEASED EQUIPMENT (b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section 11)is amended to penses are for defense of that party include as an insured any person or organization against a civil or alternative dispute reso- (referred to below as "additional insured") with lution proceeding in which damages to whom you have agreed in a written contract, exe- which this insurance applies are alleged. cuted before the "bodily injury" or"property dam- 2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or"advertis- MENTS —COVERAGES A AND B (Section I ing injury" offense is committed, to name as an —Coverages) is deleted and replaced by the additional insured, but only with respect to their li- following: ability for"bodily injury°, "property damage", "per- sonal injury" or "advertising injury" caused, in 9 whole or in part, by your acts or omissions in the formation we know about the "occur- maintenance, operation or use of equipment rents or offense are such that no conflict leased to you by such additional insured, subject appears to exist between the interests of to the following provisions: the insured and the interests of the in- dernnitee; 9. Limits of Insurance. The limits of insurance afforded to the additional insured shall be the 3. The third sentence of Paragraph 2 of SUP- limits which you agreed to provide in the writ- PLEMENTARY PAYMENTS — COVERAGES ten contract,or the limits shown on the Decla- A AND B (Section I — Coverages) is deleted rations,whichever are less. and replaced by the following: 2. The insurance afforded to the additional in- Notwithstanding the provisions of Paragraph sured does not apply to any "bodily injury" or 2.b.(2) of Section I—Coverage A— Bodily In- "property damage" that occurs, or "personal jury And Property Damage Liability, or the 'advertising " provisions of Paragraph 2.e.(1) of Section I— injury or injury caused by an oft Coverage B—Personal Injury,Advertising in- fease which is committed,after the equipment 9 lease expires. jury And Web Site Injury Liability, such pay- ments will not be deemed to be damages for 3. The insurance afforded to the additional In- "bodily injury" and "property damage", or sured is excess over any valid and collectible damages for"personal injury", and will not re- "other insurance" available to such additional duce the limits of insurance. Insured, unless you have agreed in the writ- ten contract that this insurance must be pri- 4. This provision M. does not apply if coverage mary to, or non-contributory with, such "other for "personal injury" liability is excluded by insurance". endorsement 1 1 1 Page 6 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D3 16 07 04 1 rugui ravuiy n 06/10/2011 4TCO2300R7891NDI1 COMMERCIAL GENERAL LIABILITY i 3 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT LThis endorsement modifies insurance provided under the following' COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): ANY DESIGNATED PROJECT(S) YOU ARE REQUIRED $GENERAL AGGREGATE TO INCLUDE A DESIGNATED PROJECT(S) GENERAL LIMIT SHOWN ON THE AGGREGATE LIMIT COVERAGE ON THIS POLICY BY A DECLARATIONS WRITTEN CONTRACT OR WRITTEN AGREEMENT IN EFFECT DURING THIS POLICY PERIOD AND SIGNED AND EXECUTED BY YOU PRIOR TO THE LOSS FOR WHICH COVERAGE IS SOUGHT. A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- loF all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated"project"shown in the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated jed", and that limit is equal to the amount of "Project"spawn in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to _— uled above, apply. However, instead of being subject to 2. The Designated project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the damages under COVERAGE A., except applicable Designated Project General Ag- damages because of"bodily injury" or"prop- gregate Limit. 1E erty damage" included in the "products-- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1). and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION 1), which cannot be attributed only to operations at a single desig- b. Ciaims made or"suits" brought; or nated"project"shown in the Schedule above: c. Persons or organizations making claims or bringing"suits". CG D2 111 01 04 Copyright,The Travelers Indemnity Company, 9 Com an ,2004 Page 1 of 2 ,ss�a r"9u,ra",9 a 06110/2011 COMMERCIAL GENERAL LIABILITY ' 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard" will available under the General Aggregate Limit reduce the Products-Completed Operations Ag- or the Products-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable;and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit_ naffed Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2.of SECTION Ill—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project" means an area away from premises will pay forthe sum of: owned by or rented to you at which you are, per- forming operations pursuant to a contract or a. Damages under Coverage B;and agreement. For the purposes of determining the b- Damages from "occurrences" under applicable aggregate Omit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose con- under COVERAGE C (SECTION 1) which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single "project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. i Page 2 of 2 Copyright,The Travelers indemnity Company,2004 CG D211 01 04 BA230OR78911CNS COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ' AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorse- (d) Costs for extended warranties, Credit Life ment, the provisions of the Coverage Form apply Insurance, Health, Accident or Disability unless modified by the endorsement. Insurance purchased with the loan or A. PERSONAL EFFECTS COVERAGE lease; and SECTION Iil — PHYSICAL DAMAGE COVER- (e) Carry-over balances from previous loans AGE, A. Coverage, 4. Coverage Extensions is or leases. amended by adding the following: C. COVERAGE EXTENSION — AUDIO, VISUAL Personal Effects Coverage AND DATA ELECTRONIC EQUIPMENT NOT DESIGNED SOLELY FOR THE PRODUCTION We will pay up to $400 for "loss" to wearing ap- OF SOUND pare] and other personal effects which are: 1 (1) owned by an"insured"; and SECTION III — PHYSICAL DAMAGE COVER- AGE, B. Exclusions, exception paragraph a. to (2) in or on your covered "auto" exclusions 4.c &4.d is deleted and replaced with I in the event of a total theft"loss" of your covered the following: "auto". a. Equipment and accessories used with such No deductibles apply to Personal Effects Cover- equipment, except tapes, records or discs, ` age provided such equipment is permanently in- B. AUTO LOAN LEASE GAP COVERAGE stalled in the covered "auto"at the time of the "loss" or is removable from a housing unit SECTION III — PHYSICAL DAMAGE COVER- which is permanently Installed in the covered ' AGE, A. Coverage, 4. Coverage Extensions is "auto" at the time of the "loss", and such amended by adding the following: equipment is designed to be solely operated Auto Loan Lease Gap Coverage for Private by use of the power from the "auto's" elechi- Passenger Type Vehicles cai system,in or upon the covered "auto"; or In the event of a total "loss"to a covered "auto"of D. WAIVER OF DEDUCTIBLE—GLASS the private passenger type shown in the Schedule SECTION Ill — PHYSICAL DAMAGE COVER- or Declarations for which Physical Damage Cov- AGE, D. Deductible is amended by adding the erage is provided, we will pay any unpaid amount following: due on the lease or loan for such covered "auto' No deductible for a covered "auto" will apply to less the following: glass damage if the glass is repaired rather than (1) The amount paid under the Physical Damage replaced. Coverage Section of the policy for that"auto"; E. HIRED AUTO PHYSICAL DAMAGE COVER- and AGE (2) Any: SECTION III — PHYSICAL DAMAGE COVER- (a) Overdue leaselloan payments at the time AGE, A. Coverage, 4. Coverage Extensions is of the"loss"; amended by adding the following: (b) Financial penalties imposed under a Hired Auto Physical Damage Coverage Exten- lease far excessive use, abnormal wear sion and tear or high mileage; If hired "autos" are covered "autos" for Liability (c) Security deposits not returned by the les- Coverage and this policy also provides Physical sor; Damage Coverage for an owned "auto", then the CA T4 20 07 06 Includes the copyrighted malarial of Insurance Services Office,Inc,with its permission. Page 1 of 2 Includes the copyrighted material of The Si.Paul Travelers Companies,Inc i COMMERCIAL AUTO Physical Damage Coverage is extended to tent required of you by a written contract exe- "autos" that you hire, rent or borrow subject to the cuted prior to any "accldent" or "loss", pro- following: vided that the"accident" or"loss" arises out of (1) The most we will pay for"loss"In any one the operations contemplated by such con- "accident" to a hired, rented or borrowed tract.The waiver applies only to the person or "auto"Is the lesser of: organization designated in such contract (a) $50,000; G. BLANKET ADDITIONAL INSURED (b) The actual cash value of the dam- SECTION II—LIABILITY COVERAGE, part A. 1. aged or stolen property as of the time Who is An Insured, paragraph c. is amended by of the"loss"; or adding the following: (c) The cost of repairing or replacing the Any person or organization that you are required damaged or stolen property with to include as an additional insured on this Cover- other property of like kind and quality. age Fort in a written contract or agreement that (2) An adjustment for depreciation and is signed and executed by you before the "bodily injury" or"property damage" occurs and that is in physical condition will be made in deter- effect during the policy period is an "insured" for mining actual cash value in the event of a Liability Coverage, but only for damages to which total"loss". this Insurance applies and only to the extent that (3) if a repair or replacement results in better person or organization qualifies as an "insured" than like kind or quality, we will not pay under the Who Is An Insured provision contained for the amount of betterment in Section 11. (4) A deductible equal to the highest Physical H. EMPLOYEE HIRED AUTOS Damage deductible applicable to any SECTION 11 — LIABILITY COVERAGE A- Cov- owned covered "auto". erage, 1.Who Is An Insured is amended by add- (5) This Coverage Extension does not apply ing the following: to: An "employee" of yours is an 'insured" while op- (a) Any"auto"that is hired, rented or bor- erating an "auto" hired or rented under a contract rowed with a driver, or or agreement in that "employee's" name, with (b) Any"auto"that is hired, rented or bor- your permission, while performing duties related rowed from your"employee". to the conduct of your business. F. BLANKET WAIVER OF SUBROGATION I. COVERAGE EXTENSION—TRAILERS SECTION IV—BUSINESS AUTO CONDITIONS, SECTION I — COVERED AUTOS, C. Certain A. Loss Conditions, 5. Transfer Of Rights Of Trailers, Mobile Equipment and Temporary Recovery Against Others To Us is deleted and Substitute Autos, paragraph 1. is deleted and replaced by the following: replaced by the fallowing: S. Transfer Of Rights Of Recovery Against 1. "TraDers" with a load capacity of 3,000 Others To Us pounds or less designed primarily for travel We waive any right of recovery we may have on public roads. against any person or organization to the ex- ( Page 2 of 2 includes the copyrighted material orinsurance Services Office,Inc.with its permission. CA T4 20 07 06 Includes the copyrighted material crThe SL Paul Travelers Companies,Inc. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1-1 1-02 Bid Procedures and Conditions.......................................... 1-3 1-03 Award and Execution of Contract................ 1-5 1-04 Scope of the Work .......................................................... 1-7 1-05 Control of Work .............................................................. 1-9 1-06 Control of Material .......................................................... 1-14 1-07 Legal Relations and Responsibilities to the Public................. 1-16 1-08 Prosecution and Progress ................................................. 1-21 1-09 Measurement and Payment . 1-25 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 PREVAILING WAGE RATES.............................................................. A-1 ' 2012 Asphalt Grinding Project/Faltaous April 11, 2012 KENT SPECIAL PROVISIONS The following Kent Special Provisions modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, Including all published ' amendments issued by those organizations ("Standard Specifications"). Otherwise all provisions of the Standard Specifications shall apply. All references in the Standard Specification to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer, except for references to State statutes or regulations. These Kent Special Provisions also modify and supersede the General Special Provisions. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Special Provisions make reference to a "Section", for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications with all modifications as shown in these Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.3 Definitions tContract Documents The Kent Special Provisions modify and supersede any conflicting provisions of the 2012 Standard Specifications for Road, Bridge, and Municipal construction, as prepared by the Washington State 2012 Asphalt Grinding Project/Faltaous 1 - 1 April 11, 2012 Department of Transportation and the Washington Chapter of the American Public Works Association, Including all published amendments issued by those organizations ("Standard Specifications") as of the date of signature by the Engineer. Otherwise all provisions of the Standard Specifications shall apply. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to a particular work and may include references which do not apply to this particular project. Also incorporated into the Contract Documents by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract Documents shall mean that the Contractor is required to complete the specified work and the cost of such work shall be Included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. Standard Plans A set of specific plans or drawings developed and adopted by the City of Kent, which show frequently recurring components of work that have been standardized for use, hereinafter referred to as the "Standard Plans" or the "City of Kent Standard Plans." Standard Specifications The Standard Specifications for this contract are contained in the following publications: 1. "2012 Standard Specifications for Road, Bridge and Municipal Construction," prepared by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA) Washington State Chapter, including all published amendments issued by those organizations. 2. "Standard Plans for Road, Bridge and Municipal Construction," current edition, prepared by the WSDOT and APWA, hereinafter referred to as the Standard Plans. 3. The current edition of the "National Electrical Code." 2012 Asphalt Grinding Project/Faitaous 1 - 2 April 11, 2012 4. Manual of Uniform Traffic Control Devices (MUTCD), latest Edition Iadopted by WSDOT. All reference in the Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to read City and/or City Engineer. To the extent any inconsistencies exist among any of the four above- listed documents, each document appearing on this list shall have priority over all documents, if any, listed below it. These publications are incorporated in this contract by this reference. The Contractor should note that these publications contain general conditions to this contract, as well as construction details. Responsibility for obtaining these publications rests with the Contractor. L1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City of Kent reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the Invitation to Bid. SECTION 1-02.4(1) IS SUPPLEMENTED BY REVISING THE SECOND ITEM 2 OF THE 6TH PARAGRAPH: 1-02.4(1) General 2. The bidder failed to discover a latent ambiguity that would be discovered by a reasonably prudent contractor in preparing its bid. 2012 Asphalt Grinding Project/Faltaous 1 - 3 April 11, 2012 SECTION 1-02.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-02.4(2) Subsurface Information Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. The soils Information If any, used for design of this project is available for review by the bidder at the following address: City of Kent Public Works Engineering Department 400 W. Gowe Street, Second Floor Kent, WA 98032 SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents Including a "Bid Proposal" for the advertised project from the City of Kent upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.cl.kent.wa.us/procurement. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS SUPPLEMENTED BY OMITTING THE PARENTHETICAL REFERENCE, "(NOT WORDS),"IN THE SECOND PARAGRAPH AND BY ADDING THE FOLLOWING NEW SENTENCE TO THE END OF THE THIRD PARAGRAPH: 1-02.6 Preparation of Proposal ALL BLANKS IN THE PROPOSAL FORMS MUST BE APPROPRIATELY FILLED IN, AND ALL UNIT PRICES MUST BE STATED IN FIGURES. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. 2012 Asphalt Grinding Project/Faltaous 1 - 4 April 11, 2012 SECTION 1-02.7 IS REVISED BY DELETING THE WORDS "CERTIFIED CHECK". 1-02.7 Bid Deposit ' SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal jAll bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: j1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, or file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(h) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified or pre-qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY DELETING THE LAST TWO PARAGRAPHS AND REPLACING WITH THE FOLLOWING: i1-03.1 Consideration of Bids The City of Kent also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. I2012 Asphalt Grinding Project/Faltaous 1 - 5 Apnl 11, 2012 A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the , originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Engineer no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Engineer will review the certified work sheets, to determine validity of the claimed error, and make a recommendation to the City of Kent. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest, responsive, responsible Bidder. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in three (3) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor i shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 2012 Asphalt Grinding Project/Faltaous 1 - 6 April 11, 2012 i No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with the schedule provided In these Special Provisions. ' SECTION 1-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. Be accompanied by a power of attorney for the Surety's officer empowered to sign the bond. 6. Be signed by an officer of the Contractor empowered to sign official statements if the Contractor is a sole proprietor or partner. If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or letter to such effect by the president or vice-president). 7. The "Contract Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Payment and Performance Bond language of the contract. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 3udicial Review Any decision made by the City of Kent regarding the award and ' execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. tSECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. 2012 Asphalt Grinding Project/Faltaous 1 - 7 April 11, 2012 SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: , 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Change Orders 2. The Contract Agreement 3. Addenda 4. Kent Special Provisions 5. Contract Plans 6. Standard Specifications 7. Kent Standard Plans 8. Bid Packet Information SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH. SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid Item contract price, Including any bid Item increase or decrease by more than 25 percent from the original planned quantity. SECTION i-04.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.5 Procedure and Protest by the Contractor The Contractor accepts all requirements of a change order by: (1) j endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that Is not protested as provided In this section shall be full payment and final settlement of all claims for contract time and for direct, indirect, and consequential damages or costs, including costs of delays, related to any work either covered or affected by the change. SECTION 1-04.6 IS DELETED IN ITS ENTIRETY. 1-04.6 Variation in Estimated Quantities SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Adjacent Properties Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, unless separate arrangements are made for use of private property. Before using any private property adjoining the work, the Contractor 2012 Asphalt Grinding Project/Faltaous 1 - 8 April 11, 2012 shall file with the Engineer satisfactory evidence of written permission from the property owner to use that private property. Upon vacating the premises, the Contractor shall furnish the Engineer with a release from all damages, properly executed by the property owner and in a form satisfactory to the City. The Contractor shall confine its equipment, storage of materials and operation of work to the limits indicated by law, ordinances, permits or direction of the Engineer and shall not unreasonably encumber the premises with its materials. 1-05 CONTROL OF WORK DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract documents, the Engineer may correct and remedy such work as may be Identified In the written notice, by such means as the Engineer may deem necessary, including the use of City forces. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the contractor refuses to perform completed by using City or other forces. An emergency situation Is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct or indirect costs Incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the 1 exercise of this right diminish the City's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 2012 Asphalt Grinding Project/Faltaous 1 - 9 April 11, 2012 SECTION 1-05.10 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon the receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized Interruption of the City Facilities, the work necessary to correct the Items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request the Engineer to establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. ' If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for Its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized Interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 2012 Asphalt Grinding Project/Faltaous 1 - 10 April 11, 2012 d 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for Final Inspection, the Contractor, by written notice, shall request the Engineer to schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. Upon correction of all deficiencies, the Engineer will notify the Contractor and the City, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for 2012 Asphalt Grinding Project/Faltaous 1 11 April 11, 2012 which they were Installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the ' satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be Included in the various contract bid Item prices unless specifically set forth otherwise in the contract documents. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.12 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.12 Final Acceptance and Guarantee The Contractor must perform all the obligations under the contract before the Final Acceptance Date can be established. A Certificate of Completion for the work issued by the City will establish the Final Acceptance Date and certify the work as complete. The final contract price may then be calculated. The following must occur before the final acceptance date can be established and the final contract price calculated. 1. The physical work on the project must be complete. 2. The Contractor must furnish all documentation (required by the Contract and required by law) necessary to allow the City to certify the Contract as complete. A Certificate of Completion for the work, signed by the City, will constitute acceptance of the work and shall establish the Final Acceptance Date, but shall not relieve the Contractor of the responsibility to indemnify, defend, and protect the City against any claim or loss resulting from the failure of the Contractor (or the subcontractor or lower tier subcontractors) to pay all laborers, mechanics, subcontractors, material persons, or any other person who provides labor, supplies, or provisions for carrying out the work. Additionally, the issuance of this Certificate of Completion will not constitute acceptance of unauthorized or defective work or material. Moreover, the City in establishing the Final Acceptance Date, shall not be barred from requiring the Contractor to remove, replace, repair, or dispose of any unauthorized or defective work or material or from recovering damages for any such work or material for a period of one (1) year from the date of acceptance by the City of Kent. Final acceptance shall not constitute acceptance of any unauthorized or defective work or material. The City of Kent shall not be barred from requiring the Contractor, at his expense, to remove, replace, repair, or dispose of any unauthorized or defective work or material, or from recovering damages for any such work or material for a period of one year from the date of final acceptance. Contractors shall be barred 2012 Asphalt Grinding Project/Faltaous 1 - 12 April 11, 2012 from bidding on future City projects until the provisions of this section are satisfied. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor ' Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. rSECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. ].-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 2012 Asphalt Grinding Project/Faltaous 1 - 13 April 11, 2012 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION .1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All submitted information shall be clear, sharp, high contrast copies. Accompany each submittal with a letter of transmittal containing the following Information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and Identifying number. 3. Each new submittal shall be sequentially numbered (1, 21 3, etc.). Each resubmlttal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid Item(s) where product will be used. 1-06.6(2) Schedule of Submittals A Schedule of Submittals shall be completed by the Contractor. The schedule can be modified, deducted, or added to by the City. The Schedule shall be available at the preconstruction meeting (see 1-08.0) of the Kent Special Provisions. The Contractor shall submit three (3) copies of a Schedule of Submittals showing the date by which each submittal required for Product Review or Product Information will be made. The Schedule of Submittals must be accepted prior to payment. Identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. Indicate whether the submittal is required for Product Review of Proposed Equivalents, Shop Drawings, Product Data or Samples or required for Product Information only. The Contractor shall allow a minimum of 21 days variable depending on the contract unless otherwise noted for the Engineer's review. See Section 1-08.3(2)B of the Kent Special Provisions for complete submittal review schedule. The Contractor shall also allow adequate time for manufacturer delivery at the construction site without causing delay to the Work. All submittals shall be in accordance with the approved Schedule of Submittals. Submittals shall be made early enough to allow for unforeseen delays such as: 2012 Asphalt Grinding Project/Faltaous 1 - 14 April 11, 2012 1. Failure to obtain Favorable Review because of Inadequate or 1 incomplete submittal or because the item submitted does not meet the requirements of the Contract Documents. Re-reviews may require additional time beyond the 21 days. 2. Delay in manufacture. 3. Delays in delivery. 4. Labor disputes, work slowdowns or strikes. ' 1-06.6(3) Shop Drawings, Product Data and Samples This paragraph covers submittal of Shop Drawings, Product Data and Samples required for the Engineer's review. Number and type of submittals where applicable: 1. Shop Drawings: Submit six copies, two of which will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 2. Product Data: Submit six copies, two of which will be marked, stamped and returned to the Contractor The Contractor shall make and distribute the required number of additional copies to its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly, system or Specification Section. 2. Submittals shall contain all of the physical, technical and performance data required by the specifications or necessary to demonstrate conclusively that the items comply with the requirements of the Contract Documents. 3. Provide verification that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items that are existing or have or will be submitted. j4. Label each Product Data submittal, Shop Drawing and Sample with the information required in this Section. Highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 5. Additional requirements for submittals are contained in the Technical Specification sections and in Section 1-08.3(2)B. Submittals that contain deviations from the requirements of the Contract Documents shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 2012 Asphalt Grinding Project/Faltaous 1 - is April 11, 2012 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, Item or construction and explain its advantages and/or disadvantages to the City. 3. State the reduction in Contract Price, if any, which is offered to the City. , The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with future submissions and additional partial submissions for portions of the work not covered in this submission. Does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies or errors that shall be resolved or corrected by the Contractor prior to subsequent submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to ` accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ' SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: i 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. 2012 Asphalt Grinding Project/Faltaous 1 - 16 April 11, 2012 i The City will not adjust payment to compensate the Contractor for 1 changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04 120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General tThe Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The City of Kent will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City of Kent will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The City may deduct from its payments to the Contractor 1 any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. I1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; 2012 Asphalt Grinding Project/Faltaous 1 - 17 April 11, 2012 water mains and their appurtenances; sanitary sewers and sewage disposal systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and Installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will , automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City of Kent will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City of Kent on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City of Kent has obtained the following permits: None , Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City of Kent. Approved permits shall be furnished to the City of Kent upon completion of the project and prior to final acceptance. I Promptly notify the City of Kent in writing of any variance in the contract documents with the laws, ordinances, rules, regulations, and orders. Necessary changes will be adjusted by appropriate modification. If Contractor performs work knowing it to be contrary to such laws, ordinances, rules, regulations, and orders, and without such notice to the City of Kent, Contractor shall assume full responsibility and bear all costs attributable to Contractor's failure to obtain all necessary permits within the time required. 2012 Asphalt Grinding Project/Faltaous 1 - 18 April 11, 2012 t SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by City forces or other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07.14 IS REVISED BY DELETING THE THIRD, FOURTH, AND FIFTH PARAGRAPHS AND REVISING ALL REFERENCES OF "STATE, COMMISSION, SECRETARY"OR "STATE" TO READ "CITY': 1-07.14 Responsibility for Damage SECTION 1-07.17 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities Chapter 19.122 of the Revised Code of Washington (RCW) relates to underground utilities. In accordance with this RCW, the Contractor shall call the One-Number Locator Service for field locations of utilities (811). If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.22.030 for subscriber utilities. i 2012 Asphalt Grinding Project/Faltaous 1 - 19 April 11, 2012 SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or their agent, and/or once new underground facilities have been Installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of burled facilities for the duration of time needed to avoid future damage by Installation of all planned Improvements at that location. 1-07.17(4) Payment All costs to comply with this section and for the protection and repair specified In RCW 19.122 are Incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall Include all related costs In the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re-marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this j section. 1-07.17(5) Notification of Excavation ■ Within ten business days but not less than two business days prior to i the commencement of excavation, the Contractor shall notify all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined the areas subject to this agreement and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. Contractor further warrants and represents that it has also examined In detail the plans of such utilities provided to it by the City and all other affected utility companies or entities, whether public or private. The following list of contacts is provided only as a convenience to the Contractor and may not constitute a complete or accurate list of all affected utilities. 2012 Asphalt Grinding Project/Faltaous 1 - 20 April 11, 2012 , Comcast Puciet Sound Energy Jim Nies Anita Yurovchak (253) 288-7531 (253) 476-6304 twest Soos Creek Water & Sewer Warren Perkins District (253) 372-5323 Ken VanDenBergh (253) 893-7615 Verizon Louise Popelka (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project agreement, which constitute the Contractor's Insurance requirements for this project. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract documents. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract Documents and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 2012 Asphalt Grinding Project/Faltaous 1 - 21 Apnl 11, 2012 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related Items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction meeting the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required Insurance have been approved by and filed with the City. The Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Also reference Section 1-07.23(1) of the Kent Special Provisions. Except in the case of emergency or unless otherwise approved by the City, the normal straight time working hours for the Contractor shall be any consecutive 4 hour period between 8:30 a.m. and 1:00 p.m. Monday through Friday, unless otherwise specified in the Special Provisions, with a 5-day work week. The normal straight time 4-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than a 4-hour period between 8:30 a.m. and 1:00 p.m. is required. 2012 Asphalt Grinding Project/Faltaous 1 - 22 April 11, 2012 The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may Include, but are not limited to the following: requiring the Engineer or those assistants that the Engineer deems necessary to be present during the work; requiring the Contractor to reimburse the City for the cost of engineering salaries paid City employees who worked during these times; considering the work performed on Saturdays and holidays as working days with regard to the Contract Time. Assistants may include, but are not limited to, street crews; personnel from the City's material testing lab; inspectors; and other City employees when, in the opinion of the Engineer, the Contractor's work necessitates their presence. Recognized holidays shall be as follows: First day of January, third Monday of January, third Monday of February, last Monday of May, fourth day of July, first Monday of September, 11th day of November, fourth Thursday in November and day immediately following, 25th day of December, and any day so designated by the Chief Executive of the State of Washington or by the City of Kent for their employees, as a legal holiday. When any of these holidays occur on Saturday or Sunday, the preceding Friday or the following Monday will be a legal holiday for the City of Kent Employees. 1-08.4(A) Reimbursement for Overtime Work of City Employees Where the Contractor elects to work on a Saturday, Sunday or other holiday, or longer than an 8-hour shift on a regular working day, as defined in the Special Provisions, such work shall be considered as overtime work. On all such overtime work an inspector shall be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's and/or Surveyor's time may be scheduled. The Contractor shall reimburse the City for the full amount of the straight time plus overtime costs for employees of the City required to work overtime hours. The City may deduct these costs from any amounts due or to become due the Contractor. ` 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the 1 City's resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet their accelerated schedule due to the unavailability of City's resources or for other reasons beyond the City's control. 2012 Asphalt Grinding Project/Faltaous 1 - 23 April 11, 2012 The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide the Information required in this section, the City may withhold progress payments until a schedule containing required information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING PARAGRAPH 3 AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion The Contractor shall coordinate the grinding schedule with City crews as directed by the Engineer. The Engineer will give at least 48 hours advanced notice to the Contractor of the schedule. The City expects to approve the award of the contract to the lowest responsive, responsible bidder at or prior to the regularly scheduled City Council meeting (see Section 1-03.3). Following the intent to award notice, the Contractor shall have ten (10) calendar days to provide all required insurance documents and other required submittals. After receipt of all proper documentation, the contract will then be awarded by the authorized City representative. Following the actual award, the City will schedule a preconstruction conference with the Contractor which is planned to occur no later than the estimated date for issuance of Notice to Proceed (see Section 1-03.3). SECTION 1-08.8 IS REVISED BY DELETING ITEMS 1 THROUGH 6 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall perform work on limited segments of the roadway during each working day, as directed by the Engineer, to allow coordination of the Contractor's work with other related work being performed by City crews or other City Contractors. The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The 2012 Asphalt Grinding Project/Faltaous 1 - 24 April 11, 2012 Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the 1 Engineer, and such determination will be final as provided in Section 1- 05.1. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment ITrucks and Tickets Each truck to be weighed shall bear a unique identification number. This number shall be legible and in plain view of the scale operator. Each vehicle operator shall obtain a weigh or load ticket from the scale operator. The Contractor shall provide tickets for self printing scales. All tickets shall, at a minimum, contain the following information: 1. Ticket serial number (this is already imprinted on the tickets). 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Item number. 8. Contract number. 9. Unit of measure. 10. Legal gross weight in Remarks section. 11. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.5 Deleted or Terminated Work The bidders and contractor should note that in the case that the unit bid prices exceed those anticipated by the City of Kent, the City reserves the right to delete portions of the work to avoid re-bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted 2012 Asphalt Grinding Project/Faltaous 1 - 25 April 11, 2012 funds. Deletion would be made if bids exceed available funds, if weather conditions are poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following location list: Location • 132"d Ave. SE from SE 212th PI. to SE 2181h PI. • 132"d Ave. SE from SE 2261h St. to SE 2341h St. • 132"d Ave. SE from SE 2401h St. to SE 248th St. • 132"d Ave. SE from SE 255th St. to SE 2615t PI • 132"d Ave. SE from SE 2681h St. to SE 276th St. • 124th Ave. SE from SE 192"d St. to SE 208th St. • SE 208th St. from 108th Ave. SE to 1101h Ln. SE • S. 2121h St. at 72"d Ave. S. • S. 212" St./S. 208th St. from SR 167 to SE 106th PI • 1161h Ave. SE from SE 231s' PI. to SE 240th St. • 104th Ave. SE from SE 260th St. to SE 267th St. • 97" PI. S. from Canyon Dr. to 1001h PI. SE • 80th Ave. S. from S. 1961h St. to S. 188th St. • W. James St from Lakeside Blvd. E. to 681h Ave. S. • W. Meeker St. from Russell Rd. to 64th Ave. S. • Reith Rd. from Military Rd. S. to 42"d Ave. S. • S. 2601h St./S. 2591h PI. from Pacific Highway S. to I-5 • 1241h Ave. SE from SE 2561h St. to SE 2701h St. • SE 2481h St. from 941h Ave. S. to 1041h Ave. SE • 64th Ave. S. from S. 228th St. to S. 2261h St. • SE 256th St. from 1401h Ave. SE to 1481h Ave. SE THE FIRST PARAGRAPH OF SECTION 1-09.7 IS SUPPLEMENTED BY ADDING , THE FOLLOWING: 1-09.7 Mobilization 1 Mobilization shall also include moving any and all personnel, materials and equipment from one site to another as specified in the Contract documents. Contractors amount bid for mobilization shall not exceed ten (10) percent of the total bid amount for the project. SECTION 1-09.9(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.9(1) Retained Percentage , There will be reserved and retained from monies earned by the Contractor, as determined by the progress estimates approved and accepted by the City, a sum equal to five percent of all amounts of such estimates. Withholding, management, and release of such retained monies shall be in accordance with the provisions of Chapter 60.28, RCW. 2012 Asphalt Grinding Prolect/Faltaous 1 - 26 April 11, 2012 At the option of the Contractor, the retained funds shall be: 1. Retained in a fund by the City; 2. Deposited by the City in an interest bearing account in a bank, mutual savings bank, or savings and loan association. Interest on moneys reserved by the City under the provision of a public improvement contract shall be paid to the Contractor; 3. Placed in escrow with a bank or trust company by the City. When the moneys reserved are placed in escrow, the City shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the Contractor jointly. This check shall be converted into bonds and securities chosen by the Contractor and approved by the City and the bond and securities shall be held in escrow. Interest on the bonds and securities shall be paid to the Contractor as the interest accrues. The Contractor shall notify the Engineer regarding the option chosen for holding the retained funds as soon as possible after the Contract award, but at any rate within twenty calendar days from the date of issuance of the Notice to Proceed. If Contractor does not so notify the City, the Contractor shall be deemed to have made a final decision to place the monies retained in a fund by the City (Item (1) above). jThe Contractor in choosing option (2) or (3) agrees to assume full responsibility to pay all costs which may accrue from escrow services, brokerage charges or both, and further agrees to assume all risks in connection with the investment of the retained percentages in securities. The City may also, at its option, accept a bond for all or a portion of the Contractor's retainage. Release of retained percentage will be made sixty (60) days following the Completion date (pursuant to RCW 39.12, RCW 39.76, and RCW 60.28) provided the following conditions are met: 1. On contracts totaling more than $20,000.00, a release has been obtained from the Washington State Department of Revenue (RCW 60.28.051). 2. No claims, as provided by law, have been filed against the retained percentage. 3. Affidavit of Wages Paid is on file with the City for the Contractor and all Subcontractors regardless of tier (RCW 39.12.040). 4. Asbuilt plans have been submitted to owner if required under the contract. ' In the event claims are filed, the Contractor will be paid the retained percentage less an amount sufficient to pay any claims, together with a sum determined by the City sufficient to pay the cost of foreclosing on claims and to cover attorney's fees. Retainage will not be reduced for any reason below the minimum limit provided and allowed by law. 2012 Asphalt Grinding Project/Faltaous 1 - 27 April 11, 2012 Pursuant to Section 1-07.10, the Contractor is responsible for submitting to the State L&I a "Request for Release" form in order for the City to obtain a release from that department with respect to the payments of industrial Insurance medical aid premiums. The City will ensure the Washington State Employment Security Department is notified of contract completion in order to obtain releases from that department. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond completion date. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. 2012 Asphalt Grinding Project/Faltaous 1 - 28 April 11, 2012 , SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: r1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the Standard Specifications and any special provisions provided for in the contract for claims and resolution 1 of disputes. The provisions of these sections and the special provisions must be complied with, in full, as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. r 1 I r t r 2012 Asphalt Grinding Project/Faltaous 1 - 29 April 11, 2012 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description 1 This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's ' operations. 1 1 t t i t t 2012 Asphalt Grinding Project/Faltaous 2 - 1 April 11, 2012 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 1 5-04 HOT MIX ASPHALT SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: i5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid Items when they are included in the Proposal: The unit contract price per half day for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary to plane asphalt concrete pavement as directed by the Engineer. The time associated with moving the equipment will not be included in the half day time for planing bituminous pavement. Payment shall be made upon actual half days of work time, regardless of the full planing capacity of the equipment used. It is anticipated that either a 28-inch or 48-inch grinder wheel will be used to remove rutted areas. City crews will replace the removed asphalt following the grinder. No payment will be made for work beyond the half day unless authorized in writing by the Engineer. iThroughout the project, each working day may include a single half-day shift, two half-day shifts (morning and afternoon), or no half-day shifts. A half day is defined as four hours of asphalt grinding, not including equipment setup, transport or maintenance time or other similar activities. If the City directs the Contractor to begin a half-day shift, the City will compensate the Contractor for a complete half-day shift even if the City stops the shift in fewer than four hours. The City will notify the Contractor at least 48 hours in advance of the anticipated schedule. The City will provide traffic control, trucks for hauling and sweeping. The Contractor will provide the grinder, operators and spotters as needed to operate the grinder. 2012 Asphalt Grinding Project/Faltaous 5 - 1 Apnl 11, 2012 PREVAILING WAGE RATES I 1 t 1 1 1 I t I 2012 Asphalt Grinding Project/Faltaous A 1 April 11, 2012 State of Washington I Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 rWashington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe enefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 05/01/2012 aunty _Trade Jab Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $40.03 5D 1 H ng Boilermake_r_s Journey Level $60.24 5N 1C Ting Brick Mason Brick And Block Finisher $41.41 5A 1M rig Brick Mason Journey Level $48.27 5A 1M j ing Brick Mason Pointer-Caulker-Cleaner $48.27 5A 1M King Building Service Employees Janitor $19.52 5S 2F rig Building Service Employees Traveling Waxer/shampooer $19.93 5S 2F Ong Building Service Employees Window Cleaner (Scaffold) $23.94 5S 2F King Budding Service Employees Window Cleaner(non-scaffold) $23.08 5S 2F rig Cabinet Makers (in Shop) Journey Level $22.74 1 Ting Carpenters Acoustical Worker $48.63 5D 1M ng Carpenters Bridge, Dock And Wharf Carpenters $48.47 5A 1M ng Carpenters Carpenter $48.47 5D 1M King Carpenters Creosoted Material $48.57 5D 1M rig Carpenters Floor Finisher $48.60 5D 1M rig Carpenters Floor Layer $48.60 5D 1M ng Carpenters Floor Sander $48.601 5D 1M ng Carpenters Sawfiler $48.60 5D 1M King Carpenters Shingler $48.60 5D 1M Ong Carpenters Stationary Power Saw Operator $48.60 5D 1M Ong Carpenters Stationary Woodworking Tools $48.60 5D 1M King Cement Masons Journey Level $49.15 7A 1M rig Divers Et Tenders Diver $100.28 5D 1_M 8A ng Divers Et Tenders Diver On Standby $56.68 5D 1M ng Divers Et Tenders Diver Tender $52.23 5D 1M ng Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers & Tenders Surface Rcv Et Rov Operator Tender $48.67 5A 1 B rig Dredge Workers Assistant Engineer $49.57 5D 1T 8L ng Dredge Workers Assistant Mate(deckhand) $49.06 5D 1T 8L King Dredge Workers Engineer Welder $49.62 5D 1T 8L ng Dredge Workers Leverman, Hydraulic $51.19 5D 11 8L ing Dredge Workers Maintenance $49.06 5D 1_T 8_L ) rig Dredge Workers Mates And Boatmen $49.57 5D 1T 8L King Dredge Workers Oiler $49.19 5D 1T 8L King Drywalt Applicator Journey Level $48.47 5D 1M King Drywall Tapers Journey Level $48.79 5P 1E King Electrical Fixture Maintenance Journey Level $25.34 5L 1 E Workers King Electricians_-_Inside Cable Splicer $61.93 7C 2W King Electricians -Inside Cable Splicer (tunnel) $66 55 7C 2W King Electricians - Inside Certified Welder $59.83 7C 2W King Electricians_- Inside Certified Welder (tunnel) $64.23 7C 2W King Electricians-_I_nside Construction Stock Person $31 83 7C 2W King Electricians - Inside Journey Level $57.72 7C 2W King Electricians- inside Journey Level (tunnel) $61.93 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powertine Construction Cable Splicer $64.95 5A 4A 'King Electricians - Powerline Construction Certified Line Welder $59 37 5A 4A King Electricians - Powerhne Construction Groundperson $42.16 5A 4A King Electricians - Powerhne Construction Head Groundperson $44.50 5A 4A King Electricians - Powerline Construction Heavy Line Equipment Operator $59.37 5A 4A King Electricians - Powertme Construction Jackhammer Operator $44.501 5A 4A King Electricians - Powerhne Construction Journey Level Lineperson $59 37 5A 4A King Electricians - Powerline Construction Line Equipment Operator $49.95 5A 4A King Electricians - Powerline Construction Pole Sprayer $59.37 5A 4A King Electricians - Powerline Construction Powderperson $44.50 5A 4A King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $75.241 7D 4A King Elevator Constructors Mechanic In Charge $82 00 7D 4A King Fabricated Precast Concrete All Classifications - in-Factory Work $14.15 5B 2K Products Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $33.93 7A 2Y King Glaziers Journey Level $50 91 7L 1Y King Heat Et Frost Insulators And Asbestos Journeyman $55.68 5.1 1S Workers King Heating Equipment Mechanics Journey Level $67.82 7F 1E King Hod Carriers Et Mason Tenders Journey Level $41.28 7A 2Y King Industrial Engine And Machine Journey Level $15.65 1 Mechanics King Industrial _P_ower Vacuum Cleaner Journey Level $9.24 1 King Inland Boatmen Boat Operator $51.95 5B 1K King Inland Boatmen Cook $48.62 5B 1K King Inland Boatmen Deckhand $48.62 5B 1K King Inland Boatmen Deckhand Engineer $49.60 5B 1K King Inland Boatmen Launch Operator $50.80 5B 1K King Inland Boatmen Mate $50.80 5B 1K King Inspection/Cleaning/Seating Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Ex Water_Sy_stems By Remote Control King I_n_spection/Cleaning/Seating Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote • ur n r • . r ��r • • •n • rn..... Control Ong Inspection/Cleaning/Seating Of Head Operator $24.91 1 Sewer Et Water Systems BE3Y Remote Control rig Inspection/Cleaning/Sealmg-Of Technician $19.33 1 Sewer Et Water Systems By Remote Control rig Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control ing Insulation Applicators Journey Level $48 47 5D 1M King Ironworkers Journeyman $58 27 7N 10 rig Laborers Air, Gas Or Electric Vibrating Screed $40.03 7A 2Y rig Laborers Airtrac Drill Operator $41.28 7A 2Y 4 King Laborers Ballast Regular Machine $40.03 7A 2Y ng Laborers Batch Weighman $33.93 7A 2Y ing Laborers Brick Pavers $40.03 7A 2Y rig Laborers Brush Cutter $40.03 7A 2Y rig Laborers Brush Hog Feeder $40.03 7A 2Y King Laborers Burner $40.03 7A 2Y ng Laborers Caisson Worker $41.28 7A 2Y ng Laborers Carpenter Tender $40.03 7A 2Y ,Ling Laborers Caulker $40.031 7A 2Y rig Laborers Cement Dumper-paving $40.77 7A 2Y King Laborers Cement Finisher Tender $40.03 7A 2Y Ong Laborers Change House Or Dry Shack $40.03 7A 2Y Ong Laborers Chipping Gun (under 30 Lbs.) $40 03 7A 2Y King Laborers Chipping Gun(30 Lbs. And Over) $40.77 7A 2Y ng Laborers Choker Setter $40.03 7A 2Y ng Laborers Chuck Tender $40.03 7A 2Y rig Laborers Clary Power Spreader $40.77 7A 2Y ing Laborers Clean-up Laborer $40.03 7A 2Y King Laborers Concrete Dumper/chute Operator $40.77 7A 2Y ng Laborers Concrete Form Stripper $40.031 7A 2Y ng Laborers Concrete Placement Crew $40.77 7A 2Y King Laborers Concrete Saw Operator/core Driller $40 77 7A 2Y lirig Laborers Crusher Feeder $33.93 7A 2Y ng Laborers Curing Laborer $40.03 7A 2Y ng Laborers Demolition: Wrecking Et Moving $40.03 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.03 7A 2Y Ong Laborers Diver $41.28 7A 2Y Ong Laborers Drill Operator (hydrautic,diamond) $40 77 7A 2Y King Laborers Dry Stack Walls $40.03 7A 2Y ng Laborers Dump Person $40.03 7A 2Y ng Laborers Epoxy Technician $40.03 7A 2Y i rig Laborers Erosion Control Worker $40.03 7A 2Y rig Laborers Faller Et Bucker Chain Saw $40.77 7A I 2Y King Laborers Fine Graders $40.031 7A I 2Y ffing Laborers Firewatch $33.931 7A 2Y King Laborers Form Setter $40.031 7A 2Y King Laborers Gabian Basket Builders $40.031 7A 2Y King Laborers General Laborer $40.03 7A 2Y King Laborers Grade Checker l3 Transit Person $41.28 7A 2Y King Laborers Grinders $40 03 7A 2Y King Laborers Grout Machine Tender $40 03 7A 2Y King Laborers Groutmen (pressure)including Post $40.77 7A 2Y Tension Beams King Laborers Guardrail Erector $40.03 7A 2Y King Laborers Hazardous Waste Worker (level A) $41.28 7A 2Y King Laborers Hazardous Waste Worker (level B) $40.77 7A 2Y King Laborers Hazardous Waste Worker ([eve[ C) $40.03 7A 2Y King Laborers High Scaler $41.28 7A 2Y King Laborers Jackhammer $40.77 7A 2Y King Laborers Laserbea m Operator $40.77 7A 2Y King Laborers Maintenance Person $40.03 7A 2Y King Laborers Manhole Builder-mudman $40.77 7A 2Y King Laborers Material Yard Person $40 03 7A 2Y King Laborers Motorman-dinky Locomotive $40.771 7A 2Y King Laborers Nozzleman (concrete Pump, Green $40.77 7A 2Y Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla 'King Laborers Pavement Breaker $40.77 7A 2Y King Laborers Pilot Car $33 93 7A 2Y King Laborers Pipe Layer Lead $41.28 7A 2Y King Laborers Pipe Layer/tailor $40.77 7A 2Y King Laborers Pipe Pot Tender $40.77 7A 2Y King Laborers Pipe Reliner $40.77 7A 2Y King Laborers Pipe Wrapper $40.77 7A 2Y King Laborers Pot Tender $40.03 7A 2Y King Laborers Powderman $41.281 7A 2Y King Laborers Powderman's Helper $40.03 7A 2Y King Laborers Power Jacks $40.77 7A 2Y King Laborers Railroad Spike Puller - Power $40.77 7A 2Y King Laborers Raker - Asphalt $41.28 7A 2Y King Laborers Re-timberman $41.28 7A 2Y King Laborers Remote Equipment Operator $40.77 7A 2Y King Laborers Rigger/signal Person $40.77 _7_A 2Y King Laborers Rip Rap Person $40.03 7A 2Y King Laborers Rivet Buster $40.77 7A 2Y King Laborers Rodder $40.77 7A 2Y King Laborers Scaffold Erector $40.03 7A 2Y King Laborers Scale Person $40.031 7A 2Y King Laborers Sloper (over 20") $40.77 7A 2Y King Laborers Sloper Sprayer $40 03 7A 2Y King Laborers Spreader (concrete) $40.77 7A 2Y King Laborers Stake Hopper $40.03 7A 2Y King Laborers Stock Piler $40.03 7A 2Y Ing Laborers Tamper Et Similar Electric, Air Et Gas $40.77 7A 2Y Operated Tools King Laborers Tamper (multiple Et Self-propelled) $40.77 7A 2Y �ng Laborers Timber Person - Sewer (lagger, $40.77 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.031 7A 2Y ng Laborers Topper $40.031 7A 2Y ng Laborers Track Laborer $40.03 7A 2Y rig Laborers Track Liner (power) $40.77 7A 2Y rig Laborers Truck Spotter $40.03 7A 2Y King Laborers Tugger Operator $40.77 7A 2Y 1ng Laborers Tunnel Work-Compressed Air Worker $52.08 7A 2Y 8Q 0-30 psi King Laborers Tunnel Work-Compressed Air Worker $57.08 7A 2Y 8Q 30.01-44 00 psi rig Laborers Tunnel Work-Compressed Air Worker $60.76 7A 2Y 8Q 44.01-54.00 psi �ng Laborers Tunnel Work-Compressed Air Worker $66.46 7A 2Y 8Q 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air Worker $68.58 7A 2Y 8Q 60.01-64.00 psi rig Laborers Tunnel Work-Compressed Air Worker $73.68 7A 2Y 8Q 64.01-68 00 psi �ng Laborers Tunnel Work-Compressed Air Worker $75.58 7A 2Y 8Q 68.01-70.00 psi King Laborers Tunnel Work-Guage and Lock Tender $41.38 7A 2Y 8Q rig Laborers Tunnel Work-Miner $41.38 7A 2Y 8Q Ong Laborers Vibrator $40.77 7A 2Y ing Laborers Vinyl Seamer $40.03 7A 2Y rig Laborers Watchman $30.84 7A 2Y King Laborers Welder $40.771 7A 2Y ng Laborers Well Point Laborer $40 77 7A 2Y ng Laborers Window Washer/cleaner $30.84 7A 2Y King Laborers Underground_Sewer Et General Laborer Et Topman $40.03 7A 2Y Water rig Laborers - Underground Sewer Et Pipe Layer $40.77 7A 2Y Water �ng Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment Operators Or $28 17 1 Truck Drivers ng Landscape Construction Landscaping or Planting Laborers $17.87 1 King Lathers Journey Level $48.741 5D 1H rig Marble Setters Journey Level $48.27 5A 1M Ting Metal Fabrication (In Shop) Fitter $15.86 1 ng Metal Fabrication (In Shop) Laborer $9.78 1 ng Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 rig Metal Fabrication (in Shop) Welder $15.48 1 rig Millwright Journey Level $49.47 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1- King Modular Buildings Welder $11 561 1 King Painters Journey Level $35 72 67 2B King Pile Driver Journey Level $48.67 5A 1M King Plasterers Journey Level $46.88 7Q 1R King Playground Et Park Equipment Journey Level $9.04 1 Installers King Plumbers & P1Pefitters Journey Level $70.84 6Z 1G King Power Equipment Operators Asphalt Plant Operators $50.39 7A 1T 8P King Power Equipment Operators Assistant Engineer $47.12 7A 1T 8P King Power Equipment Operators Barrier Machine (zipper) $49.90 7A 1T 8P King Power Equipment Operators Batch Plant Operator, Concrete $49.90 7A 1T 8P King Power Equipment Operators Bobcat $47.121 7A 1T 8P King Power Equipment Operators Brokk - Remote Demolition $47.12 7A 1T 8P Equipment King Power Equipment Operators Brooms $47.12 7A 1T 8P King Power Equipment Operators Bump Cutter $49.90 7A 1T 8P King Power Equipment Operators Cableways $50 39 7A 1T 8P King Power Equipment Operators Chipper $49.901 7A 1T 8P King Power Equipment Operators Compressor $47.12 7A 1T 8P King Power Equipment Operators Concrete Pump: Truck Mount With $50.39 7A 1T 8P Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $47.12 7A 1T 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $49.90 7A 1T 8P Boom Attachment Up To 42m King Power Equipment Operators Conveyors $49.48 7A 1T 8P King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P With Attachments Overhead, Bridge Type Crane. 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 Tons, $50.94 7A IT 8P or 150' of boom (including jib with attachments); Overhead, bridge type, 100 tons and over; Tower crane up to 175' in height, base to boom. King Power Equipment Operators Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $50 39 7A 1T 8P Under 150' Of Boom (including Jib , With Attachments) King Power Equipment Operators Cranes. A-frame - 10 Tons And Under $47.12 7A 1T 8P King Power Equipment Operators Cranes: Friction 100 Tons Through $51.51 7A 1T 8P , 199 Tons Ong Power Equipment Operators Cranes: Friction Over 200 Tons $52.07 7A 1T 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Boom (including Jib With Attachments) King Power Equipment Operators Cranes Through 19 Tons With $49.48 7A 1T 8P Attachments A-frame Over 10 Tons Ong Power Equipment Operators Crusher $49.90 7A 1T 8P King Power Equipment Operators Deck Engineer/deck Winches $49.90 7A 1T 8P (power) rig Power Equipment Operators Derricks, On Building Work $50.39 7A 1T 8P ing Power Equipment Operators Dozer Quad 9, HD 41, D10 and Over $50.39 7A 1T 8P rig Power Equipment Operators Dozers D-9 Et Under $49.48 7A 1T 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Crane Mount rig Power Equipment Operators Drilling Machine $49.90 7A 1T 8P King Power Equipment Operators Elevator And Man-lift: Permanent $47.12 7A 1T 8P And Shaft Type rig Power Equipment Operators Finishing Machine, Bidwell And $49.90 7A 1T 8P Gamaco Et Similar Equipment rig Power Equipment Operators Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Attachments King Power Equipment Operators Forklifts Under 3000 Lbs. With $47 12 7A 1T 8P Attachments rig Power Equipment Operators Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Cut Sheets, Etc Ong Power Equipment Operators Gradechecker/stakeman $47.12 7A 1T 8P Ong Power Equipment Operators Guardrail Punch/Auger $49.90 7A 1T 8P King Power Equipment Operators Hard Tait End Dump Articulating Off- $50.39 7A 1_T 8P Road Equipment 45 Yards. Et Over rig Power Equipment Operators Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P road Equipment Under 45 Yards ng Power Equipment Operators Horizontal/directional Drill Locator $49.48 7A 1T 8P %ng Power Equipment Operators Horizontal/directional Drill Operator $49.90 7A 1T 8P ing Power E ui men_t Operators Hydrabfts/boom Trucks Over 10 $49.48 7A 1T 8P Tons rig Power Equipment Op_erator_s Hydralifts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Under ng Power Equipment Operators Loader, Overhead 8 Yards. Et Over $50.94 7A 1T 8P Ting Power Equipment Operators Loader, Overhead, 6 Yards. But Not $50.39 7A 1T 8P Including 8 Yards rig Power Equipment Operators Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P King Power Equipment Operators Loaders, Plant Feed $49.90 7A 1T 8P Ong Power Equipment Operators Loaders: Elevating Type Belt $49.481 7A _1_T 8P rig Power Equipment Operators Locomotives, All $49 90 7A 1T 8P King Power Equipment Operators Material Transfer Device $49.90 7A 1T 8P rig Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Hour Over Mechanic) King JPower Equipment Operators Mixers: Asphalt Plant $49.90 7A 1T 8P ng Power Equipment Operators Motor Patrol Grader - Non-finishing $49.481 7A 1_T 8P mg Power Equipment Operators Motor Patrol Graders, Finishing $50.39 7A 1T 8P �ng Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Boring, Road Header And/or Shield King Power Equipment-Operators Oil Distributors, Blower Distribution $47.12 7A 1T BP Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $49.48 7A 1T 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Through 99 Tons King Power Equipment Operators Pavement Breaker $47 12 7A 1T 8P 'King Power Equipment Operators Pile Driver (other Than Crane Mount) $49 90 7A 1T 8P King Power Equipment Operators Plant Otter - Asphalt, Crusher $49.48 7A 1T 8P King Power Equipment Operators Posthole Digger, Mechanical $47.12 7A 1T 8P King Power Equipment Operators Power Plant $47.12 7A 1T 8P , King Power Equipment_Operators Pumps - Water $47.121 7A 1T 8P King Power Equipment Operators Quick Tower - No Cab, Under 100 $47 12 7A 1T 8P Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $50.39 7A 1T 8P Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $47.12 7A 1T 8P King Power Equipment Operators Rollagon $50.391 7A 1T 8P King Power Equipment Operators Roller, Other Than Plant Mix $47.12 7A 1T 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $49.90 7A 1T 8P King Power Equipment Operators Saws - Concrete $49.48 7A 1T 8P King Power Equipment Operators Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Yards King Power Equipment Operators Scrapers - Concrete 8 Carry All $49.48 7A 1T 8P King Power Equipment_Operators Scrapers, Self-propelled 45 Yards $50.39 7A 1T 8P And Over King Power Equipment Operators Service Engineers - Equipment $49 48 7A 1T 8P King Power Equipment Operators Shotcrete/gunrte Equipment $47.12 7A 1T 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe• Over 30 $50.39 7A 1T 8P Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $49.90 7A 1_T 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes- Over $50.94 7A 1T _8_P 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P 90 Metric Tons King Power Equipment Operators Slipform Pavers $50.39 7A 1T 8P King Power Equipment Operators Spreader, Topsider Et Screedman $50.39 7A 1T 8P King Power Equipment Operators Subgrader Trimmer $49.90 7A 1T 8P King Power Equipment Operators Tower Bucket Elevators $49 48 7A 1T 8P King Power Equipment Operators Tower Crane Over 175'in Height, $51.51 7A 1T 8P Base To Boom King Power Equipment Operators Tower Crane Up To 175' In Height $50.94 7A 1T 8P Base To Boom King Power E uipment_OOperators Transporters, Alt Track Or Truck $50.39 7A 1T 8P Type j King Power Equipment Operators Trenching Machines $49.48 7A 1T 8P Ing _Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P And Over King Power Equipment Operators Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Tons rig Power Equipment Operators Truck Mount Portable Conveyor $49.90 7A 1T 8P King Power Equipment Operators Welder $50.39 7A 1T 8P ng Power Equipment Operators Wheel Tractors, Farmall Type $47.12 7A 1T 8P 'Ring Power Equipment Operators Yo Yo Pay Dozer $49.90 7A 1T 8P ng Power Equipment Operators- Asphalt Plant Operators $50 39 7A 1T 8P Underground Sewer Et Water Ting Power Equipment Operators- Assistant Engineer $47.12 7A 1T 8P Underground Sewer Er Water ing Power Equipment Operators- Barrier Machine (zipper) $49 90 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Batch Plant Operator, Concrete $49.90 7A 1T 8P Underground Sewer Et Water Ting Power Equipment Operators- Bobcat $47.12 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Brokk - Remote Demolition $47 12 7A 1T 8P Underground Sewer Et Water Equipment ng Power Equipment Operators- Brooms $47.12 7A 1T 8P Underground Sewer 5t Water Ting Power Equipment Operators- Bump Cutter $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Cableways $50.39 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Chipper $49.90 7A 1T 8P Underground Sewer £t Water Ting Power Equipment Operators- Compressor $47.12 7A 1T 8P Underground Sewer Et Water i rig Power Equipment Operators- Concrete Pump: Truck Mount With $50.39 7A 1T 8P Underground Sewer Et Water Boom Attachment Over 42 M ng Power Equipment Operators- Concrete Finish Machine -laser $47.12 7A 1T 8P Underground Sewer Et Water Screed Ting Power Equipment Operators- Concrete Pump - Mounted Or Trailer $49.48 7A 1T 8P Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure. Trig Power Equipment Operators- Concrete Pump: Truck Mount With $49.90 7A 1T 8P Underground Sewer ft Water Boom Attachment Up To 42m rig Pow er_Equipment Operators- Conveyors $49.48 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $49.90 7A 1T 8P Underground Sewer Et Water With Attachments Overhead, Bridge Type Crane. 20 Tons Through 44 Tons ng Power Equipment Operators- Cranes: 200 Tons To 300 Tons, Or $51.51 7A 1T 8P Underground Sewer Et Water 250' Of Boom (including Jib With Attachments) �ng Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $50.39 7A 1T 8P Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) ng Power Equipment Operators- Cranes: A-frame - 10 Tons And Under $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Friction 100 Tons Through $51.51 7A 1T 8P Underground Sewer Et Water 199 Tons 1 KbV 1 V V l 1 King Power Equipment Operators- Cranes: Friction Over 200 Tons $52.07 7A 1T 8P Underground Sewer 8t Water King Power Equipment Operators_ Cranes: Over 300 Tons Or 300' Of $52.07 7A 1T 8P Underground Sewer Et Water Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $49.48 7A 1T 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $49.90 7A 1T 8P Underground Sewer Et Water King Power Eclui pm ent Operators- Deck Engineer/deck Winches $49.90 7A 1T 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and Over $50 39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $49.48 7A 1T 8P Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $49.90 7A 1T 8P Underground_Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $47.12 7A 1T 8P Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $49.90 7A 1T 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $49.48 7A 1T 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $47.12 7A 1T 8P , Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $49.90 7A 1T 8P Underground Sewer-Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump Articulating Off- $50.39 7A 1T 813 Underground Sewer Et Water Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating Off- $49.90 7A 1T 8P Underground Sewer Et Water road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill Locator $49.48 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Horizontal/directional Drill Operator $49.90 7A 1T 8P Underground Sewer Et Water , King Power Equipment Operators- Hydrahfts/boom Trucks Over 10 $49.48 7A 1T 8P Underground Sewer & Water Tons King Power Equipment Operators- Hydrahfts/boom Trucks, 10 Tons And $47.12 7A 1T 8P Underground Sewer Et Water Under King Power Equipment Operators- Loader, Overhead 8 Yards 8t Over $50.94 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards But Not $50.39 7A 1T 8P Underground Sewer £t Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $49.90 7A 1T 8P Underground Sewer Et Water • u5v .. v. • . Ing Power Equipment Operators- Loaders: Elevating Type Belt $49.48 7A 1T 8P Underground Sewer it Water King Power Equipment Operators- Locomotives, All $49.90 7A 1T 8P Underground Sewer Et Water rig Power_Equipment Operators- Material Transfer Device $49.90 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $50.94 7A 1T 8P Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $49.90 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Motor Patrol Grader - Non-finishing $49.48 7A 1T 8P Underground Sewer 8 Water �ng Power Equipment Operators- Motor Patrol Graders, Finishing $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel Drill, $50.39 7A 1T 8P Underground Sewer Et Water Boring, Road Header And/or Shield rig Power Equipment Operators- Oil Distributors, Blower Distribution $47.12 7A 1T 8P Underground Sewer Et Water Et Mulch Seeding Operator �ng Power Equipment Operators- Outside Hoists (elevators And $49.48 7A 1T 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $50.39 7A 1T 8P Underground Sewer Et Water Through 99 Tons rig Power Equipment Operators- Pavement Breaker $47.12 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Pile Driver (other Than Crane Mount) $49.90 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $49 48 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Posthole Digger, Mechanical $47.12 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Power Plant $47.12 7A 1T 8P Underground Sewer Et Water King Power_Equipment Operators- Pumps - Water $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Quick Tower - No Cab, Under 100 $47.12 7A 1T 8P Underground Sewer Et Water Feet In Height Based To Boom �ng Power_Equipment Operators- Remote Control Operator On Rubber $50 39 7A 1T 8P Underground Sewer Et Water Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $47.12 7A 1T 8P Underground Sewer Et Water rig Power Equipment Operators- Rollagon $50.39 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Roller, Other Than Plant Mix $47.12 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $49.48 7A 1T 8P Underground_Sewer Et Water Matenals �ng Power Equipment Operators- Roto-mill, Roto-grinder $49.90 7A 1T 8P Underground Sewer Et Water ng Power Equipment Operators- Saws - Concrete $49.48 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $49.90 7A 1T 8P Underground Sewer Et Water Yards rig Power Equipment Operators- Scrapers - Concrete Et Carry All $49.48 7A 1T 8P Underground Sewer Et Water �ng Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $50.39 7A I 1T 8P w5., . . . , Underground_Sewer_Et Water And Over King Power Equipment Operators- Service Engineers - Equipment $49.48 7A 1T 8P Underground Sewer a Water King Power Equipment Operators- Shotcrete/gunrte Equipment $47.12 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $49.48 7A 1T 8P Underground Sewer It Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: Over 30 $50.39 7A 1T 8P Underground Sewer & Water Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $49.90 7A 1T 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes Over $50 94 7A 1T 8P Underground Sewer & Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $51.51 7A 1T 8P Underground Sewer_& Water 90 Metric Tons King Power Equipment Operators- Shpform Pavers $50.39 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Spreader, Topsider & Screedman $50.39 7A 1T 8P Underground Sewer & Water 'King Power Equipment Operators- Subgrader Trimmer $49.90 7A 1T 8P UP Underground Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $49.48 7A 1T 8P Underground Sewer & Water King Power Equipment Operators. Tower Crane Over 175)n Height, $51.51 7A 1T 813 Underground Sewer & Water Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In Height $50.94 7A 1T 8P Underground Sewer & Water Base To Boom King Power Equipment Operators- Transporters, All Track Or Truck $50.39 7A 1T 8P Underground Sewer & Water Type King Power Equipment Operators- Trenching Machines $49.48 7A 1T 8P Underground Sewer It Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $49.90 7A 1T 8P Underground_Sewer Et_Water And Over King Power Equipment Operators- Truck Crane Oiler/driver Under 100 $49.48 7A 1T 8P Underground Sewer_& Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $49 90 7A 1T 8P Underground Sewer It Water King Power Equipment Operators- Welder $50.39 7A 1T 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $47.12 7A 1T 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $49.90 7A 1T 8P , Underground Sewer & Water King Power Line Clearance Tree Trimmers Journey Level In Charge $42.91 5A 4A King Power Line Clearance Tree Trimmers Spray Person $40.73 5A 4A King Power Line Clearance Tree Trimmers Tree Equipment Operator $41.29 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer $38.381 5A 4A King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $28.95 5A 4A King Refrigeration & Air Conditioning Journey Level $69.96 6Z 1G Mechanics King Residential Brick Mason Journey Level $48.27 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.641 1 1 King Residential_Drywall Applicators Journey Level 1 $38.081 5D I 1M ng Residential Drywall-Tapers Journey Level $48.791 5P 1 E ng Residential Electricians JOURNEY LEVEL $30.441 1 King Residential Glaziers Journey Level $34.60 7L 1 H ng Residential Insulation Applicators Journey Level $26.28 1 ing Residential Laborers Journey Level $23.03 1 ng Residential Marble Setters Journey Level $24.09 1_ ng Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Pipefitters Journey Level $34.69 1 �ng Residential Refrigeration Et Air Journey Level $69.96 6Z 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $40.04 7F 1R ng Residential Soft__F_loor Layers Journey Level $41.95 5A 2Z ng Residential Sprinkler Fitters_(Fire Journey Level $41.31 5C 2R Protection) ng Residential Stone Masons Journey Level $48.27 5A 1M Ting Residential Terrazzo Workers Journey Level $43.93 5A 1M rig Residential Terrazzo/Tile Finishers Journey Level $21.46 1 rig Residential Tile, Setters Journey Level $25.17 1 King Roofers Journey Level $43 65 5A 1R rig Roofers Using Irritable Bituminous Materials $46 65 5A 1R %ng Sheet Metal Workers Journey Level (Field or Shop) $67.82 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $35.83 7M 1H ng Shipbuilding Et Ship Repair Carpenter $36.62 70 3B King Shipbuilding Et Ship Repair Electrician $36.23 70 3B ng Shipbuilding Et Ship Repair Heat Et Frost Insulator $55.68 5J 1S ng Shipbuilding Et Ship Repair Laborer $34.82 70 3B King Shipbuilding Et Ship Repair Machinist $36.19 70 3B ng Shipbuilding Et Ship Repair Operator $38.58 70 3B ng Shipbuilding Et Ship Repair Painter $36 21 70 3B rig Shipbuilding 8t Ship Repair Pipefitter $36.16 70 3_B rig Shipbuilding Et Ship Repair Rigger $36 16 70 3B King Shipbuilding Et Ship Repair Sandblaster $35 17 70 3B Ong Shipbuilding Et Ship Repair Sheet Metal $36.14 70 3B Ong Shipbuilding Et Ship Repair Shipfitter $36 16 70 3B King Shipbuilding Et Ship Repair Trucker $36.00 70 3B ng Shipbuilding Et Ship Repair Warehouse $36.061 70 3B ing Shipbuilding Et Ship Repair Welder/Burner $36.16 70 3B rig Sign Makers Et Installers (Electrical) Sign Installer $22.92 1 Ong Sign Makers Et Installers (Electrical) Sign Maker $21.36 1 King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) rig Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) g Soft Floor Layers Journey Level $41.95 5A 2Z ng Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $68.79 5C 1X rig Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $48.27 5A 1M rig Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $49.48 7A 1T 8P King Surveyors Chainman $48.96 7A 1T 8P King Surveyors Construction Site Surveyor $50.39 7A 1T 8P King Telecommunication Technicians Journey Level $22.76 1 King Telephone Line Construction - Cable Splicer $34.20 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $18.72 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $32.78 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $34.20 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $33.51 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $34.21 5A 2B Outside (Heavy) King Telephone-Line Construction - Telephone Equipment Operator $31.81 5A 2B , Outside (Light) King Telephone Line Construction - Telephone Lineperson $31.81 5A 2B Outside King Telephone Line Construction - Television Groundperson $18.16 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24.09 5A 2B Outside King Telephone Line Construction - Television System Technician $28.72 5A 2B Outside King Telephone Line Construction - Television Technician $25.81 5A 2B Outside King Telephone Line Construction - Tree Trimmer $31.82 5A 2B , Outside King Terrazzo Workers Journey Level $43.93 5A 1M King Tile Setters Journey Level $21.651 1 King Tile, Marble_& Terrazzo Finishers Finisher $37.76 5A 1B King Traffic Control Stnpers Journey Level $40.73 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $46.97 5D 3A 8L Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. WA- $46.13 5D 3A 8L Joint Council 28) King Truck Drivers Dump Truck Et Trailer $46 97 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint Council $46 13 5D 3A 8L 28) King Truck Drivers Other Trucks (W. WA-Joint Council $46.97 5D 3A 8L 28) King Truck Drivers Transit Mixer $23.451 1_ King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12 97 1 Installers King Well Dritlers_Et_Irrigation Pump Well Driller $18.00 1 Installers BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 s**tatttartttttttatssst*ssstssss**xs*x*xxxxxxxxx**xxsxxxxx xx*********sx**sx***xxx*xs*exsxx*t***t**sttttattttarstttt*tttt OVERTIME CODES ' OVERTIME CALCULATIONS ARE BASED ON THE HOURLY RATE ACTUALLY PAID TO THE WORKER. ON PUBLIC WORKS PROJECTS,THE HOURLY RATE MUST BE NOT LESS THAN THE PREVAILING RATE OF WAGE MINUS THE HOURLY RATE OF THE COST OF FRINGE BENEFITS ACTUALLY PROVIDED FOR THE WORKER. 1 ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE C THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE D THE FIRST TWO(2)HOURS BEFORE OR AFTER A FIVE-EIGHT(8)HOUR WORKWEEK DAY OR A FOUR-TEN(10) HOUR WORKWEEK DAY AND THE FIRST EIGHT (8) HOURS WORKED THE NEXT DAY AFTER EITHER WORKWEEK SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL ADDITIONAL HOURS WORKED AND ALL WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE E THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY,AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE F THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE G THE FIRST TEN (10) HOURS WORKED ON SATURDAYS AND THE FIRST TEN (10) HOURS WORKED ON A FIFTH CALENDAR WEEKDAY IN A FOUR-TEN HOUR SCHEDULE,SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED IN EXCESS OFTEN(10)HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE H. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS OR EQUIPMENT BREAKDOWN) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS ' AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE I ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL ALSO BE PAID AT ONE AND DOUBLE THE HOURLY 1 RATE OF WAGE J THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TEN(10) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TEN (10) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE K ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE L ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE M. ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT ' WEATHER CONDITIONS) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE N ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS) SHALL BE PAID AT ONE AND ONE-HALF ' TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -2- 1 O THE FIRST TEN (10) HOURS WORKED ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE ' HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS, HOLIDAYS AND AFTER TWELVE (12) HOURS, MONDAY THROUGH FRIDAY, AND AFTER TEN (10) HOURS ON SATURDAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE P ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF CIRCUMSTANCES WARRANT) AND , SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Q THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND UP TO TEN t (10)HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, ALL HOURS WORKED IN EXCESS OF TEN (10) HOURS PER DAY MONDAY THROUGH SATURDAY AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT CHRISTMAS DAY) SHALL BE PAID AT DOUBLE , THE HOURLY RATE OF WAGE ALL HOURS WORKED ON CHRISTMAS DAY SHALL BE PAID AT TWO AND ONE- HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE S THE FIRST TWO (2) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS AND ALL OTHER OVERTIME HOURS WORKED, EXCEPT LABOR DAY, SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE T. WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10) HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY,OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12) IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MON-DAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8)HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS (EXCEPT LABOR DAY) SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON LABOR DAY SHALL BE PAID AT THREE TIMES THE HOURLY RATE OF WAGE V. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS(EXCEPT THANKSGIVING DAY AND CHRISTMAS DAY) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON , THANKSGIVING DAY AND CHRISTMAS DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W ALL HOURS WORKED ON SATURDAYS AND SUNDAYS(EXCEPT MAKE-UP DAYS DUE TO CONDITIONS BEYOND THE CONTROL OF THE EMPLOYER)) SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE X. THE FIRST FOUR (4) HOURS AFTER EIGHT(8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MONDAY THROUGH SATURDAY, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE WHEN HOLIDAY FALLS ON SATURDAY OR SUNDAY, THE DAY BEFORE SATURDAY, FRIDAY AND THE DAY AFTER SUNDAY, MONDAY, SHALL BE CONSIDERED THE HOLIDAY AND ALL WORK PERFORMED SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED OUTSIDE THE HOURS OF 5 00 AM AND 5 00 PM (OR SUCH OTHER HOURS AS MAY BE AGREED UPON BY ANY EMPLOYER AND THE EMPLOYEE)AND ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY (10 HOURS PER DAY FOR A 4 X 10 WORKWEEK) AND ON SATURDAYS AND HOLIDAYS (EXCEPT LABOR DAY)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE (EXCEPT FOR EMPLOYEES WHO ARE ABSENT FROM WORK WITHOUT PRIOR APROVAL ON A SCHEDULED WORKDAY DURING THE WORKWEEK SHALL BE PAID AT THE STRAIGHT-TIME RATE UNTIL THEY HAVE WORKED 8 HOURS IN A DAY(10 IN A 4 X 10 WORKWEEK)OR 40 HOURS DURING THAT WORKWEEK)ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND LABOR DAY SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -3- 1 Z ALL HOURS WORKED ON SATURDAYS AND SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID THE STRAIGHT TIME RATE OF PAY IN ADD[I ION TO HOLIDAY PAY 2 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE B. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE C ALL HOURS WORKED ON SUNDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE F. THE FIRST EIGHT (8) HOURS WORKED ON HOLIDAYS SHALL BE PAID AT THE STRAIGHT HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE G. ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON PAID HOLIDAYS SHALL BE PAID AT TWO AND ONE-HALF TIMES THE HOURLY RATE OF WAGE INCLUDING HOLIDAY PAY H ALL HOURS WORKED ON SUNDAY SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE K. ALL HOURS WORKED ON HOLIDAYS SHALL BE PAID AT TWO TIMES THE HOURLY RATE OF WAGE IN ADDITION TO THE HOLIDAY PAY O. ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE R ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS AND ALL HOURS WORKED OVER SIXTY(60)IN ONE WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE U ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER 12 HOURS IN A DAY,OR ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE W THE FIRST TWO (2) HOURS AFTER EIGHT (8)REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST EIGHT(8)HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED MONDAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ON A FOUR-DAY,TEN-HOUR WEEKLY SCHEDULE,EITHER MONDAY THRU THURSDAY OR TUESDAY THRU FRIDAY SCHEDULE,ALL HOURS WORKED AFTER TEN SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE THE FIRST EIGHT(8) HOURS WORKED ON THE FIFTH DAY SHALL BE PAID ATONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL OTHER HOURS WORKED ON THE FIFTH, SIXTH,AND SEVENTH DAYS AND ON HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Y ALL HOURS WORKED ON SATURDAYS(EXCEPT FOR MAKE-UP DAYS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE Z. ALL HOURS WORKED MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 6 00 P M AND 6 00 A M AND ALL HOURS WORKED ON SATURDAYS SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE, EXCEPT FOR COMMERCIAL, OCCUPIED BUILDINGS WHERE FLOOR COVERING WORK CANNOT BE PERFORMED IN THE REGULAR DAYTIME HOURS DUE TO OCCUPANCY FOR SUCH OCCUPIED, COMMERCIAL BUILDINGS, THE EMPLOYEE MAY AGREE TO WORK BETWEEN THE HOURS OF 6 00 PM TO 6 00 AM MONDAY THROUGH SATURDAY MORNING AT 6 00 AM AT AN OVERTIME PAY RATE OF 10%OVER THE STRAIGHT TIME RATE ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY"RATE OF WAGE BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -4- 3 ALL HOURS WORKED IN EXCESS OF EIGHT(8) HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A WORK PERFORMED IN EXCESS OF EIGHT (8) HOURS OF STRAIGHT TIME PER DAY, OR TEN (10) HOURS OF STRAIGHT TIME PER DAY WHEN FOUR TEN (10)HOUR SHIFTS ARE ESTABLISHED, OR FORTY (40) HOURS OF STRAIGHT TIME PER WEEK, MONDAY THROUGH FRIDAY, OR OUTSIDE THE NORMAL SHIFT, AND ALL WORK ON SATURDAYS SHALL BE PAID AT TIME AND ONE-HALF THE STRAIGHT TIME RATE HOURS WORKED OVER TWELVE HOURS (12)IN A SINGLE SHIFT AND ALL WORK PERFORMED AFTER 6 00 PM SATURDAY TO 6 00 AM MONDAY AND HOLIDAYS SHALL BE PAID AT DOUBLE THE STRAIGHT TIME RATE OF PAY ANY SHIFT ' STARTING BETWEEN THE HOURS OF 6 00 PM AND MIDNIGHT SHALL RECEIVE AN ADDITIONAL ONE DOLLAR ($1 00)PER HOUR FOR ALL HOURS WORKED THAT SHIFT THE EMPLOYER SHALL HAVE THE SOLE DISCRETION TO ASSIGN OVERTIME WORK TO EMPLOYEES PRIMARY CONSIDERATION FOR OVERTIME WORK SHALL BE GIVEN TO EMPLOYEES REGULARLY ASSIGNED TO THE WORK TO BE PERFORMED ON OVERTIME SITUATIONS AFTER AN EMPLOYEE HAS WORKED EIGHT(8) HOURS AT AN APPLICABLE OVERTIME RATE, ALL ADDITIONAL HOURS SHALL BE AT THE APPLICABLE OVERTIME RATE UNTIL SUCH TIME AS THE EMPLOYEE HAS HAD A BREAK OF EIGHT(8)HOURS OR MORE ' B THE FIRST FOUR (4) HOURS AFTER EIGHT (8) REGULAR HOURS MONDAY THROUGH FRIDAY AND THE FIRST TWELVE (12) HOURS ON SATURDAY SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED OVER TWELVE (12) HOURS MON-DAY THROUGH SATURDAY, AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE 4 ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40) HOURS PER WEEK SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE ALL HOURS WORKED ON SATURDAYS, SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE B ALL HOURS WORKED ON SATURDAYS (EXCEPT MAKEUP DAYS IF WORK IS LOST DUE TO INCLEMENT WEATHER CONDITIONS)SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE ALL HOURS WORKED MONDAY THROUGH SATURDAY OVER TWELVE (12) HOURS AND ALL HOURS WORKED ON SUNDAYS AND HOLIDAYS SHALL BE PAID AT DOUBLE THE HOURLY RATE OF WAGE HOLIDAY CODES 5 A HOLIDAYS- NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) B HOLIDAYS• NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,THE DAY BEFORE CHRISTMAS,AND CHRISTMAS DAY(8) C. HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) D HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) H. HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY, THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY,AND CHRISTMAS(6) I HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, AND CHRISTMAS DAY(6) J HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS EVE DAY,AND CHRISTMAS DAY(7) K HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS,AND CHRISTMAS ' DAY(9) ' BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -5- 5 L HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) N HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS'DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(9) P HOLIDAYS: NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS, AND CHRISTMAS DAY (9) IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS A HOLIDAY ' R PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, DAY AFTER THANKSGIVING DAY, ONE-HALF DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7 1/2) ' S PAID HOLIDAYS NEW YEAR'S DAY,PRESIDENTS'DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY,AND CHRISTMAS DAY(7) T PAID HOLIDAYS NEW YEAR'S DAY, WASHINGTON'S BIRTHDAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND THE DAY BEFORE OR AFTER CHRISTMAS(9) Z HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) 6 A PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(8) E PAID HOLIDAYS NEW YEAR'S DAY,DAY BEFORE OR AFTER NEW YEAR'S DAY,PRESIDENTS DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,DAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND A HALF-DAY ON CHRISTMAS EVE DAY (9 1/2) G PAID HOLIDAYS NEW YEAR'S DAY, MARTIN LUTHER KING JR DAY PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS' DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY,AND CHRISTMAS EVE DAY(11) ' H. PAID HOLIDAYS NEW YEAR'S DAY, NEW YEAR'S EVE DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, THE DAY AFTER CHRISTMAS,AND A FLOATING HOLIDAY(10) ' I PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY,FRIDAY AFTER THANKSGIVING DAY,AND CHRISTMAS DAY(7) Q PAID HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERANS DAY,THANKSGIVING DAY,THE DAY AFTER THANKSGIVING DAY AND CHRISTMAS DAY(8) UNPAID HOLIDAY- PRESIDENTS'DAY 1 T PAID HOLIDAYS NEW YEAR'S DAY, PRESIDENTS' DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY(9) Z. HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) IF A HOLIDAY FALLS ON SATURDAY,THE PRECEDING FRIDAY SHALL BE CONSIDERED AS THE HOLIDAY IF A HOLIDAY FALLS ON SUNDAY,THE FOLLOWING MONDAY SHALL BE CONSIDERED AS THE HOLIDAY 7 A HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE ' FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY B. HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY, INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -6- 7 C HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHER KING JR DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY ' HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY D PAID HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, VETERAN'S DAY, ' THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) UNPAID HOLIDAYS PRESIDENT'S DAY ANY PAID HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY PAID HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE , OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY E HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY , SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY F HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE ' FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY G HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY H HOLIDAYS NEW YEAR'S DAY,MARTIN LUTHER KING JR DAY,INDEPENDENCE DAY, MEMORIAL DAY,LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE ' CHRISTMAS DAY AND CHRISTMAS DAY(9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY I. HOLIDAYS NEW YEAR'S DAY, PRESIDENT'S DAY, INDEPENDENCE DAY, MEMORIAL DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, THE DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (9) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A ' HOLIDAY ON THE PRECEDING FRIDAY J HOLIDAYS NEW YEAR'S DAY,INDEPENDENCE DAY,MEMORIAL DAY,LABOR DAY,THANKSGIVING DAY AND CHRISTMAS DAY (6) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY K HOLIDAYS NEW YEAR'S DAY.MEMORIAL DAY,INDEPENDENCE DAY,THANKSGIVING DAY,THE FRIDAY AND SATURDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY L HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY,LABOR DAY, INDEPENDENCE DAY,THANKSGIVING DAY,THE t LAST WORK DAY BEFORE CHRISTMAS DAY, AND CHRISTMAS DAY (7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY M PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY, CHRISTMAS DAY, AND THE DAY AFTER OR BEFORE CHRISTMAS DAY 10) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY N. HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY WHEN CHRISTMAS FALLS ON A SATURDAY,THE PRECEDING FRIDAY SHALL BE OBSERVED AS A HOLIDAY BENEFIT CODE KEY-EFFECTIVE 03-02-2012 THRU 08-30-2012 -7- 7. O PAID HOLIDAYS NEW YEAR'S DAY, THE DAY AFTER OR BEFORE NEW YEAR'S DAY, PRESIDENT'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, THE FRIDAY AFTER THANKSGIVING DAY,CHRISTMAS DAY, THE DAY AFTER OR BEFORE CHRISTMAS DAY.AND THE EMPLOYEES BIRTHDAY 11) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY ANY HOLIDAY WHICH FALLS ON A SATURDAY SHALL BE OBSERVED AS A HOLIDAY ON THE PRECEDING FRIDAY P HOLIDAYS NEW YEAR'S DAY, MEMORIAL DAY, INDEPENDENCE DAY, LABOR DAY, THANKSGIVING DAY, FRIDAY AFTER THANKSGIVING DAY, AND CHRISTMAS DAY(7) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY Q. HOLIDAYS NEW YEAR'S DAY,MEMORIAL DAY,INDEPENDENCE DAY,LABOR DAY,THANKSGIVING DAY,THE FRIDAY AFTER THANKSGIVING DAY, THE LAST WORKING DAY BEFORE CHRISTMAS DAY AND CHRISTMAS DAY (8) ANY HOLIDAY WHICH FALLS ON A SUNDAY SHALL BE OBSERVED AS A HOLIDAY ON THE FOLLOWING MONDAY IF ANY OF THE LISTED HOLIDAYS FALLS ON A SATURDAY, THE PRECEDING FRIDAY SHALL BE A REGULAR WORK DAY NOTE CODES 8 A IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS, THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-$2 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER I OO'TO 150'-$3 00 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 220'-$4 00 PER FOOT FOR EACH FOOT OVER 150 FEET OVER 220'-S5 00 PER FOOT FOR EACH FOOT OVER 220 FEET C. IN ADDITION TO THE HOURLY WAGE AND FRINGE BENEFITS,THE FOLLOWING DEPTH PREMIUMS APPLY TO DEPTHS OF FIFTY FEET OR MORE OVER 50'TO 100'-M 00 PER FOOT FOR EACH FOOT OVER 50 FEET OVER 100'TO 150'-S1 50 PER FOOT FOR EACH FOOT OVER 100 FEET OVER 150'TO 200'-S2 00 PER FOOT FOR EACH FOOT OVER I50 FEET OVLR 200'-DIVERS MAY NAME THEIR OWN PRICE D WORKERS WORKING WITH SUPPLIED AIR ON HAZMAT PROJECTS RECEIVE AN ADDITIONAL$1 00 PER HOUR L WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A $0 75, LEVEL B $0 50,AND LEVEL C SO 25 1 M WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS. LEVELS A & B $1 00,LEVELS C&D $0 50 N. WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS -LEVEL A 11011, LEVEL B $0 75,LEVEL C $0 50,AND LEVEL D $0 25 P WORKERS ON HAZMAT PROJECTS RECEIVE ADDITIONAL HOURLY PREMIUMS AS FOLLOWS - CLASS A SUIT $2 00,CLASS B SUIT $1 50, CLASS C SUIT $1 00,AND CLASS D SUIT$0 50 Q THE HIGHEST PRESSURE REGISTERED ON THE GAUGE FOR AN ACCUMULATED TIME OF MORE THAN FIFTEEN (15)MINUTES DURING THE SHIFT SHALL BE USED IN DETERMINING THE SCALE PAID 1 REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT W ASHINGTON This form must be panted on cherry paper Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator Michelle Faltaous Phone (Originator) 5664 Date Sent 5/,as Date Required �150/"� Return Signed Document to Nancy Yoshitake CONTRACT TERMINATION DATE: 9128112 VENDOR NAME: Puget Paving & Construction Inc DATE OF COUNCIL APPROVAL: 5/15/12 Brief Explanation of Document- The attached construction agreement is for Puget Paving & Construction to plane approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the city for the 2012 Asphalt Grinding Project All Contracts Must Be Routed Through the Law Department pper�... tt, � ttr�y F� �sEtlr 179 bed p eted By the Law Department) Received: M Approval of Law Dept K N LAW Law Dept Comments: Date Forwarded to Mayor Shaded Areas to Be Completed by Administration Staff I r a Received: v� r l Recommendations & Comments: r Disposition: Date Returned: Iage587D_templatebase • 2/07