Loading...
HomeMy WebLinkAboutPW13-150 - Original - Totem Electric of Tacoma, Inc. - 2013 Vehicle Detector Loops - 05/21/2013 Records Management,, KENO WASHINGTON Document . r 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: Totem Electric of Tacoma Vendor Number: JD Edwards Number Contract Number: &))3- ( �D This is assigned by City Clerk's Office Project Name: 2013 Vehicle Detector Loops Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: *see below Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Dave Brock Department: PW Operations Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installing 73 traffic loops at various locations scattered throughout the city. *Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the_City's grind and inlay program. Each new_ location will become available at different times as the City's grand and inlay pro3-ect progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. S Public\Records Man agement\Forms\ContractCover\adcc7832 1 11/08 r ' t CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Vehicle Detector Loops .BIDS ACC9PTED UNTIL BID OPENING April 30, 2013 April 30, 2013 10:45 A.M. 11:00 A.M. DELINEERR TTQ CITY OF KENT, CITY HALL 220 4th Avenue S.. Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT W A S H I N G Y O N I , TAB INDEX Tab 1 Bidders Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Location Maps Tab 7 Traffic Control Plans Tab 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Vehicle Detector Loops BIDS ACCEPTED UNTIL BID OPENING April 30, 2013 April 30, 2013 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 J10 WA O C^ o� �P � � a .P 36878 O � • 2013 ENT W A 5 H I N G T 0 N BIDDER'S NAME Totem Electric CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2013 Vehicle Detector Loops BIDS ACCEPTED UNTIL BID OPENING April 30, 2013 April 30, 2013 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KENT W A 5 H I N 0 T 0 N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Location Maps Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 30, 2013 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: 2013 Vehicle Detector Loops The project consists of installing 73 traffic loops at various locations scattered throughout the City. The Engineer's estimated range for this project is approximately $110,000 - $140,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Dave Brock at (253) 856- 5658. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid 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 performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 8t" day of April, 2013. r /� C BY: , Ronald F. ore, y Clerk/ Published in Kent Reporter on April 19, 2013 Daily Journal of Commerce on April 16 and 23, 2013 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 4/30/2013 This statement relates to a proposed contract with the City of Kent named 2013 Vehicle Detector Loops I am the undersigned bidder or prospective contractor. I represent that - 1. I have, snot, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Totem Electric NAME OF BIDDER BY: Signature/Title ?'re swUl.m� 2332 Jefferson Ave . Tacoma, WA 98402 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2013 Vehicle Detector Loops/Brock 1 April 8, 2013 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 30th day of April , 2013. By: For: Totem Electric Title: ! o S ilt 0 Date: 4/30/2013 2013 Vehicle Detector Loops/Brock 2 April 8, 2013 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2013 Vehicle Detector Loops/Brock 3 April 8, 2013 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Totem Electric 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 2013 Vehicle Detector Loops for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDEIRS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions 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 (*). EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2013 Vehicle Detector Loops/Brock 5 April 8, 2013 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $12, 385 . 10$ 12, 385 . 10 WSDOT LUMP SUM Per LS 1005 8-20.5 73 6' Diameter Traffic Loop $ 547 . 95 $ 40, 000 . 00 KSP EACH Per EA 1010 8-20.5 1,150 Additional Lead-In Wire $9 . 78 $11, 250 . 00 KSP LN FT Per LF 1015 1-10.5 730 Traffic Control Labor $50 . 00 $36, 500. 00 KSP HOURS Per HR 1020 1-10.5 290 Traffic Control Supervisor $ 50 . 00 $ 14, 500 . 00 KSP HOURS Per HR 1025 1-10.5 1 Temporary Traffic Control $2, 500 . 00 $2, 500. 00 KSP LUMP SUM Devices Per LS 1030 1-10.5 40 Sequential Arrow Sign (SAS) $ 60 . 00 $ 2 ,400 . 00 KSP DAYS Per DAY 1035 8-01.5 45 Inlet Protection $88 . 89 $4 , 000 . 00 KSP EACH Per EA 1040 1-04.4(1) 1 Minor Changes $2,000.00* $2,000.00 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 125, 535 .10 1✓_ /�s 63 2013 Vehicle Detector Loops/Brack 6 � BID SUMMARY Schedule I $125, 535. 10 #/a6 530.50 S� r TOTAL BID AMOUNT $125, 535. 10 /�5 J 2013 Vehicle Detector Loops/Brock 7 April 8, 2013 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid Item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: 2013 Vehicle Detector Loops 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 2013 Vehicle Detector Loops/Brock 8 April 8, 2013 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Totem Electric Project Name: 2013 Vehicle Detector Loops 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: None Plumbing Subcontractor Name: None Electrical Subcontractor Name: Totem Electric 4/30/2013 Signature of Bidder Date 2013 Vehicle Detector Loops/Brock 9 April 8, 2013 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 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2013 Vehicle Detector Loops/Brock 10 April 8, 2013 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: S-Le Dhtvl S ADDRESS: 2332 Jefferson Ave. Tacoma, WA 98402 PRINCIPAL OFFICE: Totem Electric ADDRESS: 2332 Jefferson Ave. Tacoma, WA 98402 PHONE: 253-383-5022 FAX: 253-272-5214 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. SEE ATTACHED. 1.2 Provide your current state unified business identifier number. #278-043-550 1.3 Provide proof of applicable industrial Insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. SEE ATTACHED. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06,010 or 39.12.065 (3). SEE ATTACHED. 2013 Vehicle Detector Loops/Brock 11 April 8, 2013 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 49 YEARS. 2.2 How many years has your organization been in business under its present business name? 49 YEARS . 2.2.1 Under what other or former names has your organization operated? NONE . 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of Incorporation: 1964 2.3.2 State of incorporatlon:WASHINGTON 2.3.3 President's name:SCOTT STEPHENS 2.3.4 Vice-president's name(s): MARK STEPHENS 2.3.5 Secretary's name:JACK STEPHENS 2.3.6 Treasurer's name:JACK STEPHENS 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N/A 2.4.2 Type of partnership (if applicable):N/A 2.4.3 Name(s) of general partner(s): N/A 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization:N/A 2.5.2 Name of owner:N/A 2.6 If the form of your organization is other than those listed above, describe it and name the princlpals:N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. ELECTRICAL CONSTRUCTION - #TOTEMET315BS 3.2 List jurisdictions in which your organization's partnership or trade name is filed. ELECTRICAL CONSTRUCTION. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. ELECTRICAL INC. THE FOLLOWING CALSSIFICATIONS OF WORK -- 9, 16, 27, 34,41, 42,47, 53 4.2 Claims and Suits. (If the answer to any of the questions below Is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to It? NO. 2013 Vehicle Detector Loops/Brock 12 April 8, 2013 4.2.2 Are there any judgments, claims, arbitration proceedings or suits NO. pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO. 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. SEE ATTACHED. 4.4.1 State total worth of work in progress and under contract: -$20M 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. SEE ATTACHED. 4.5.1 State average annual amount of construction work performed during the past five years: -$30M 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. SEE ATTACHED. 4.7 On a separate sheet, list your major equipment. SEE ATTACHED. S. REFERENCES 5.1 Trade References:ELECTRICAL. 5.2 Bank References: HERITAGE BANK - DON ANDERSON - 253-572-5772 5.3 Surety: 621 PACIFIC AVE SUITE 300, TACOMA WA 98401 y: TRAVELERS CASUALTY AND SURETY 5.3.1 Name of bonding company: TRAVELERS CASUALTY AND SURETY 5.3.2 Name and address of agent:KAREN SMITH 6. FINANCING 621 PACIFIC AVE. #400 TACOMA, WA 98402 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. 2013 Vehicle Detector Loops/Brock 13 April 8, 2013 6.1.1 Attach a financial statement, preferably audited, including your organlzatlon's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials Inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement Is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 30th day of April , 2013. Name of Organization: Totem Electric By: Title: PY e s icy. t 7.2 Lira-4„- I H. W&I)Sand 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 30th day of April , 2013. J 111jj111 JAN y'ffJ� Notary Public: My Commission Expires: S I I 15 `` .•• .; '•:PUBLIC 2013 Vehicle Detector Loops/Brock 14 %'�►,' �..�,h ' �,` .� 4 ',,,'ffff//J IIiIJJ,a`, Department of Labor and Industries = r PO Box 44460 TOTEM ELECTRIC OF TACOMA INC Olympia, WA 98504-4460 Lie: EC TOTEMET315BS UBI: 278-043-550 Licensed as provided by Law as: Electrical Contractor (EC01) - GENERAL TOTEM ELECTRIC OF TACOMA INC _ Effective Date: 1/10/1969 PO BOX 1093 - Expiration Date: 9/30/2013 TACOMA WA 98401 Verify Workers' Comp Premium Status - Employer Liability Certificate Page 1 of 1 Washington State Department of Employer Liability Labor and Industries �`� { R4. Certificate c bf'..`• � i a � Department of Labor and Industries Employer Liability Certificate Date: 04/29/2013 UBI#• 278 043 550 Legal Business Name. TOTEM ELECTRIC OF TACOMA INC Account#: 229,943-00 'Doing Business As'Name: TOTEM ELECTRIC OF TACOMA INC Estimated Workers Reported: Quarter 4 of Year 2012 76 to 100 Workers" (See Description Below) Workers' Comp Premium Status: Account is current. Finn has voluntarily reported and paid their premiums Licensed Contractor? Yes License. Multiple Active Licenses Account Representative: T2 / CINDY MORGAN (360)902-4825 - Email: MOCI235@lni.wa gov What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation(See RCW 51.12.050 and 51.16.190). https•//fortress.wa.gov/lni/crpsi/AectInfoPrint.aspx?Accountld=22994300&AccountManag . 4/29/2013 . ,, BUSINESS LICENSE STATE OF a WASHINGTON Unified Business ID #: 278 043 550 Domestic Profit Corporation Business ID #: 1 Location: 1 „ Expires: 10-31-2013 j TOTEM ELECTRIC OF TACOMA, INC. 4 2332 JEFFERSON AVE r� TACOMA WA 98402 1405 t. f t TAX REGISTRATION ) 1 INDUSTRIAL INSURANCE r UNEMPLOYMENT INSURANCE t r CITY LICENSES/REGISTRATIONS: ; BELLEVUE GENERAL BUSINESS #10608 t BELLINGHAM GENERAL BUSINESS 9 SEDRO WOOLLEY GENERAL BUSINESS (EXPIRES 09-30-2013) UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES 09-30-2013) ) t EDGEWOOD GENERAL BUSINESS (EXPIRES 09-30-2013) t; MILTON GENERAL BUSINESS it I DUPONT GENERAL BUSINESS #440 (EXPIRES 09-30-2013) I OLYMPIA GENERAL BUSINESS (EXPIRES 09-30-2013) COVINGTON GENERAL BUSINESS (EXPIRES 09-30-2013) SUMNER GENERAL BUSINESS (EXPIRES 09-30-2013) MARYSVILLE GENERAL BUSINESS #5022CON112 (EXPIRES 09-30-2013) ) r. t ISSAQUAH GENERAL BUSINESS (EXPIRES 09-30-2013) a' GIG HARBOR GENERAL BUSINESS (EXPIRES 09-30-2013) TUMWATER GENERAL BUSINESS (EXPIRES 09-30-2013) SAMMAMISH GENERAL BUSINESS (EXPIRES 09-30-2013) k -t LICENSING RESTRICTIONS: r< Not licensed to hire minors without a Minor Work Permit. i t� ) r J I ik t 1 \, C V =f =" This document lists the registrations, endorsements, and licenses authorized for the business 4' named above By accepting this document,the licensee certifies the information on the application g (; 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 1 egulahons Director,Department of Re en (�..Z.`.t%�n,".,,.,w ..s .. .._.- » -,-.w.._uvwe:- m,-,3`u,,,_zSa,...:"su.�iw.,'A1wv,.._'w ,� M M P o HI i O i 0` O N H W O W O O I Z o V 1 0 0 Z 1 y.. W O V1 0� 0 W Va O Hy X N H W oUNO:N W ti W N W 6.O X N W H W 0: QQ M CO lNK X W H (A N C'Cix 1-1 " K 1 O W)-[ W W CL W O H X H a d O d 0Z1 -HX C in IL W O.X U O in H X d W H O i X X W W Z H W o W O X d W W y Z H CC NZ IT W X(n "N" > d' N WNMN V(O -W Nin W NN/1 x O C ¢ V I Z J f N N W Z U l Z 0 W \ > Z F W H i 1W¢ W N V a V i Z N H W H W Z K LLNQ OLL WU ZH NO J=W ZH 0W VWWZ HN 0W VO ZN N7 ZH HVI { v2 O U¢ in WZNC ¢Z0ZZH7ZMWM0n Z ~ U¢7 1Xw �/-41-10MF-1 n :)go O W1 Z=MJW0C00=) V)-1=JC7 > ¢� ¢Z ¢ J Q Hi O¢ Z W OJ0:W W Jmm ¢ iYKJO:J ¢ p W N O D Z¢ W C D U¢ J S W ¢W¢ 0: V U Z O H O H= Z < W J J¢W J Z X Z 1X W N �- H O 1 H Z W W?T J W¢¢W Z Q W W W W Z .0. _ h in 0:VI tO ¢HHZU' W aZ==W W MUZU' Z W L H 0 in F-W O� � Z W J W W W Z LD W W W CD .- W i VMi=£ OF W W MM W J0002 TOTEM ELECTRIC OF TACOMA,INC. P O BOX 1093,TACOMA,WA 98401-1093 TELEPHONE (253)383-5022 • FAX(253)272.5214 April 29t1i, 2013 The City of Kent 220 4lh Avenue S. Kent, WA Re: 2013 Vehicle Detector Loops bid Dear Sir, This statement is for the purpose of bidding the 2013 Vehicle Detector Loops project. Totem Electric of Tacoma, Inc , 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 years, disqualified from bidding on any public works contract under RCW39 06.010 or 39.12.065 (3). Sincerely, / Vl Mark Stephens Vice President Commercial and Industrial Contractor Contractors Registration#TOTEMET315BS WE ARE AN EQUAL OPPORTUNITY EMPLOYER N E O C ` N l0 M V Q Q f0 v Q 04 U Z N w, p N N T � .2 V l0 (/� C7m in y C> 7 O Ep E CrCl) 3 2 3 N cc co m o N 0 M 0 2 rn N U O N N p O Q mtm ¢ HMS u) LOm a ca a a) Q U) NOco •,,, i Cl) I- N N w N L Co r p C N >, 0 3 N �n (D (0 CO>T W 3 C M 0) N Q (6 3 H F a co co ;CO C-4 -D3: a? U) H > cD w E (Ln � 'a 0 N H 'n O E J N N O , N N o �'? N O ~ W L O r >- 6 d O C', ll.l n (}) Cl) 7 p > (6 O O O O W O M M r Y O f6 L m v U) O) .0. 'E Lr O C 0) i M coN C7 U) O 3 d V7 r N .- , O)N O W , r >> p)N LL N CO O M OO Uo 0) 1 CO2M � f6 NO � � » U � UO err '70 c W v -o_ � � � a� � N � � W °c)CO cp coo � � avoWv m a�iH m 0 W N O � C N N 3 r u' N O.O (6 M O-0 0 0 C co N M a C v �Z � � (n C6 O.MJCO w 'OLL � � V' (n ce) fn Cl)0 �OJ (cO p c N � Q > Q N O O M p C6 ti (6 (6 O M O L w Q N E CO N M Y N O M Y Q _ O 0 O C m O) C N N N E N (n O) O) N U 0) 0 0 C O CO O r 7 T' N@ O C E m M > Na O > N O N O O �'' N O w :. r m � N � cpQ � ; 8Y � Qr � � U � EMUco aCl c a) (DQ a � 10 WF- 0F Q � � Cc F � U' o O O 0 � O oromo ° U O � OO5 � L c�v �O � 0 OO (n V U) � A6Oc3 CD U)H O a) � c C6r It � -0 (D Cn UYm Nn Um co co C3) Lo W Co M 0) O N C) LL O CO) Cl) co O Of (D N O C 0 N r O ((f f� r co C) CO �? N p p v°)) O P. o m Q O d n Cl) ti 7 co co o V H a o U G C: c _C C O N r C y V) Y J a N m c a) Q J w C U) N C) (D fn 'O 0 0 N d 3 �d L L � LLL C E � O n W OE ( L wN W Z Q 0) C tFO a")H O v m N Ca o N nn LL ~ -O N N C7 N y0 0 (6 0) O ;aE ID w c of a) > E £ m Q rn CQ H c " Q U m .71 ZN a O Z � � m o_ ZU) o > L) O U a'S W (6 U N ui d 3 rn 0) 0 L U' Ld roi � E 0 2 0) (D Q 3@ r "_' t) (`) (n 0 � M 000 co ¢ o U)E CD `� Uri 0 � ►°- (n 0- w � E rn (n (n a a (n M a U) (n a a d a a (L 0- IL `o c 0 yG) r r r r r r O m CD 0) r r r r G p r O O O O V LO Itt It I It )O in N r r n � N NW) M (M "t V M LO M LO V '7 r r �F r IM W) '� to O h ^ r, N t` � M V I` �r, M � M � M r M M M M V I- h V CJ V h � n N n d' I, V � t• N N N N CrO N N N N N N C' N N r (D (0 N CO N Oj cc) (0 co (0 CO r (O N (O N (0 co r r r r r r r r r r r V C CD CA O Q6 O O O O (D0 0 fA O (A 0 CD CD C) CD C)O O CD C) O O O C) O O O 00 co Cl) co O Op O C) p Or � LO O r- N � (p O 00 � co LO N NN (M O Cl) O 00 co O co O N It O C) O N I-- co N r p E a�D V CNO O O 0 N co v LOn C(O CD M Ion V C6 Efl H) M Cl) eM- V! fA d-T Efl E13 fA 61) E c O m C E >. V) an d L C Q o Z w (n O _ O N Z r � ,.; C N -O L N V CL (D n 0) LL.. W p m (D ¢ U CD w ° m t U as m o oM o � MM m 0 0 rn � CD r_ CoN _eO a� M a ? Z > C C a M Q N 0) 65 7 w r C to r2'O cu Ow a Y V) M > Or.• jQ (D CO NN � NaO ( rNQN � O(M L OW rnq EN N N . O W (( pnpm co r 7 r CO C N Ta O O C CO m d O C N ..: N Z r n O.� C E w ' •. ' C L0 W N N > V N f� CO N O L n O) N .N. N d Q 0 (n Lo -`- Lj U N N 3 W N Q n UJ •O m 'p U) O O N N O) C N C W O � a E m 3 0 r Lo - c: O C O M N )O Z M H N 07 coN O W O Y O ?i d - r L � p o '0 o - N o a -0 E - w W F- -' F- '= F- F- �p W O F- p m v; w N F- n. o m C) aEi 0 m 0 m 0 E o 0' O N O d ° E o 3 U) U) cn (n E � � to ui r, to o � � 3 � yw � a Gw c� a gym` A Ci co N n m '�' o aoo Q o a C Z r co M coo N CO) r V n n ao m o ao 0o W V co � m a) _ E m = _ o aS m � C � N U O) m N r f6 O) U) m •O N m L O p) d 0 ... m od ID m t v cm p Y v m o > E :. (D o = v m o o F = N m U m m o o = a a 'a 3 � o > (D N m t L c m oo m o f a) °c N > o O cm w E (n r m o U cOf U m Y (n C N N t N N t(j N V = (n W I d to m M Ir W (A ma E IL` c m E M 0) O co N M r co N V 'O N r cotoM M � M co r r r d O a C') M M C) � N p v U 0) c) r 00 )!) r N N c VC,i v M V V M v It : M n N N O r (.- N N r r r a n 1 n n v v n (4) CO N M (O ( r O m r to r r r V m N O O O O T O O O O O O O n O �. M It O C 00 r O r ` 0 r M O co (O (M M N I V Q R m � co 1) 000 co m r (MO co C4 V!co 64 64 N V3 N EA ffl (0 a U •0 N L Y M 0 M ('M M Z`5 M co 651M M M 2013 VEHICLE DETECTOR LOOPS CONSTRUCTION EXPERIENCE NAME TITLE EXP.(YRS) AVAILABILITY SCOTT STEPHENS PRESIDENT 20+ IMMEDIATELY ROGER PALFENIER HIGHWAY DIVISION MGR 20+ IMMEDIATELY MIKE SHAFFER SUPERINTENDENT 20+ IMMEDIATELY RYAN GUTHMILLER PROJECT MANAGER 6+ IMMEDIATELY m W p mp N 6 'B m W o m o `m m m ry o m m m n m m m m W r r '� $ r o m a ! . . . . m o N . N o M M e o 0 o m m r m m m m m N r M O S N N N N N N N N N N N M N N N N H N N N N N N N N N N N N N N N N N N N N N N N M N N N N N N N N N N N N N f7 O (V W) N W I k¢ zzzzzzzzzzz zz z zzzzzzzzz z z z z z z z z ° zzz zzzzz z z z z z z z z z z z z z z z z z z oz z k g Y m Gz w zazzoz zzozzo00 000000zzzzzz00 zz 7o z We ¢ z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z w z w z z z tl z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z m �� zzzz � zzzzzz $ ¢ 4 � � ¢ 4z � zzzzzzzzzzzzzzzzzzzzzzzzzz � zzzzzz � z4 e z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z 2 N JN N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N r ¢x m z 7 z 12 uc otl oo �& � zz � og g� o 0 o . � za N a m < Oryry m N Z F 2 m F O y a p J ^ m 0 OW Oo m ® LL mm {Sy z 2 J 0 Z ry J m q J 0 0 q J J O Jp LL �5 Q m 0 ry W J m 2 O LL mmm Y < 0 $ N < (mY $ O N N < d N m W P m dW O N O O O G m N W d O m m m m 0 zi m m N $ N N (y Y� pp pp ��yy a Imn p p o ryp r m (W' m N t0 8 N� O m ry N mN N $ r N N C] M m N O m t mtVV m N oN (� N lh 4am4 N N N yryryy�m c�]] QQ' r O $ Y W1 O N P r 8 n LLP p vZi n ^ N w2 n m Nm N m P J>( F o ^4 m ry m m m W y rv < N < O < > P < > d d WW f LL m m N N d N Z N a m F' N a A 9 % N tdV N N m N Or a0 N 0 o 0 0 u 0 a u u u 0 u u 0 u a 0 0 a k i 0 r u o 0 R u o u e 88 88 8 ? N88F .8 .8 8 sg na8a a a a f t S2 cYi cYi a U FJ m $ W W N S y 4 4 4 y 4 4 y 4 x S S O W Y Y Y St Y 32 U 4 Y Y iS Y Y St Y Y Y 4 Y R w ao a s amm p a a a a p a p a a s p a a n p a a s q a SS m a p a 8 a S a a a a a a a a p a a s p a a s pu > � a p¢ gypp' � pp�pp ma p� a q 5 amm a 88 m O O O O O - O O b m r N N H ldV m N N N W COi M lZ m P - - � � � � � � � � � - 1N 0 0 A r O n P m 0 6 r O O r m r r m N ^ N Nm p p Om N b naa 0 r lh b N m n p mp O ^ m N d ry N N m ry 0 p O O y O O q O N y O� m 0 m 0 nJ m n O p p O N N N M N f05 O N N 0 m Cml C) 1N pO N N N N N N N N N 10 N N 0 C N N N N N N N N N N N N N N N VN N N N N p N N M N N N N N N N m N ro Y N m o J O ~ ^ m m � LL LL m m w w w w a $ w w w w w w w w w w w w w w w w w w w w w you u� y� i i Z 2 Z 2 Z z �i z n z z z z z z z z z z z z Z Z g 8 g < Z a Z z z Z Z 0 0 0 0 0 0 E o g o o o 0 o 0 o o o o o 0 0 o g e g 6 o 2 E o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z z z z z z N w Z Z Z Z Z Z z z Z Z z z z z z P Z w m w z z Z z z z z z z z z z z z z z z a $ 0 8 m a 1� � S O � h O O m W m O gO_g qNg eJ RR N �j+, E CLG, 0 q nq � c � eS m `9i m a � 6 $ � m n w r E m g $ 8 ug w E < a ' x ' x x n i a a $ `30 o 0 0 ¢ $ m $ $ w $ 3 w w w o 3 0 $ w m $ $ w . w w 0 g w c ,^, w w w w w w w w w w w w w w w z w z z z m g m z n m z J z Q m m s z gc B 8 „ p 8 B m m m z m z z z z z z z z z z z z z W W W W Z ❑ d Z Z Z Y Y Y W Z W W W W Z W 0 Z t F H Z z Z N N f 2 Z N h H F W r Z F Z Z 2 Z Z Z z z z Z Z Z Z O g z z z z z z z z z z z z z z z z z z z z z z z z z $ a a n '$ �. ° ' m 'A. '� $ '� a "� n N z z z z z z z z z z z F Q QyQ,Y, 5qq5�j y44y�� op QQQ,V, Q QQ QQ 4 QQ Q Q Q QQ Q t z z z z z z z z z z z z z Z Z z z z z z 2 z z Z z p p p �Y z Ti M Be .�i 8S X gnzPo zop 2 z p z z p}z z z Z z z Z z Z z z Z Z Z Z Z Z z z z z z z Z z Z Z z z Z Z AAA X �X X X X g �( % X S Z Z �% z ZC Z Z chi n Y ^ O o Z C w IL LL LL IL IL LL LL LL LL LL N N N N N N N N N N N N N N N N N N N N N N N N N M N N N N 10 N N N N N N N N N N N N N N N N N N N N N N N N N tll Ii z N m O1 0 a p� � � � � � � � � � � g N N N N $ N N $ N N N 1� tTl lTl m COl N m N N INV tNV N N O N N lNS tNl N N tN`I m N N lON'1 IOnV z N z Z O g O ry M N ^ N N N O O a �n ❑ m u ❑ m u ❑ o ❑ ❑ 0 m u ❑ m 0 m m u m u m u m ❑ 0 0 0 m o S o ❑ o ❑ 5 ❑ 5 o o ❑ w o w w ❑ ❑ o m ❑ o o ❑ ❑ ❑ ❑ o w LL ❑ LL ❑ m LL Y x 0 a w 0 a ❑ 0 0 o LL o m e u x 0 x m ❑ E x x i rc n o Y rc rc n rc 0 0 a Y Y$ J N O a P On N 44 pm m p b 6 P fE r O m ¢ a s m N O (NV O < N O a m $ z nm m a m m m a m m m a m m z z z m m m m m a m ¢ m m m z b w x ❑ ❑ M m w' a ury w w w w Y1 tw'� `w�' 0 n < 3 g LL > w myry w >¢>> `3.- `3 NwN n m i Z O ^ n Z m a T i n o t�i m n O O b 6 U 0 O x N e Q m N X N �i g 5Z5 I M1 zTp u u o u o u 0 u u ^ ^ $ $ x S S i N z P $ 5 LL u y ^ r u '❑ 6 m N N N N 55� p m ❑ m m m m U m O F _ ❑ LL m m m m m m U U U U U U F U N <S LL O ❑ LL O O LL ❑ ❑ Fj D S r S ❑LL S 1❑i S ❑ ❑ ❑ > 2 % U l Upp 8 R CO1 N P ehi N O $ m $ $ S O8 8p p N O h N b O o p p Q p O C W J 0 p p O 8 1�11 N [0 N LL C $ N N U U U U U U < < LL LL U U U 1 U U U U U U u U U U N IL C U m LL IL LL LL LL dddP IL < U m LL N LL d LL LL LL V U F ❑ m q y q E E o o - E o 7 E E �, t9 0 a U U U U U u U L LL 0 U J LL 0 (LmJ 0 0 0 0 0 0 0 0 � 4 ILL � ❑ � LL LL IL LL LL IL � LL � U E m l LL � 'E LL LL. LL � f Y U w 0 m 0 1 w 0 0 0 m m m 0 0 J O LL_ Tv E E �JE E E c& E E $ IL LL IL 1l N LL m LL m IL m N m LL m m N m m ❑ ❑ O ❑ ❑ m ❑ ❑ ❑ O F m i V �SF F w o o i E ¢ v Z m E 2 2 � F F � a 2 F 2 e E s s x x E g y m Y 000gLLo I g ; A m' ' m° m' m �n m' m m 0 � 0 ❑ � 0' o' 0 0 � r m s � � ss "ss ��p � a � � � ssp� rys � s � sss � � s8gsrysm � � m � "sss � m � smmpsassssmsss � � � ssp � �ryp$ mO l+lqq o m N mm l N M W K w H W K N lY . K . N N N N N N' b � O � N 8 0 0OO p Ngr N � N N K N N cn Q N\� `Y z Z Z z a Z Z 0 z z z z Z z Z z z z 0 Z Z z Z o 0 0 0 0 o 0 o 0 o 0 o o O O o 0 0 0 0 0 0 0 o 0 0 o 0 o 0 o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 g o 0 22 ZZ z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z w z z z z z z z z z z z z w w z z z z z z z z z z z z z z z z z w z z 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z < < < < L < a < a L a m " " a a L L < a a a < a a a a a a < a s < a a a a a a a a a a a < a a a F F z z z E z F z z z z g z F E F z E F z F F z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z i <z i Q Q < a a Q On Q < a a Q a Q Q Q Q Q o 0 0 < < z � ' Z z z ! C z Z z z C zc-, l C C £� - - C Z z Y Y Y Y Y KF F FRF a W <z a 8F = 8 Ao8ggo � ggogoRHr � � � � � � _ � � � � � � � � � � � � _ � � � � � � � � � � z � � � � � � � � � � � � � � izi � � � � zzi � i � � � � S S S S 0 0 0 S 0 8 S S S S o S o S S 8 S S 0 S S < aa a QQ a < < a a a < a a a QQ aa QQ a a a < a aa a a a a z $ $ LL ,Q n o LL a o N h z z Z Z Z z Z z Z Z z z Z z z 2 2 2 z Z Z z z 2 2 2 z z o $ ro N $ n �n z z o m 8 8 1 2z mo' O o o V m m m og g n Um oV o m n o a < m ¢ W m n U LLO < N a m g w Z > w G P Z N z J. $ e -'� �, Z --'i z -�i -� i N 'n a m 3 u r 3 3 w aa {y ry n t) V U W Z `C m m m > ii $ iiiiiiiiiiiiiiii � � o � � � g € t � � m 0 0 z m m 0 0 0 m m 3 Y 0 0 0 0 0 0 0 0 o 0 0 Y r �'e Y w m S i i i °s w w F m i i w w A 0& Idne �" 8 a u a a " ° wwa ' w' 7 LL W f W i g g e W@ ` m : w . . :_ �_ F F m m m F g F m m m > E F E r a@@ m w@ E .. m'S a a W '_m '_. E S S m o > > c E n E Y n E H m m m N m m m m m y m m di m t- m m m" rc° m m m" m" m w" w dS w 8 n° > LL 5 > > > w' f". u w w w w w w > > >" w r w q p p p d O O O p p o m m N pp p O m g m O pp N N N 1� qq m p. pp h F m6 m m N O 00 N O m pi P Oi O h m O� $ S1 O� d O 0 d P m G• m r � � mm � mmmmmmmmmmsmmmmmammisaas � saa � � n � s � � � � � � � � � � � � � � � � x � � � ^ � N y N N N �: ry N fN`{ N N N � N 0 r �: �2 $ N N 1.111 YPI ^ N W N OO 0.11 N m N PO $ 6 r �: d 0 �: N h P h N m N N K N N C N N N N N N N N N N N N N N N N P N N N N fh N N N yy11 W W w w W w w W w W W W W W W W W W W W W W W W W W W W Z z z z z Z z z z z z z Z z Z c f Z c Z z z Z Z Z Z Z Z gzzzzzzzzzzzzzzzzz � zzzzzzzzz z zz zz zzzzzzzzzzzzz � � � z z z � b r r rc ¢ w w J J J J U O W w W W W W W W W W W w w W W W W W W W W W Z Z Z W W Z Z Z Z z z Z z z z z Z z z z z z z m c z Z Z z Z Z Z Z Z Z Z O O O O O O O O O O U O O O O z ZZZZUU ZZZz ZZZZ <` Z ZZ z z Z Z z Z Z Z z z z z z z Z Z Z z z zz Z <Q Z Z Z Z a Q Q Q < a Q << QQ QQ QQ aa <Z 2<< a2 aZ QZ QZ `Z QZ Z tZ <Z Z<< Q2 aZ QZ QZ QZ Z Z<< 2aa QZ aZ 2QQ t2 `Z QZ Z<< aZ Z<< Z QZ Z Z <Z Z<< <Z Z<< 2<< tZ 2<< <2 Z<< tZ <Z Z<< <z Ztt 2<< <z <Z tZ Z<< Z<< <Z <Z Z <<Z Z<< c2 Z Z 2 Z Z Z Z Z Z Z Z Z 2 Z Z Z Z 2 2 �Q ZS5 Z Z Z Zaa Q Z Q Q Z 2QQ <Z Z Z Z 2 ZQQ a 2 2aa Z Z Z 2<< Z Z 2 t Z Q� Q Z 2 Z p Z z z 2 2 Z Z Z Z 2 2 2 Z Z Z Z Z Z Z Z Z Z Z z 2 2 Z Z Z Z Z Z Z 2 2 2 2 z z N N ^ N N ^ N N N N N N N N N N N ^ N ^ ^ ^ ^ Z^ ^ aa ^ << cc QQ < a < < < < a 6 ^ ^ a ^ ^ << < i ^ Z ^ 2 2 Z z Z z z z Z Z Z Z ^ Z ^ 2 < m << << � � � << `` aa C ` Z Z 2 z ZQQ Z Zaa aZ Z Z a2 Z QZ QZ aZ aZ QZ Z a2 Zaa QZ z Z z Z QZ QZ N Q2 y�m3 Zc ZQ �ONJ <Z QZ N N Z 2 2 2 2 2 Z Z Z Z Z 2 2 2 2 Z Z 2 2 2 2 aU• tl6 8 6 s p n 0 < ii 0 O Z 0 z Z Z Z Z Z 0 0 0 Z O xx ��(( z s s o s E rc > H o g W F W n W W W N a X N X F J 7 7 z J J F N otl e o y 0 0 0 N a f m $ a R & $ P $ a 8 N < < < a a a a a a 8 a $ " < a z N h z m z z z s m N $ z R a g 8 f f z S S z z z z z z z z z , `� z S 8 z a R z O Ur 6 ^ O O m O N n > > > LL 8 m mm n S n z 4 $ m N ry 2 m w m LLm a Z Q Z f Z n Z a Y Y z Y J f w O 1� 3 3 J N J J N 3 f f N f N N U� N N P N CI 7 LL o R R fi Z Z Z 01 O 0 P N N tTl O Ip O N b 8 N o o x x g g g m >m m pq tV 6 0 $ N N N Y p p N O N N < F < F P f O f P N N N N F N N N [[ Q Q Q h F •G N O O D N N@ U O O O U O O m O 4l m o z za zd �a rc rc m Y pe q 9 i pC UU Cp y ) yp6 c/$ < V L L C P m U Z 2 y 8 L 6 yaL O O W W U J J J Q i g C p Q IyS U O W Q Z N S x Z F N LL x U U U S F K N Z 3 N N N N m Q N N N 6 S S 0 0 0 0 IILLI LL 3 N N N 0Y N 3SQ1I a 3 $$aEE s $ R 9 3 8 m a s S p g m 2 m l6 F E n n n n n E gg .'��{ {( w E Em o o iy s w W m q £ m F F E o 0 0 $ o m 3 E o o m P P n a a 00 0 o e o r C F o m rc rc a ci u u W u a g a a > > F w > 5 > S > > >° > > >" S T� 5 5 w' 9 a 8 u a 'a a d a o o a a < a o N x x° < a 3 a a a < < a a > > a 0 0 O O O V O U U U U L < a m Y°m z W m 1 o z'o @ 4 4 $ u a ffi E _ 0 8 0 0 0 3 2 x x E x x E F6 E o E E E 3 3 E E E m m w q u u u Y Y U E E p € E u o4 u u A ~ �• m �' b• �• 8 g t �' `m c u u u u a s u u m m m A w a m w u 0 u > u g rc W rc w > > r w >" 5 > 3 > > > > > 5 5 5 5 r w 9 a a4 u N a <" a a a a 0, 0, a a a a N N 0 c� a a a • r t- ¢ d a a ¢ a a a E r $ $ $ $ rP $ $ o $ $ $ rP $ $ $ 8 8 8 8 8 $ ^o $ $ 8 $ ^P $ m $ a 'o S $ $ $ $ - 8 $ 8 $ 8 $ $ °' $ 8 8 8 S 8 8 8 $ • ^ ^ ^ N N N N N � N N N SN 0 , [ [ { } § ) i } . . . . \ , , , , , , , , , ! ! , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , , l , „ <zl , , , , , , , , , , , , , , , , , , , _ ■ - - , , , , , , , � , , , , , / � « 1 , ( § § | ) § ( § | | | | § | § & ■ ■ ■ » ! , , , , , , , , , , , ! l1 , , , , ! l , , , , , , � � | | � § ! § ! § § / \ \ § � ; _ ■ � ! ) � l ■ ■ § ■ | | | § # § 2 § § ! E / | \ = tE \ E ! / ! l � = = , � , _ ! [ r � trrrr ■ r � M | trrr � lrr | , | � � � 0 0 0 § § f . } \ } \ \ \ \ \ \ \ \ } | | \ \ \ \ ! \ \ | | ( { ( | k E ! » Rwww I WMm w R ! 8a888 8898 ! ! ( ! | ! § t § ! ! ! ; # � ' ! § § ! § ! u ; ! ! § § ! ! ! � ■ ! ! § ■ ■ § ! § ! ■ PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed. Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity In this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 4/30/2013 Totem Electric NAME O IDDER BY: Signature muff '4ft'Ahe01 4 e-, rdC19t (Print Name and Title) 2332 Jefferson Ave. Address Tacoma, WA 98402 2013 Vehicle Detector Loops/Brock 15 April 8, 2013 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Totem Electric of Tacoma, Inc , as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly Five Percent(5%) of Total Amount of bound unto the CITY OF KENT, as Obligee, in the penal sum of Accompanying Proposal 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 2013 Vehicle Detector Loop 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 30th DAY OF April 2013. Totem Electric of Tacoma Inc By c PRINCIPAL Travelers Casualty and Surety Company of America By SU WY Karen J. Smith,Attorney-In-Fact 20 Received return of deposit in the sum of$ 2013 Vehicle Detector Loops/Brock 16 April 8,2013 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance Company Attorney-In Fact No. 218993 Certificate No. 005331252 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa and that Fidelity and(,uaranty Insurance Underwriters Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the`Companies'),and that the Companies do hereby make,constitute and appoint Karen Ingram,Karen J Smith,Julie Craker,Thomas P Hentschell, Leslie A Parks,Brad Roberts,and Joanne Reinkensmeyer of the City of Tacoma ,State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Companies have caused this instrument to'be signed and their corporate seals to be hereto affixed,this 14th day of January 2013 a t sc Farmington Casualty Company � > ' St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ,i� Trawlers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company =LI.SU,�i� yY 'V FIRE�b M O�°N NSG9 gq J„�TY NNOP ,�vl ��{7Y•� �'��6(f NC09papAtfD �m rLOR roR�>`r��, fir, c00.ioNAI�,p ep �9m 3 .�74� I s s z i � i g f) -' s __ n- a aaarroso J a+9tFaw, s 'gym O rt SEAL °F w' CONIL ! 7896 �c ° �� ,F�Hce" fy.�Ea✓� rr rp br RNa "��//AHt s L State of Connecticut By City of Hartford ss Robert L Raney, enior Vice President On this the 14th day of January 2013 before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer G.TITItN /� In Witness Whereof,I hereunto set my hand and official seal TM W w� l. . My Commission expires the 30th day of Tune.2016 AUBL�G * Marie C Teneault Notary Pub]is asFs 58440-8-12 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company,St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(bl duly executed(under seal,it required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED that the signature of each of the following officers President any Executive Vice President any Senior Vice President,any Vice President, any, Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-m-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kevin E Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters Inc,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effectand has not been revoked IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies day of 20451 t I Kevin E Hughes,Assistant Seciftary ��SU� �yq.Wyry' \ F10.E 6 \0.N MSG pi•IN8Uq Jp�\v 4Mp dN Whp 1 pPrij< V y�P� 2� 97 eJ 9M14 a�1992fi o [ICa9POR,ItFD y z� �toaeortnre m w�aavosgrF^� e m rti`7 y W wtatwao rwimnm� , yA ,Sap 1951 N4 0l ��SEAL Ao: iy.SEAL D3°ffi ;, COaa eo" f O< o \........»f" AtN To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www travelersbond corn Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified In the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2013 Vehicle Detector Loops NAME OF PROJECT Totem Electric NAME OF BIDDER'S FIRM SIGNATURE OF AUTH RIZED REPRESENTATIVE OF BIDDER 2013 Vehicle Detector Loops/Brock 17 April 8, 2013 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: Original Contract Date: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work is 9 P hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required t for this Change Order -0- Working days Revised Time for Completion Working days 2013 Vehicle Detector Loops/Brock 18 April 8, 2013 In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter Into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy 1. LaPorte . P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: 2013 Vehicle Detector Loops/Brock 19 April 8, 2013 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 ....................IP( Orderof Contents................................................................................. Invitation to Bid...................................................................................Is1 Contractor Compliance Statement........................................................Er Date............................................................................................13" Have/have not participated acknowledgment.............................C� Signature and address ................................................................1 Declaration - City of Kent Equal Employment Opportunity Policy ........ET Dateand signature .....................................................................©' Administrative Policy...........................................................................[Er Proposal...............................................................................................133 First line of proposal - filled in ...................................................E Unitprices are correct ................................................................1r Subcontractor List (contracts over $100K) ..........................................12' Subcontractors listed properly....................................................Ef Signature ................................................................................. 13' Subcontractor List (contracts over $1 million).....................................d Subcontractors listed properly....................................................CQ Dateand signature .....................................................................6111' Contractor's Qualification Statement ...................................................ff Complete and notarized ..............................................................[3' Proposal Signature Page......................................................................ff AllAddenda acknowledged .........................................................IT Date, signature and address .......................................................C3' BidBond Form .....................................................................................[a Signature, sealed and dated .......................................................Rr Power of Attorney.......................................................................LY (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form.................................................................IT Signature....................................................................................a ChangeOrder Form..............................................................................CB" Bidder's Checklist ................................................................................Cf The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2013 Vehicle Detector Loops/Brock 20 April 8, 2013 J Bond No 105931241 PAYMENT AND PERFORMANCE BOND Y KltNT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Totem Electric of Tacoma, Inc as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, 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 $125,532 50 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2013 Vehicle Detector Loops (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. 2013 Vehicle Detector Loops/Brock 21 April 8, 2013 TWO WITNESSES: PRINCIPAL (enter principal's name above) BY: Sco 1- S fib h rh S nker TITLE: Pry ice„ DATE: S�lo %3 DATE: 5/�0 /'�� 3 CORPORATE SEAL: PRINT NAME DATE: S//0 2-013 Travelers Casualty and Surety Company SURETY of America CORPORATE SEAL: BY: _ Karen J. Smith DATE: May 13, 2013 TITLE: Attorney—In—Fact c/o Hentschell & Associates, Inc. ADDRESS: 621 Pacific Ave. #400 Tacoma, WA 98402 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that SC.pTT STEP"EN 5 Who signed the said bond on behalf of the Principal `TOTCM E LECT?2AC J(=T�eoM.4�Nc Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSIS ANT SECRETARY 2013 Vehicle Detector Loops/Brock 22 April 8, 2013 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Aftk POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 218993 Certificate No. 005331281 KNOW ALL MEN BY THESE PRESENTS That Farmington Casualty Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters Inc,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the`Companies"),and that the Companies do hereby make constitute and appoint Karen Ingram,Karen J Smith,Julie Craker,Thomas P Hentschell, Leslie A Parks,Brad Roberts,and Joanne Reinkensmeyer of the City of Tacoma ,State of Washington ,their true and lawful Attomey(s)-in-Pact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this 14th day of January 2013 Farmington Casualty Comp'�n } St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company ,f Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St Paul Guardian Insurance �µCompany two GI.SU,E�j J FtRE`b.y'4 1PN �y$G �r"p11N5UH� uPtTV 9N0 1IQ_".Y �rY� Z ,di°OW�♦ �� 6t O n 4 MCtYitalaTEp a z jt'tPxv OPNiF Es �OPGONA jE.�� 9m t 1977 g 79 't ti SSRL a°` s�m�roNao o 1896 {Q AL tus e n naa 66< aac State of Connecticut By City of Hartford ss *RobrtRaney, error Vice President On this the 14th dayof January 2013 before me personally appeared Robert L Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and Lnited States Fidelity and Guaranty Company and that he,as such being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authonzed officer p,Tt>• In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2016 .* '0!/BLi� * Mane C Tetreault,Notary Public 58440-8-12 Printed in U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER - WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters Inc, St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Swety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect reading as follows RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company s name and seal with the Company's seal bonds reeogmzanees,contracts of indemnity and other writings obligatory in the nature of a bond recognizance,or conditional undertaking,and any of said officers or the Board of Director,at any time may remove my such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authonty to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Anomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof and any such Power of Attorney or certificate bearing Such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Kevin E Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc,St Paul Fire and Marine Insurance Company St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America and Lniced States Fidelity and Guarantv Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked /? IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this Ni �day of'%� 201-3 Kevin E Hughes Assistant Seciftary GI.SU.R� t1RL64 \i'Ii �'�$!/ pt,NS�Uq Jp�(Y 4H0p yp_",Y YY'Y"'YJ O 5`���51 • 4 raLOPVOR.ii� je/ T n u 9 g¢ i � HAPTWfle < J Iil�flD.� �� t s � �` 1951 � SEAL.o1 � SSAL 3 y cONH S > R � 7 �y nN J N' s�cJy ccG 1S"A�/ ots • rya 'sill tltA • •v/AHt� To verify the authenticity of this Power of Attorney call 1-800-421-3880 or contact us at wwwtravelersbond com Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and 7-22t-='f-1-7 -6/rctr , organized under the laws of the State of located and doing business at F,�1 c.e�&3,�;U . LA,14 ("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: 2013 Vehicle Detector Loops in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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. The Contractor is responsible to obtain copies of the 2012 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. 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 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 and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2013 Vehicle Detector Loops/Brock 23 April 8, 2013 5. Contractor shall defend, Indemnify, and hold the City, Its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, Including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 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. 2013 Vehicle Detector Loops/Brock 24 April 8, 2013 CITY OF KENT BY: SU E OOKE, MAYOR D ATTEST- e— NALD F. 7 RE, QATY CLE K APP VED ASS O FOR Z r W_ em 7) KENT LAW DEPARTME CONTRACTOR BY: � PRINT NAME: S[c_j4-{- .24 T c o•l f TITLE: f DATE: �( iblZdl ? 2013 Vehicle Detector Loops/Brock 25 April 8, 2013 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or Its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. S. 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. 2013 Vehicle Detector Loops/Brock 26 Aprd 8, 2013 EXHIBIT A (Continued) 2. Automobile Liability Insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's Insurance coverage shall be primary insurance as respect the City. Any Insurance, self-Insurance, or Insurance pool coverage maintained by the City shall be excess of the Contractor's Insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice b certified mail return receipt requested, has been given to the City. v r � � y 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2013 Vehicle Detector Loops/Brock 27 April 8, 2013 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance Is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, Including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability Insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall Include all subcontractors as Insureds under Its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2013 Vehicle Detector Loops/Brock 28 April 8, 2013 A� CERTIFICATE OF LIABILITY INSURANCE 5/13i2o3" THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) PRODUCER ON AONTACT ME Karen Smith HENTSCHELL & ASSOC INC PHONE (253)272-1151 FAX (253)272-1225 One Pacific Building EMAIL karens@hentschell.com 621 Pacific Ave. , Suite 400 INSURERS AFFORDING COVERAGE NAICN Tacoma WA 98402 INSURERA Zurich American Insurance Co INSURED INSURERB Great American Insurance Cc Totem Electric of Tacoma, Inc. INSURER P.0 BOX 1093 INSURER INSURER E Tacoma WA 98401 INSURER COVERAGES CERTIFICATE NUMBER 2012 GL/Auto/Umbrella REVISION NUMBER. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR POLICY NUMBER / GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 TO X COMMERCIAL GENERAL LIABILITY DAMAGE PREMISES ( RENTED 300 000 Ea occurrence r$ A CLAIMS-MADE FX1 OCCUR X 3LA4278142 9/30/2012 9/30/2013 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accidenn 11000,000 X ANY AUTO LA4278142 BODILY INJURY(Per person) $ A ALL OWNED SCHEDULED X 9/30/2012 9/30/2013 BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS Per accident $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 B X EXCESS LIAR CLAIMS-MADE 0325977 9/30/2012 /30/2013 AGGREGATE $ 5,000,000 DED RETENTION$ X (FOLLOWING FORM) $ WORKERS COMPENSATION I WC STATU- I OTH- AND EMPLOYERS'LIABILITY YIN FIR ANY PROPRIETOR/PARTNER/EXECUTIVE EL EACH ACCIDENT $ 11000,000 A OFFICER/MEMBER EXCLUDED? NIA LA9276142 9/30/2012 9/30/2013 (Mandatory in NH) EL DISEASE-EA EMPLOYFO $ 1,000,000 If yes describe under t WA So DESCRIPTION OF OPERATIONS below ( P Gap) E L DISEASE-POLICY LIMIT I $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) RE 2013 Vehicle Detector Loops Blanket Additional Insureds - Primary and Non-Contributory as required by written contract or agreement per the attached Endorsements #UGL1175ECW(4/12) and CA2048(2/99) . CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS 220 4th Avenue S.Kent, WA 98032-5895 AUTHORIZED REPRESENTATIVE Thomas Hentschell/KJS ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201006)01 The ACORD name and logo are registered marks of ACORD 9 Additional Insured —Automatic — Owners, Lessees Or ZURICHe Contractors Policy No I Eff Date of Pol I Exp Date of Pol GLA4278142 1 9/30/12 1 9/30/13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named Insured Address (including ZIP Code) This endorsement modifies insurance provided under the, Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to Include as an insured any person or organization who you are required to add as an additional insured on this policy under a written contract or written agreement However, if you have entered into a construction contract or construction agreement with an additional insured person or organization,the insurance afforded to such additional insured only applies to the extent permitted by law B. The insurance provided to the additional insured person or organization applies only to "bodily injury", "property damage" or "personal and advertising injury" covered under Section I — Coverage A — Bodily Injury And Property Damage Liability and Section I—Coverage B— Personal And Advertising Injury Liability, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by 1. Your acts or omissions, or 2. The acts or omissions of those acting on your behalf, and resulting directly from your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement C. However, regardless of the provisions of Paragraphs A. and B. above 1. We will not extend any insurance coverage to any additional insured person or organization a. That is not provided to you in this policy, or b. That is any broader coverage than you are required to provide to the additional insured person or organization in the written contract or written agreement, and 2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of a. The Limits of Insurance provided to you in this policy, or b. The Limits of Insurance you are required to provide in the written contract or written agreement D. The insurance provided to the additional insured person or organization does not apply to "Bodily injury", "property damage" or"personal and advertising injury" ansing out of the rendering or failure to render any professional architectural, engineering or surveying services including 1. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications, and 2. Supervisory, inspection, architectural or engineering activities U-GL-1175-E CW(04/12) Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc,with its permission E. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions The additional insured must see to it that 1. We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim, 2. We receive written notice of a claim or"suit'as soon as practicable, and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity This provision does not apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement requires that this coverage be primary and non-contributory F. For the coverage provided by this endorsement 1. The following paragraph is added to Paragraph 4.a. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions This insurance is primary insurance as respects our coverage to the additional insured person or organization, where the written contract or written agreement requires that this insurance be primary and non-contributory with respect to any other policy upon which the additional insured is a Named Insured In that event, we will not seek contribution from any other such insurance policy available to the additional insured on which the additional insured person or organization is a Named Insured 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV—Commercial General Liability Conditions This insurance is excess over Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit' This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured All other terms and conditions of this policy remain unchanged U-GL-1175-E CW(04112) Page 2 of 2 includes copyrighted material of Insurance Services Office,Inc,with its permission POLICY NUMBER GLA4278142 COMMERCIAL AUTO CA 20 48 02 99 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by this endorsement This endorsement identifies person(s) or organization(s) who are "insureds" under the Who Is An Insured Provi- sion of the Coverage Form This endorsement does not alter coverage provided in the Coverage Form This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below Endorsement Effective 09/30/12 Countersigned By Named Insured Totem Electric of Tacoma, Inc Authorized Representative) SCHEDULE Name of Person(s)or Organization(s): Any person or organization to whom or which you are required to provide additional insured status or additional insured status on a primary, non-contributory basis, in a written contract or written agreement executed prior to loss, except where such contract or agreement is prohibited by law (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to the endorsement ) Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form Copyright, Hawaii Insurance Bureau, Inc, 1999 Includes copyrighted material of the Insurance Services Office, Inc , with its permission CA 1028 (2-99) CA 20 48 02 99 Copyright, Insurance Services Office, Inc , 1999 Page 1 of 1 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.............................................1-2 1-03 Award and Execution of Contract..........................................1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 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 1-10 Temporary Traffic Control ................................................. 1-27 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-20 Illumination, Traffic Signal Systems, and Electrical .................8-4 DIVISION 9 MATERIALS...............................................................9-1 9-29 Illumination, Signal, Electrical..............................................9-1 KENT STANDARD PLANS .................................................................. A-1 LOCATIONMAPS.............................................................................. A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 PREVAILING WAGE RATES............................................................... A-4 2013 Vehicle Detector Loops/Brock April 8, 2013 KENT SPECIAL PROVISIONS The following Kent Special Provisions ("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 ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, Its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. 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 Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 2013 Vehicle Detector Loops/Brock 1 - 1 April 8, 2013 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract Includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.I IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 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"). 2013 Vehicle Detector Loops/Brock 1 - 2 April 8, 2013 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 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mall, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHERFORMS F O MS O ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2013 Vehicle Detector Loops/Brock 1 - 3 April 8, 2013 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2013 Vehicle Detector Loops/Brock 1 - 4 April 8, 2013 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING '145 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 two (2) 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 working 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 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. 2013 Vehicle Detector Loops/Brock 1 - 5 April S, 2013 No claim for delay shall be granted to the Contractor due to Its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 2013 Vehicle Detector Loops/Brock 1 - 6 April 8, 2013 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, Increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will Investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. 2013 Vehicle Detector Loops/Brock 1 - 7 April 8, 2013 It is the Contractor's sole responsibility to obtain a staging and storage area(s) for his equipment and all necessary permits/approvals to use private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose to use private property for storing his equipment, Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contract for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.5 City Provided Construction Staking 1-05.5(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.5(2) through 1-05.5(7) of the Kent Special Provisions. The Contractor shall assume full 2013 Vehicle Detector Loops/Brock 1 - 8 April 8, 2013 responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.5(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.4 of the Kent Special Provisions. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $150/hr for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.5(5) Staking Services Work requests must be made at least 3 working days in advance of the reauired staking. The City will furnish the following stakes and reference marks: 2013 Vehicle Detector Loops/Brock 1 - 9 April 8, 2013 1. Traffic Signal Loops - One set of stakes or marks will be set at center of loop locations as required and shown in loop station schedule. Any deviation from plan locations will require coordination with the Survey Department to as-built new locations of loops and/or conduit shown on plans. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $150/hour. 1-05.5(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. 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, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. 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 the 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 and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. 2013 Vehicle Detector Loops/Brock 1 - 10 April 8, 2013 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 exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING 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 receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized Interruption of 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 in writing that the Engineer 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 from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized 2013 Vehicle Detector Loops/Brock 1 - 11 April 8, 2013 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. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer 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, 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 2013 vehicle Detector Loops/Brock 1 - 12 April 8, 2013 testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 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. SECTION 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: City of Kent 2013 Asphalt Grinding Contract Contractor shall coordinate loop installation schedule with Engineer such that loops shall be installed after asphalt repairs are completed. 2013 Vehicle Detector Loops/Brock 1 - 13 April 8, 2013 SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 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 information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (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 The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can 2013 Vehicle Detector Loops/Brock 1 - 14 April 8, 2013 be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal Is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 2013 Vehicle Detector Loops/Brock 1 - 15 April 8, 2013 The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(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: 2013 Vehicle Detector Loops/Brock 1 - 16 April 8, 2013 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. The City will not adjust payment to compensate the Contractor for 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 The 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 shall contact the Washington State Department of Revenue for answers to questions in this area. The City 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 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 60.28.051). The City may deduct from its payments to the Contractor 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. 1-07.2(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 2013 Vehicle Detector Loops/Brock 1 - 17 April 8, 2013 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; water mains and their appurtenances; 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 Imes, or other conduits or Imes in or above streets or roads, unless such power Imes 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 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 on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City 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. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. 2013 Vehicle Detector Loops/Brock 1 - 18 April 8, 2013 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 ad3ust the Contractor's bid in the event the State or Federal Government ad3usts 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 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 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 2013 Vehicle Detector Loops/Brock 1 - 19 April 8, 2013 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all Identified or suspected underground utilities specified in RCW 19.122 are Incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (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 Contract, which constitute the Contractor's insurance requirements for this project. 2013 Vehicle Detector Loops/Brock 1 - 20 April 8, 2013 SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are Indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 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. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2013 Vehicle Detector Loops/Brock 1 - 21 April 8, 2013 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related Items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. Upon receipt of notice to proceed and commencement of work, it shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. 2013 Vehicle Detector Loops/Brock 1 - 22 April 8, 2013 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 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 2013 Vehicle Detector Loops/Brock 1 - 23 April 8, 2013 If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate Information, the City may withhold progress payments until a schedule containing needed Information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified In the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the Clty's grind and Inlay program. Each new location will become available at different times as the Clty's grind and Inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall perform work at locations 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 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 Engineer, and such determination will be final as provided In Section 1- 05.1. 2013 Vehicle Detector Loops/Brock 1 - 24 April S, 2013 ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 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 Trucks 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. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. 10. 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 of Terminated Work The bidders and Contractor should note that in the case 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 funds. Deletions 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: 2013 Vehicle Detector Loops/Brock 1 - 25 April 8, 2013 West Meeker Street & Russell Road West Meeker Street & 64th Avenue South 64th Avenue South & West James Street West James Street & Washington Avenue 641h Avenue South & South 228th Street 76th Avenue South & South 228th Street 94th Avenue South & South 240th Street 841h Avenue South & South 208th Street 84th Avenue South & South 196th Street 84th Avenue South & SR 167 SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material Inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. S. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030(3). 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. 2013 Vehicle Detector Loops/Brock 1 - 26 April 8, 2013 It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(i) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: 2013 Vehicle Detector Loops/Brock 1 - 27 April 8, 2013 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING; 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 2013 Vehicle Detector Loops/Brock 1 - 28 April 8, 2013 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2013 Vehicle Detector Loops/Brock 1 - 29 April 8, 2013 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, Irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. 2013 Vehicle Detector Loops/Brock 1 - 30 April 8, 2013 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may 2013 Vehicle Detector Loops/Brock 8 - 1 April 8, 2013 recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, Including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION B-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. 2013 Vehicle Detector Loops/Brock 8 - 2 April 8, 2013 Any results that are outside the appropriate range of compliance will require Immediate Implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No process waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per each for "Inlet Protection" shall be full pay for all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure for re-establishment of vehicle detector loops. No other compensation will be made. 2013 Vehicle Detector Loops/Brock 8 - 3 April S, 2013 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3 Construction Requirements SECTION B-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(8) Wiring THE THIRD PARAGRAPH OF THIS SECTION IS DELETED AND REPLACED WITH THE FOLLOWING: All splices in underground Illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in Induction loop circuits shall be the splice connecting the Induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Section 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION B-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 16 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. 2013 Vehicle Detector Loops/Brock 8 - 4 April 8, 2013 SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS; Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "6' Diameter Traffic Loop" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop to the size and location shown on the drawings and in accordance with the Kent Special Provisions and WSDOT Standard Specifications. The unit bid shall include but not be limited to: saw cutting the pavement; the first 30 lineal feet of lead-in wire, sealing; connect new wiring to existing home run cable; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. The unit contract price per lineal foot for "Additional Lead-In Wire" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the additional lead-in wire at the location shown on the plans and described in the specifications. The unit bid shall include but not be limited to: saw cutting the pavement; wiring; sealant; connect new wiring to existing home run wire; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. NOTE: This bid item will be paid based on the lineal footage of saw cutting, regardless of the lineal footage or number of lead-in wire. Measurement begins after the first 30' of individual loop home run cable and saw cut or after two or more loop wire/cuts are combined together to form a lead in. 2013 Vehicle Detector Loops/Brock 8 - 5 April 8, 2013 DIVISION 9 - MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.12 Electrical Splice Materials SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch TM#06147 Electrical Moisture Sealant, or approved equal. 2013 Vehicle Detector Loops/Brock 9 - 1 April 8, 2013 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. TREET 6-98 Induction Loop Details 6-99 M Induction Loop Installation Notes 6-100 Induction Loop Placement 2013 Vehicle Detector Loops/Brock A - 1 April 8, 2013 STOP BAR WEARING COURSE(TYPICAL FOR SECTIONS A,B&C) CENTER OF LANE A v LOOP SERIES A *12 TWISTED PAIR M NUMBER A 3 TWISTS/FOOT Q r c� B TO CON ROLLER TO ADDITIONAL LOOPS B 2C(S) 0.25"MINIMUM WIDTH SAWCUT WHERE APPLICABLE C � SECTION A-A w / 0 / A o *AF *AS i A 0 LOOP SPLICE LOOP SERIES o (TYPICAL) NUMBER B > m a o S o *BF F B TO ADDITIONAL C B BS w LOOPS WHERE APPLICABLE CL 0.50 MINIMUM WIDTH SAWCUT JUNCTION BOX SECTION B-B S=START F=FINISH *=LOOP NUMBER CONDUIT STUBOUT,SEE STANDARD M PLAN ST-93 STOP BAR LOOP WINDING DETAIL 0.50"MINIMUM WIDTH SAWCUT SECTION C-C TO ADDITIONAL LOOPS JUNCTION BOX (ASSUMING TWO LANES OF LOOPS) WHERE APPLICACLE *F CENTER OF LANE SCOTCH 06147 ELECTRICAL B C12C(S) MOISTURE SEALANT TAPE B S I A A S=START SIDE VIEW END VIEW #12 TWISTED PAIR F=FINISH 3 TWISTS/FOOT *=LOOP NUMBER NOT. W RE CUT SOLDERLESS,CRIMPED, NON-INSULATED BUTT SPLICE TO CONTROLLER SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL S QSEP� NOTE'THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT NOTES' AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE pF WASN f � ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1 SEE KENT STANDARD PLAN 6-99 FOR ��yS� �Gj � THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST. CONDUIT STUBOUT DETAIL AND _ s CITY OF KENT INDUCTION LOOP INSTALLATION ENGINEERING DEPARTMENT NOTES (� �* INDUCTION LOOP 2 SEE KENT STANDARD PLAN 6-100 FOR �p 21493 �� KENT DETAILS INDUCTION LOOP PLACEMENT DETAIL. �� ISTER� DESIGNED �SSIONAL E�G1� DRAWN BeDB SCALE NONE STANDARD PLAN CHECKED JDA7E — C—9 p ENGINEER V .7v APPROVED 6" CEMENT CONCRETE CURB AND GUTTER TO]UNCTION BOX r' STUBOUT SHALL EXTEND A MINIMUM OF 3/4"INTO PAVEMENT PAVEMENT DEPTH VARIES SCHEDULE 80 PVC SECURED IN ROAD SURFACE(TYP.) CONDUIT STUBOUT DETAIL INDUCTION LOOP INSTALLATION NOTES: 1. CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC CONDUIT,MINIMUM SIZE 2 INCHES. 2. ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO. 12 AWG STRANDED COPPER WIRE, CLASS B,WITH CHEMICALLY CROSS LINKED POLYETHYLENE TYPE USE INSULATION OF CODE THICKNESS 3. BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOP INSTALLATIONS. 4. EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT DEPTH AROUND CORNERS S. LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW PAVEMENT IS INSTALLED. 6 ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS SHOWING LOOP NUMBER AND S(START)OR F(FINISH). 7. SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS AND STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT. B WHEN SAWING LEAD-IN SLOT IN THE ROADWAY,CONTINUE THE SAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THE CONCRETE GUTTER A DEPTH OF APPROXIMATELY ONE INCH TO PERMANENTLY MARK THE LOCATION OF THE STUBOUT IF NO GUTTER IS PRESENT,CONTACT THE ENGINEER FOR AN ALTERNATIVE METHOD OF MARKING THE STUBOUT LOCATION 9 ALL LOOPS AND HOME-RUN WIRING SHALL BE PLACED A MINIMUM OF 2 FEET AWAY FROM ANY AND ALL METAL CASTINGS OR VALVE BOXES EXCEPT TERMINATING HANDHOLES OR ]UNCTION BOXES ()SET) NOTE.THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WAS�I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT A COPY MAY BE OBTAINED UPON REQUEST CITY KENT � Y a ENGINEERING NO DEPARTMENT INDUCTION LOOP IsT� ST �4' KENT INSTALLATION NOTES �SSIONAL � DRAWN DESIGNED DWH SCALE NONE STANDARD PLAN CHECKED DATE - C_9 9 M ENGINEER V J APPROVED LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE SPEED LIMIT LOOP ADVANCELOOP MID LOOP ADVANCE LOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4 FT 104 FT (NONE) 144 FT 30 MPH 4 FT 104 FT (NONE) 164 FT 35 MPH 4 FT. 104 FT. 209 FT 274 FT. 40 MPH 4 FT. 104 FT. 239 FT 309 FT. 45 MPH 4 FT. 104 FT. 274 FT. 354 FT 50 MPH 4 FT. 104 FT 304 FT 394 FT. SD6 SD5 NOTES 223 213 N1 N2 0 O O 0 1. THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP. O 0 5Pc 512 2. LOOP DISTANCES MAY BE ADJUSTED f2 FEET TO O AVOID METAL CASTINGS. B 221 211 511 A 0 0 3. THE DISTANCE BETWEEN"A"LOOPS AND"B' LOOPS SHALL BE 16 FEET CENTER-TO-CENTER O 0 13 W2 O SR WR 0 0 421 0 422 0423 W10 00411 0 412 0413 712 3PC 312 0 3110 O 4 Q 7110 7PC SD3 0 812 Q 8110 O A B O E1 823 0 822 0 821 ER NR O E2 SD40 0 B—/A—/ O O A O O B Ill 611 621 0 112 1PC 0 0 612 622 0 0 0 0 S2 S1 613 623 SDI SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) S()SEPz r NOTE THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 17 AN ELECTRONIC DUPLICATE THE ORIGINAL,SIGNED BY THE WAS ENGINEER CITY OF KENTA APPROVED PUBLICATION E T I S KEPT ON FILE AT COPY AYBOBAIN D UPON REEQUEST THE ° az CITY OF KENT ENGINEERING DEPARTMENT 21493 4' v KENT INDUCTION LOOP PLACEMENT ISTER�° `�{v �SSI�NAL F'���� DRAWN BH SCALE NONE STANDARD PLAN CHECKED DATE C—1 00 APPROVED acr[�e V TRAFFIC CONTROL PLANS 2013 Vehicle Detector Loops/Brock A - 3 April 8, 2013 LLH:' `.yY S4 T CHANNELIZAT10N DEVICE I a w ;tr SPACING (FEET) Q ct WORK VEHICLE TAPER TANGENT o. (OPTIONAL) 20 20 DISTANCE • • • ROAD TYPE BETWEEN SIGNSURBAN I Ii' ••• ••s ••• A B C ARROW BOARD 25/30 MPH 200 FT 200 FT 200 FT ■ (SEQUENTIAL CHEVRON) ■ URBAN STREETS RESIDENTIAL & 350 FT 350 FT 350 FT ° BUSINESS DISTRICTS I I ■ L 35/40 MPH • F45/55 URAL ROADS & RBAN ARTERIALS 507FT 00 FT 500 FT MPH 4W4-2L MINIMUM TAPER LENGTH =L (FEET) sz LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 10 105 150 205 270 450 a 11 115 165 225 295 495 I I RIGHT LANE 12 125 180 245 320 sz CLOSED AHEAD W20-5R C ROAD WORK GENERAL NOTES- I Isz AHEAD 1 ALL SIGNS AND SPACING SHALL CONFORM W20-1 TO THE MUTCD AND CITY OF KENT SPECIFICATIONS LEGEND 2 PRIORITY PASSAGE THROUGH WORK AREA SZ SIGN LOCATION FOR EMERGENCY VEHICLES SHALL BE (TEMPORARY MOUNT) PROVIDED AT ALL TIMES 3. ALERT METRO TRANSIT 5 DAYS IN I ■ TEMPORARY TRAFFIC ADVANCE (IF APPLICABLE) CONTROL DEVICE (CONES) 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE oI ARROW BOARD 5. DEVICES SHALL NOT ENCROACH INTO (SEQUENTIAL CHEVRON) ADJACENT LANES 6 ALL SIGNS 48"x48" B/O UNLESS I PROTECTIVE/WORK OTHERWISE SPECIFIED VEHICLE 7. CHANNEUZATION DEVICES ARE STANDARD TRAFFIC CONES TRAFFIC CONTROL PLAN 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS � TYPICAL AND/OR DRIVEWAYS • T RIGHT LANE CLOSURE 9. ALERT AFFECTED RESIDENTS AND „,...". BUSINESSES CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MARCH, 2013 C�. �• ,t��S p�y �t 1 CHANNELJZATION DEVICE SPACING (FEET) y WORK VEHICLE TAPER TANGENT = 0 (OPTIONAL) 20 20 DISTANCE I I I • • ROAD TYPE BETWEEN SIGNS ARROW BOARD A B (FLASHING CAUTION) URBAN • • 25/30 MPH 200 FT 200 FT URBAN STREETS ■ RESIDENTIAL &BUSINESS DISTRICTS 350 FT 350 FT I ® I L 35/40 MPH ° RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A I44-I^ LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED LANE WIDTH POSTED SPEED (MPH) AHEAD (FT) 25 30 35 40 45 B 10 105 150 205 270 450 ROAD 11 115 165 225 295 495 I I WORK 12 125 180 245 320 540 AHEAD W20-1 GENERAL NOTES 1 ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA LEGEND FOR EMERGENCY VEHICLES SHALL BE SZ SIGN LOCATION PROVIDED AT ALL TIMES I I (TEMPORARY MOUNT) 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE (IF APPLICABLE) ® TEMPORARY TRAFFIC 4. PROTECTIVE VEHICLE RECOMMENDED-MAY CONTROL DEVICE (CONES) BE A WORK VEHICLE 5 DEVICES SHALL NOT ENCROACH INTO r-1 ARROW BOARD ADJACENT LANES (FLASHING CAUTION) 6. ALL SIGNS 48"x48' B/O UNLESS OTHERWISE SPECIFIED 7. CHANNEUZATION DEVICES ARE PROTECTIVE/WORK STANDARD TRAFFIC CONES _ ' VEHICLE 8 ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS TRAFFIC CONTROL PLAN 9 ALERT AFFECTED RESIDENTS AND �• TYPICAL BUSINESSES V KENT TURN LANE CLOSURE WA..'..'.. , CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT PATE MARCH, 2013 2 k I� CHANNELIZAT10N DEVICE SPACING (FEET) .Y WORK VEHICLE TAPER TANGENT s 3 20 20 (OPTIONAL) DISTANCE a, • • ROAD TYPE BETWEEN SIGNS I i ARROW BOARD A B (FLASHING CAUTION) URBAN • • 25/30 MPH 200 FT 200 FT URBAN STREETS ■ ■ J_ RESIDENTIAL & BUSINESS DISTRICTS 350 FT 350 FT I ®� L 35/40 MPH ME FRURAL ROADS & ■ URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED AHEAD LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 I I B 10 105 150 205 270 450 ROAD 11 115 165 225 295 495 WORK 12 125 180 245 320 540 AHEAD —1 GENERAL NOTES- 1. ALL SIGNS AND SPACING SHALL CONFORM LEGEND TO THE MUTCD AND CITY OF KENT SPECIFICATIONS SZ SIGN LOCATION 2 PRIORITY PASSAGE THROUGH WORK AREA (TEMPORARY MOUNT) FOR EMERGENCY VEHICLES SHALL BE a TEMPORARY TRAFFIC PROVIDED AT ALL TIMES 3 ALERT METRO TRANSIT 5 DAYS IN I I CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE) t PROTECTIVE VEHICLE RECOMMENDED—MAY ARROW BOARD BE A WORK VEHICLE (FLASHING CAUTION) 5 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6 ALL SIGNS 48"x48" B/O UNLESS PROTECTIVE/WORK OTHERWISE SPECIFIED I aGR VEHICLE 7 CHANNEUZA11ON DEVICES ARE STANDARD TRAFFIC CONES 8 ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE INTERSECTIONS TRAFFIC CONTROL PLAN AND/OR DRIVEWAYS 9. ALERT AFFECTED RESIDENTS AND � TYPICAL • BUSINESSES �/ KENT LANE CLOSURE W.I... T.. CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DATE MARCH. 2013 i OV3HV CA NNOM o Y o OV08 ¢o o w L-OZM __< D 0 £-OZM b LEGEND VL-OZM SZ SIGN LOCATION ®rcoa) (TEMPORARY MOUNT) TEMPORARY TRAFFIC ® CONTROL DEVICE (CONES) I a PROTECTIVE/WORK EI VEHICLE CHANNELIZAT10N DEVICE < FLAGGER LOCATION SPACING (FEET) w TAPER TANGENT 10 20 Y� 3 WORK VEHICLE DISTANCE (OPTIONAL) ROAD TYPE BETWEEN SIGNS A a c �'Iti URBAN 25/30 MPH 200 FT 200 FT 200 FT URBAN STREETS ° RESIDENTIAL & 350 FT 350 FT 350 FT BUSINESS DISTRICTS ° 50' min 35/40 MPH ° 100' max RURAL ROADS & ° URBAN ARTERIALS 500 FT 500 FT 500 FT ° 45/55 MPH A GENERAL NOTES- W20-7A 1 ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS 2 PRIORITY PASSAGE THROUGH WORK AREA B FOR EMERGENCY VEHICLES SHALL BE 4'wW20-4 PROVDED AT ALL TIMES 3 ALERT METRO TRANSIT 5 DAYS IN ADVANCE (IF APPLICABLE) 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE 5 DEVICES SHALL NOT ENCROACH INTO ROAD ADJACENT LANES KZ WORK 6 ALL SIGNS 48"x48" 6/0 UNLESS AHEAD OTHERWISE SPECIFIED 7 CHANNELIZATION DEVICES ARE W20-1 STANDARD TRAFFIC CONES 8. ALL SPACING MAY BE ADJUSTED TO TRAFFIC CONTROL PLAN ACCOMMODATE AT GRADE INTERSECTIONS AND/OR DRIVEWAYS ^� TYPICAL 9. ALERT AFFECTED RESIDENTS AND �s�/ SENT FLAGGER CONTROL BUSINESSES w."".""... CITY OF KENT SCALE NTS EXHIBIT ENGINEERING DEPARTMENT DAB MARCH 2O13 4 PREVAILING WAGE RATES 2013 Vehicle Detector Loops/Brock A - 4 April 8, 2013 r ayc L U1 iv State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/30/2013 County Trade Job Classification Wage lHoliday Overtime Note King Asbestos Abatement Workers Journey Level $40.83 5D 1 H King Boilermakers Journey Level $62.34 5N 1C King Brick Mason Brick And Block Finisher $42.21 5A 1M King Brick Mason Journey Level $49.07 5A 1M King Brick Mason Pointer-Caulker-Cleaner $49.07 5A 1M King Building Service Employees Janitor $19.98 5S 2F King Building Servxe Ern toyees Traveling Waxer/shampooer $20.39 5S 2F King Building Servxe Employees Window Cleaner (Scaffold) $24 52 5S 2F King 11 ding Servxe Employees Window Cleaner(non-scaffold) $23.66 5S 2F King Cabinet Makers Iln Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $49.57 5D 1M King Carpenters Bridge, Dock And Wharf $49.57 5D 1M Carpenters King Carpenters Carpenter $49.57 5D 1M King Carpenters Carpenters on Stationary Tools $49.70 5D 1M King Carpenters Creosoted Material $49.67 5D 1M King Carpenters Floor Finisher $49.57 5D 1M King Carpenters Floor Layer $49.57 5D 1M King Carpenters Scaffold Erector $49.57 5D 1M King Cement Masons Journey Level $50.13 7A 1M King Divers Et Tenders Diver $100.28 5D 1M 8A King Divers Et Tenders Diver On Standby $56.68 5D 1M King Divers & Tenders Diver Tender $52.23 5D 1M King Divers Et Tenders Surface Rcv Et Rov Operator $52.23 5D 1M King Divers $ Tenders Surface Rcv Et Rov Operator $48.67 5A 1 B Tender King Dredge Workers Assistant Engineer $51,071 5D I 3G King Dredge Wor kers Assistant Mate(deckhand) $50.561 5D 3G a A I /-1^4 ,I ' ruyc � VI iv King Dredge Workers Boatmen $51.07 5D 3G King Dredge Workers Engineer Welder $51.121 5D 3G King Dredge Workers Leverman, Hydraulic $52.69 5D 3G King Dredge Workers Maintenance $50.81 5D 3G King Dredge Workers Mates $51.07 5D 3G King Dredge Workers Oiler $50.69 5D 3G King Drywall Applicator Journey Level $49.74 5D I King Drywall Tapers Journey Level $49.79 5P 1 E King Electrical Fixture Maintenance Journey Level $25.34 5L 1E Workers King Electricians - Inside Cable Splicer $64.24 7C 2W King Electricians - Inside Cable Splicer (tunnel) $69.07 7C 2W King Electricians - Inside Certified Welder $62.04 7C 2W King Electricians - Inside Certified Welder (tunnel) $66 65 7C 2W King Electricians - Inside Construction Stock Person $34.19 7C 2W King Electricians - Inside Journey Level $59.85 7C 2W King Electricians - Inside Journey Level (tunnel) $64.24 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $64.95 5A 4A Construction King Electricians - Powerline Certified Line Welder $59.37 5A 4A Construction King Electricians - Powerline Groundperson $42.16 5A 4A Construction King Electricians - Powerline Head Groundperson $44.50 5A 4A Construction P King Electricians - Powerline Heavy Line Equipment $59.37 5A 4A Construction Operator King Electricians - Powerline Jackhammer Operator $44.50 5A 4A Construction King Electricians - Powerline Journey Level Lineperson $59.37 5A 4A Construction King Electricians - Powerline Line Equipment Operator $49.95 5A 4A Construction King Electricians - Powerline Pole Sprayer $59.37 5A 4A Construction King Electricians - Powerline Powderperson $44.50 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $77.70 7D 4A King Elevator Constructors Mechanic In Charge $84.24 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $14.60 56 2K Products Work Only King Fence Erectors Fence Erector $15.18 1 King FlaQgers Journey Level $34.61 7A 2Y I King Glaziers Journey Level $52 76 7L 1Y r A 1A 1^ ^4 1 ruyc .r Vr 1V King Heat It Frost Insulators And Journeyman $56.93 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $68.52 7F 1E King Hod Carriers Et Mason Tenders Journey Level $42.11 7A 2Y King Industrial Power Vacuum Journey Level $9.24 1 Cleaner King Inland Boatmen Boat Operator $52.32 5B 1K 6 King intand Boatmen Cook $48.891 5B 1K King Inland Boatmen Deckhand $48.96 5B 1K , King Inland Boatmen Deckhand Engineer $49.95 5B 1K King Inland Boatmen Launch Operator $51.16 5B 1K King Inland Boatmen Mate $51.16 5B 1K King Inspection/Cleaning/Seating Qf Cleaner Operator, Foamer $31.49 1 Sewer& Water Systems By Operator Remote Control = King Inspeaio ilCteamng/Sealing Of Grout Truck Operator $11.48 1 Sewer Ft Water Systems By Remote Control King Inspection/Cteaning/Sealing Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control King Inspection/C€eamn /Sealing Of Technician $19.33 1 Sewer £t Water Systems By Remote Control King Inspectionl�ISeahng Of Tv Truck Operator $20.45 1 Sewer £t Water Systems By Remote Control King Insulation Applicators Journey Level $49 57 5D 1M King Ironworkers Journeyman $59.02 7N 10 King Laborers Air, Gas Or Electric Vibrating $40.83 7A 2Y Screed ;King Laborers Airtrac Drill Operator $42.11 7A 2Y ,King Laborers Ballast Regular Machine $40.83 7A 2Y 'King Laborers Batch Weighman $34.61 7A 2Y 'King Laborers Brick Pavers $40.83 7A 2Y 2 King Laborers Brush Cutter $40.83 7A 2Y King Laborers Brush Hog Feeder $40 83 7A 2Y 'King Laborers Burner $40.83 7A 2Y King Laborers Caisson Worker r$42.11 7A 2Y King Laborers Carpenter Tender 7A 2Y King Laborers Caulker 7A 2Y King Laborers Cement Dumper-paving 7A 2Y King Laborers Cement Finisher Tender 7A 2Y King Laborers Change House Or Dry Shack $40.83 7A 2Y King Laborers Chipping Gun (under 30 Lbs.) $40.83 7A 2Y King Laborers Chipping Gun(30 Lbs. And $41.59 7A 2Y Over) / r r_ i____ _ __. .r l _ r _ __ _ _ ...._ /._._ .1•r_ __ __ _ _ ___.. w r w r n n 4 �l r uyc -r vl iv King Laborers Choker Setter $40.83 7A 2Y King Laborers Chuck Tender $40.83 7A 2Y King Laborers Clary Power Spreader $41.59 7A 2Y King Laborers Cleanup Laborer $40.83 7A 2Y King Laborers Concrete Dumper/chute $41.59 7A 2Y a Operator ! King Laborers Concrete Form Stripper $40.83 7A 2Y King Laborers Concrete Placement Crew $41.59 7A 2Y King Laborers Concrete Saw Operator/core $41.59 7A 2Y Driller King Laborers Crusher Feeder $34 61 7A 2Y King Laborers Curing Laborer $40.83 7A 2Y King Laborers Demolition. Wrecking 8 Moving $40.83 7A 2Y (incl. Charred Material) King Laborers Ditch Digger $40.83 7A 2Y King Laborers Diver $42.11 7A 2Y King Laborers Drill Operator $41.59 7A 2Y (hydraulic,diamond) ; King Laborers Dry Stack Walls $40.83 7A 2Y King Laborers Dump Person $40 83 7A 2Y King Laborers Epoxy Technician $40.83 7A 2Y King Laborers Erosion Control Worker $40.83 7A 2Y King Laborers Faller 8t Bucker Chain Saw $41.59 7A 2Y King Laborers Fine Graders $40.83 7A 2Y j King Laborers Firewatch $34.61 7A 2Y King Laborers Form Setter $40.83 7A 2Y King Laborers Gabian Basket Builders $40 83 7A 2Y King Laborers General Laborer $40.83 7A 2Y King Laborers Grade Checker 8t Transit $42.11 7A 2Y Person i King Laborers Grinders $40.83 7A 2Y King Laborers Grout Machine Tender $40.83 7A 2Y King Laborers Groutmen (pressure)including $41.59 7A 2Y Post Tension Beams King Laborers Guardrail Erector $40.83 7A 2Y King Laborers Hazardous Waste Worker (level $42.11 7A 2Y l A) King Laborers Hazardous Waste Worker (level $41.59 7A 2Y B) King Laborers Hazardous Waste Worker (level $40.83 7A 2Y C) King Laborers High Scaler $42.11 7A 2Y King Laborers Jackhammer $41.59 7A 2Y King Laborers Laserbea m Operator $41.59 7A 2Y King Laborers Maintenance Person $40.83 7A 2Y King ILaborers Imanhote Builder-mudman $41.59 7A 2Y ruyc _J VI iV King Laborers Material Yard Person $40.83 7A 2Y King Laborers Motorman-dinky Locomotive $41.59 7A 2Y King Laborers Nozzleman (concrete Pump, $41 59 7A 2Y Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $41.59 7A 2Y King Laborers Pilot Car $34.61 7A 2Y King Laborers Pipe Layer Lead $42.11 7A 2Y King Laborers Pipe Layer/tailor $41.59 7A 2Y King Laborers Pipe Pot Tender $41.59 7A 2Y King Laborers Pipe Reliner $41.59 7A 2Y King Laborers Pipe Wrapper $41.59 7A 2Y King Laborers Pot Tender $40.83 7A 2Y King Laborers Powderman $42.11 7A 2Y King Laborers Powderman's Helper $40.83 7A 2Y King Laborers Power Jacks $41.59 7A 2Y King Laborers Railroad Spike Puller - Power $41.59 7A 2Y King Laborers Raker - Asphalt $42.11 7A 2Y King Laborers Re-timberman $42.11 7A 2Y King Laborers Remote Equipment Operator $41.59 7A 2Y King Laborers Rigger/signal Person $41.59 7A 2Y King Laborers Rip Rap Person $40.83 7A 2Y King Laborers Rivet Buster $41.59 7A 2Y King Laborers Rodder $41.59 7A 2Y King Laborers Scaffold Erector $40.83 7A 2Y ;King Laborers Scale Person $40.83 7A 2Y King Laborers Sloper (over 20") $41.59 7A 2Y King Laborers Sloper Sprayer $40.83 7A 2Y King Laborers Spreader (concrete) $41.59 7A 2Y King Laborers Stake Hopper $40.83 7A 2Y King Laborers Stock Piler $40.83 7A 2Y King Laborers Tamper Et Similar Electric, Air $41.59 7A 2Y Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $41.59 7A 2Y propelled) King Laborers Timber Person - Sewer (lagger, $41.59 7A 2Y Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $40.83 7A 2Y =King Laborers Topper $40 83 7A 2Y King Laborers Track Laborer $40.83 7A 2Y King Laborers Track Liner (power) $41.591 7A I 2Y King Laborers Traffic Control Laborer $37.01 7A 2Y 8R King Laborers Traffic Control Supervisor $37.011 7A 2Y I 8R AA A /A 1^ ^4 ^ r U!j v v1 lv King Laborers Truck Spotter $40.83 7A 2Y King Laborers Tugger Operator $41.59 7A 2Y King Laborers Tunnel Work-Compressed Air $55.89 7A 2Y 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $60.92 7A 2Y 8�t Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $64.60 7A 2Y 8 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $70.30 7A 2Y 8 Worker 54.01-60 00 psi King Laborers Tunnel Work-Compressed Air $72.42 7A 2Y 84 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $77.52 7A 2Y Worker 64.01-68 00 psi King Laborers Tunnel Work-Compressed Air $79 42 7A 2Y Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $81.42 7A 1 H Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $83.42 7A 1 H 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $42.21 7A 2Y 88 Tender King Laborers Tunnel Work-Miner $42.21 7A 2Y 8�( King Laborers Vibrator $41.59 7A 2Y King Laborers Vinyl Seamer $40.83 7A 2Y King Laborers Watchman $31.46 7A 2Y King Laborers Welder $41.59 7A 2Y King Laborers Well Point Laborer $41.59 7A 2Y King Laborers Window Washer/cleaner $31.46 7A 2Y King Laborers - Underground Sewer General Laborer Et Topman $40.83 7A 2Y Et Water King Laborers - Underground Sewer Pipe Layer $41.59 7A 2Y Et Water !King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers `King Landscape Construction Landscaping or Planting $17.87 1 Laborers i King Lathers Journey Level $49.74 5D 1 H King Marble Setters Journey Level $49.07 5A 1M King Metal Fabrication (ln Shop) Fitter $15.86 1 King Metal Fabrication In Shop) Laborer $9.78 1 King Metal Fabrication {In Shapl Machine Operator $13.04 1 King Metal Fabrication (In Shop} Painter $11.10 1 King Metal Fabrication In Shops Welder $15.48 1 King Millwright Journey Level $50.67 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 //L_ --I- -I- -_ I- - _ _ ___ A 1A /'1^4 ruyc i vi iLu King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11 56 1 King Modular Buildings Production Worker $9.40 1 I King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 I ; King Modular Buildings Welder $11.56 1 King Painters Journey Level $36.53 6Z 2B King Pile Driver Journey Level $49 82 5D 1M King Plasterers Journey Level $48 23 7g 1 R King Plavground It Park Equipment Journey Level $9.19 1 Installers King Plumbers Et P3aefitters Journey Level $71.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $51.89 7A 3C 8P King Power Equipment Operators Assistant Engineer $48.62 7A 3C 8P King Power Eguip2j n Operators Barrier Machine (zipper) $51.401 7A 3C 8P King Power Equm,nent Operators Batch Plant Operator, $51.40 7A 3C 8P Concrete King Power Equipment Operators Bobcat $48 62 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $48 62 7A 3C 8P Equipment King Power Equipment Operators Brooms $48.62 7A 3C 8P King Power Equipment Operators Bump Cutter $51.40 7A 3C 8P King Power Equipment Operators Cableways $51.89 7A 3C 8P King Power Equipment Operators Chipper $51.40 7A 3C 8P King Power Eaujpji Operators Compressor $48.62 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $51 89 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $48.62 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump- Truck Mount $51.40 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $50.98 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Tons, Or 150' Of Boom (including Jib With King Power Equipment Operators Cranes: 100 Tons Through 199 $52.44 7A 3C 8P ruyc v vi 1V Tons, or 150' of boom r (including)ib 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, $53.01 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $53.01 7A 3C 8P ` Through199 Tons King Power E umment Operators Cranes Friction Over 200 Tons $53.57 7A 3C 8P King Power Equipment Operators Cranes. Over 300 Tons Or 300' $53.57 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $50.98 7A 3C 8P r Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $51.40 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $51.40 7A 3C 8P (power) King Power Ectument Operators Derricks, On Building Work $51.89 7A 3C 8P King Power Equipment Operators Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P Over King Power Equipment Operators Dozers D-9 Et Under $50.98 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P j Or Crane Mount King Power Equipment Operators Drilling Machine $51.40 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $48.62 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $51.40 7A 3C 8P Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $50.98 7A 3C 8P With Attachments s King Power Equipment Operators Forklifts Under 3000 Lbs. With $48.62 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $51.40 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stake man $48.62 7A 3C 8P King Power Equipment Operators Guardrail Punch $51.40 7A 3C 8P King Power Eauipment Operators Guardrail Punch/Auger $51.40 7A 3C 8P ' King Power Equipment Operators Hard Tail End Dump $51.89 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over I IL_ 1._��_ __. /1._• / _ �_1� _1_.. _ /_._ .\A/�__1_ _1-. _ �_._. w /A I•l Ply �1 r ayc � vi iv 3 King Power Equipment Operators Hard Tail End Dump $51.40 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $50.98 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $51.40 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $50.98 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $48.62 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $51.40 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $51.40 7A 3C 8P King Power Equipment Operators Loaders- Elevating Type Belt $50.98 7A 3C 8P King Power Equipment Operators Locomotives, All $51.40 7A 3C 8P King Power Equipment Operators Material Transfer Device $51 40 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $52.44 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Mixers: Asphalt Plant $51.40 7A 3C 8P King Power Equipment Operators Motor Patrol Grader - Non- $50.98 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $51.89 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $48.62 7A 3C 8P Distribution 8 Mulch Seeding t Operator King Power Equipment Operators Outside Hoists (elevators And $50.98 7A 3C 8P Manhfts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $51.40 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $52.44 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $51.89 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $48.62 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $51.40 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $50.981 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $48.62 7A 3C 8P King Power Equipment Operators Power Plant $48.62 7A 3C 8P King Power Equipment Operators Pumps - Water $48.62 7A 3C 8P cKing Power Equipment Operators Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Lii--- //L_ s..---- --- -- -. _: ,---- --'--'--•- '- - AAA---'--'---- ----- A 1A 1" ^4 �1 ' ruyc lv VI t� 8 King Power Equipment Operators Quick Tower - No Cab, Under $48.62 7A 3C 8P i 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $51.89 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equij) ntme Operators Rigger And Bellman $48.62 7A 3C 8P King Power Equipment Operators Rollagon $51.89 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $48.62 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Mutti-lift $50.98 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $51.40 7A 3C 8P King Power Equipment Operators Saws - Concrete $50.98 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $51.40 7A 3C 8P 45 Yards `King Power Equipment Operators Scrapers - Concrete Et Carry All $50.98 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $51.89 7A 3C 8P i Yards And Over King Power Equipment Operators Service Engineers - Equipment $50.98 7A 3C 8P King Power Equipment Operators Shotcrete/gumte Equipment $48.62 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Tractors Under 15 Metric Tons. =King Power Equipment Operators Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Over 90 Metric Tons =King Power Equipment Operators Shpform Pavers $51.89 7A 3C 8P King Power Equipment Operators Spreader, Topsider ft $51.89 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $51.40 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $50.98 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Height, Base To Boom 'King Power Equipment Operators Tower Crane Up To 175' In $52.44 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $51.89 7A 3C 8P Truck Type King Power Equi pme nL Operators Trenching Machines $50.98 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $50.98 7A 3C 8P 100 Tons ; King Power Equipment Operators Truck Mount Portable Conveyor 1 $51.401 7A 3C 8P r uyc i i ul iu King Power Equipment Operators Welder $51.891 7A 3C I 8P King Power Equipment Operators Wheel Tractors, Farmall Type $48.62 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $51.40 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $51 89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $48.62 7A 3C 8P Underground Sewer- Et Water King Power Equipment Operators Barrier Machine (zipper) $51 40 7A 3C 8P Undei ground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $51.40 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $48.62 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $48.62 7A 3C 8P Underground Sewer Et Water King Power- Equipment Operators- Bump Cutter $51.40 7A 3C 8P Underground Sewer Et Water i King Power Eguipment Operators- Cableways $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $51.40 7A 3C 8P Underground Sewer Et Water King Power Eft uipment Operators- Compressor $48.62 7A 3C 8P Underground Sewer Et Water King Power-Equipment Operators- Concrete Pump: Truck Mount $51.89 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $48.62 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators Concrete Pump - Mounted Or $50.98 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $51.40 7A 3C 8P Underground Sewer Et Water With Boom Attachment Up To 42 m King Power Equipment Operators- Conveyors $50.98 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Cranes: 20 Tons Through 44 $51.40 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 20 Tons Through 44 $51 40 7A 3C 8P Underground Sewer Et Water Tons With Attachments Overhead, Bridge Type Crane: 20 Tons Through 44 Tons King Power Eguipment Operators- Cranes: 100 Tons Through 199 $52.44 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With ; King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $53.01 7A 3C 8P Underground Sewer Et Water Or 250' Of Boom (including Jib With Attachments) Aa I_ w /A 1� ^4 �l rayc i� vi i� lKing Power Equipment Operators- Cranes: 45 Tons Through 99 $51.89 7A 3C 8P Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $48.62 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $53.01 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $53.57 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $53.57 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) =King Power Equipment Operators- Cranes- Through 19 Tons With $50.98 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons %King Power Equipment Operators- Crusher $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $51.40 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozer Quad 9, HD 41, D10 and $51.89 7A 3C 8P K Underground Sewer Et Water Over King Power Equipment Operators- Dozers D-9 Et Under $50.98 7A 3C 8P Underground Sewer Et Water 'King Power Equipment Operators- Drill Oilers: Auger Type, Truck $50.98 7A 3C 8P ? Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $48.62 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $51.40 7A 3C 8P Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $50.98 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $48.62 7A 3C 8P Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $51.40 7A 3C 8P _ Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $48.62 7A 3C 8P Underground Sewer Et Water `King Power Equipment Operators- Guardrail Punch $51.40 7A 3C 8P ` Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch/Auger $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $51.89 7A 3C 8P ' Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $51.40 7A 3C 8P ` Underground Sewer Et Water Articulating Off-road 1 /G_ 1--___ ---_ -_. -11 -. r - --I- _1-. - f_ _ .%A I- A r A 1' ^4 � r ayc t.� vi lv Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $50.98 7A 3C 8P Underground Sewer a Water Locator King Power Equipment Operators- Horizontal/directional Drill $51.40 7A 3C 8P Underground Sewer Ft Water Operator King Power Equipment Operators- Hydrahfts/boom Trucks Over $50.98 7A 3C 8P Underground Sewer Et Water 10 Tons King Hydrahfts/boom Trucks, 10 $48.62 7A 3C 8P Underground Sewer a Water Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $52.44 7A 3C 8P Underground Sewer a Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $51.89 7A 3C 8P Underground Sewer a Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $51.40 7A 3C 8P Underground Sewer a Water Yards King Power Equipment Operators- Loaders, Plant Feed $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $50 98 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Locomotives, AIL $51.40 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Material Transfer Device $51.40 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Mechanics, ALI (leadmen - $52.44 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Mixers: Asphalt Plant $51.40 7A 3C 8P Und?-F round Sewer a Water r King Power Equipment Operators- Motor Patrol Grader - Non- $50 98 7A 3C 8P Underground Sewer a Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $51.89 7A 3C 8P Underground Sewer £t Water Drill, Boring, Road Header And/or Shield King Power Eouipme it Operators- Oil Distributors, Blower $48.62 7A 3C 8P Underground Sewer Et Water Distribution a Mulch Seeding Operator 'King Power Eqqjqment Operators- Outside Hoists (elevators And $50.98 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Opei ators- Overhead, Bridge Type Crane: $51.40 7A 3C 8P Underground Sewer £t Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $52.44 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $51.89 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $48.62 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $51.40 7A 3C 8P j.Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $50.98 7A I 3C 8P rayc iT v1 iv Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $48.62 7A 3C 8P Underground Sewer Et Water King Power Eamoment Operators- Power Plant $48.62 7A 3C 813 Underground Sewer Ft Water King Power Equipment Operators- Pumps - Water $48.62 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $48.62 7A 3C 8P Underground Sewer Ft Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $51.89 7A 3C 8P Underground Sewer Ft Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $48.62 7A 3C 8P Underoround Sewer a Water King Power Equipment Operators- Rollagon $51.89 7A 3C 8P Underground Sewer a Water King Powei Equipment Operators- Roller, Other Than Plant Mix $48.62 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $50.98 7A 3C 8P Underground Sewer Ft Water Materials King Power Equipment Operators- Roto-mdl, Roto-grinder $51.40 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Saws - Concrete $50.98 7A 3C 8P ' Underground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $51.40 7A 3C 81? Underground Sewer Ft Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $51.89 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $50.98 7A 3C 8P j Underground Sewer a Water King Power Equipment Operators- Shotcrete/gumte Equipment $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $50.98 7A 3C 8P Underoround Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $51.89 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $51.40 7A 3C 8P Underground Sewer a Water Tractors. 15 To 30 Metric Tons King Power Eguipment Operators- Shovel, Excavator, Backhoes: $52.44 7A 3C 8P Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $53.01 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $51.89 7A 3C 8P i rayc 1J vl iv t Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $51.89 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $51.40 7A 3C 8P Underground Sewer Et Water King Power Egrnpment Operators- Tower Bucket Elevators $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators Tower Crane Over 175'in $53.01 7A 3C 8P Underground Sewer £t Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $52.44 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $51.89 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $50.98 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $51.40 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $50.98 7A 3C 8P Undei ground Sewer Et Water 100 Tons King Power Equip dent Operators- Truck Mount Portable Conveyor $51.40 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Welder $51.89 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $48.62 7A 3C 8P Underground Sewer Et Water King Power Equipment OpelaLnrs- Yo Yo Pay Dozer $51.40 7A 3C 8P Underground Sewer Et Waver King Power line Clearance Tree Journey Level In Charge $42.91 5A 4A Trimmers King Power Line Clearance Tree Spray Person $40.73 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $41.29 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $38 38 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $28.95 5A 4A Trimmers King Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $49.07 5A 1M King Residential Carpenters Journey Level $28.20 1 'King Residential Cement Masons Journey Level $22.64 1 King Residential Drywatl Applicators Journey Level $38.60 5D 1M King Residential Drywall Tapers Journey Level $49.79 5P 1E King Residential Electricians JOURNEY LEVEL $30.44 1 i King Residentiat Gtaziers Journey Level $35.10 7L I King Residential Insulation Journey Level $26.28 1 Applicators King lResidential Laborers liourney Level $23.03 1 r cl%jc iV V1 1U King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers 8 Journey Level $34.69 1 Pipefitters King Residentiat Refrigeration Et Air Journey Level $70.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.30 7F 111 Workers King Residential Soft Floor Layers Journey Level $41.78 5A 3D King Residentiat S nnkler Fitters Journey Level $40.81 5C 2R (Fire Protection} King Residentiat Stone Masons Journey Level $49.07 5A 1M King Residential Terrazzo Workers Journey Level $45.43 5A 1M King Residentiat Terrazzo/Tile Journey Level $21.46 1 Finishers i King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $43.90 5A 1 R King Roofers Using Irritable Bituminous $46.90 5A 1R Materials King Sheet Metal Workers Journey Level (Field or Shop) $68.52 7F 1 E King Shipbuilding Et Ship Repair Boilermaker $39 661 7M 1H King Shipbuilding Et Stag Repair Carpenter $38.24 70 3B I King Shipbuilding Et Ship Repair Electrician $37.82 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $56.93 5J 1S i King Shipbuilding fx Ship Repair Laborer $36.78 70 3B King Shipbuilding Et Ship Repair Machinist $37.81 70 36 King Shipbuilding Et Ship Repair Operator $40.15 70 3B King Shipbuilding Et Ship Repair Painter $37.81 70 3B King Shi2building Et Ship Repair Pipefitter $37.77 70 3B King Shipbuilding Et Ship Repair Rigger $37 76 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.78 70 3B King Shipbuilding Et Ship Repair Sheet Metal $37.74 70 3B King Shipbuilding Et Ship Repair Shipfitter $37.76 70 3B King Shipbuilding g Ship Repair Trucker $37.61 70 3B King Shipbuilding Et Ship Repair Warehouse $37.65 70 3B King Shipbuilding & Shiq Repair Welder/Burner $37.76 70 3B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (ElectncaU , King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electncaly King Sign Makers Et Installers (Non- Sign Maker $33.25 1 ' Electrical) King Soft Floor Layers Journey Level $41 78 5A 3D King Solar Controls For Windows liourney Level $12.44 1 t royc ii v 1V King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection) King Stage Rigging Mechanics tNon Journey Level $13.23 1 Structural) King Stone Masons Journey Level $49.07 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $50.98 7A 3C 8P Surveyor King Surveyors Chainman $50.46 7A 3C 8P King Surveyors Construction Site Surveyor $51.89 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $35 09 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $19.22 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $33.63 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $35.09 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $34.37 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $35.09 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $32.62 5A 2B Outside (Light) King Telephone Line Construction - Telephone Lineperson $32 62 5A 2B Outside i King Telephone Line Construction - Television Groundperson $18.65 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $24 66 5A 2B Outside King Telephone Line Construction - Television System Technician $29.42 5A 2B _Outside King Telephone Line Construction - Television Technician $26.43 5A 2B Outside King Telephone Line Consti uction - Tree Trimmer $32.95 5A 2B Outside King Terrazzo Workers Journey Level r$45.43 5A 1M King Tile Setters Journey Level 1 King Tile, Marble Et Terrazzo Finisher 5A 1B Finishers King Traffic Control Stripers Journey Level 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards (W. $47.91 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $47.07 5D 3A 8L WA-Joint Council 28) King lTruck Drivers Dump Truck Et Trailer $47.91 5D 3A 8L rays iU ail iv King Truck Drivers Dump Truck (W. WA-Joint $47.07 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $47.91 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 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 Drillers Er Irrigation Pump Well Duller $18.00 1 Installers a A I A 11^4 ^\ Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker On public works projects,the lroui ly rate must be not less than the prevailing rate of wage mmus 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 i ate of wage D The first two(2)hours before or after a five-eight(8)hour woikweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half time,,the hourly rate of wage All additionall 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 tiles 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. shalt be paid at one and one-half times the hourly rate of wage All howl worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage H All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage J The first two(2) hours after eight (8) regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage K All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid at double the hourly rate of wage M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half tunes the hourly rate of wage All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 1 I Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 1 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 late of wage 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 woiked on holidays shall be paid at double the hourly rate of wage Q The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shalt 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 Satuiday 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 Cluistmas 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 horns worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly late of wage All hours worked on Labor Day shall be paid at three times the hourly rate of wage U All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage All hours worked on Sundays and holidays (except Laboi 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 tunes the hourly rate of wage All hours worked on Thanksgiving Day and Christmas day shall be paid at double the how ly 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 iate of wage When holiday falls on Saturday or Sunday, the day before Satuiday, Friday, and the day after Sunday, Monday, shall be considered time holiday and al I 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 Satuidays and holidays(except labor day) shall be paid at one and one-half tunes the hourly rate of wage (except for employees who are absent fiom work without pimi approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek) All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 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 TIYIES 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 howl 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 tines the hourly i ate 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 tunes 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 houry rate of wage The first eight(8) hours worked on the fifth day shall be paid atone and one-half times the how ly 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 Satuiday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE A Womk 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 thorough Friday, or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate tours worked over twelve hours(12)in a single shift and all work performed after 6 00 pm Satui day 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 discietion to assign overtime work to employees Primary consideration for oveiinie woik 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 3 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 3 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 atone and one-half times the hourly rate of wage All hours worked over twelve(12)hours Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage C. Work performed in excess of eight(8)hours of straight time per day,or ten (10)hours of straight time per day when four ten(10)hour shifts ate established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift and all work on Saturdays shall be paid at one and one-half times the houtly i ate of wage All work pet formed after 6 00 pm Saturday to 5 00 am Monday and Holidays shall be paid at double the hourly rate of wage After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more D All hours worked between 6 00 pm Monday through 6 00 am Saturday, shall be paid at an overtime rate of 15% over the hourly rate of wage All other hours worked after 6 00 am 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 E All hours worked Sundays and holidays shall be paid at double the hourly rate of wage Each week, once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate G Work petformed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10) hout shifts are established_or forty(40)hours of stiatght time per week,Monday through Friday,,and all work on Saturdays shall be paid at time and one-half the straight time mate Hours worked over twelve hours(12) in a single shift and all woi k performed after 8 00 am Sunday to 8 00 am Monday and Holidays shall be paid at double the straight time Late of pay Aftei 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 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 Holiday Codes 5 A. Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Fnday 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) 4 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 5 I Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiv ing 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 Betore Cltnstmas,And Chi isnnas Day(9) L Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Chrminas Day(8) N Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day(9) P Holidays New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9) If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday Q Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6) R. Paid Holidays New Year's Day, Memorial Day, independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day.And Christmas Day (7 1/2) S. Paid Holidays New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7) T Paid Holidays New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z Holidays- New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day.And Christmas Day(8) Holidav Codes Continued 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) 5 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 6 T Paid Holidays- New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9) Z Holidays New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7) If a holiday falls on Satuiday, the piecednng Friday shall be considered as the holiday if a holiday falls on Sunday, the following Monday shall be considered as the holiday Holiday Codes Continued 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, Memoiial Day, Independence Day, Labor Day, Thanksgiving Day, the Fiaday 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 Satmday shall be observed as a holiday on the preceding Friday C Holidays New Year's Day, Martin Luther King Jr Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8) Any holiday which falls on a Sunday shall be observed as a holiday on the hollowing Monday Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Fi iday D Paid Holidays New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Cliristma, 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 obseied 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 6 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 7 J Holidays New Year's Day, Independence Day, Memorial Day, Laboi 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 pieceding Friday L Holidays New Year's Day, Memonal Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday Any holiday which falls on a Saturday shall be observed as a holiday on the pieceding 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 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 1 1) 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 kills on a Sunday shall be observed as a holiday on the following Monday If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day R Paid Holidays New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day and the day after or before Christmas Day(10) If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly S Paid Holidays New Year's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(9) if any of the listed hohdays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly 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 100'To 150'-$3 00 per Foot for Each Foot Over 100 Feet Over 150'10 220'-$4 00 per Foot for Each Foot Over 150 Feet Over 220'45 00 per Foot for Each Foot Over 220 Feet 7 Benefit Code Key—Effective 3-3-2013 thru 8-30-2013 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'-$1 00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-S 1 50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2 00 per Foot for Each Foot Over 150 Feet Over 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 $0 25 M Workers on hazinat projects ieceive additional hourly premiums as follows Levels A&B $1 00,Levels C&D. $0 50, N Workers on hazmat projects receive additional hourly premiums as follows -Level A $1 00,Level B $0 75,Level C SO 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 Sint $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 determmmg the scale paid R Effective August 31,2012—A Traffic Control Supervisor shall be present on the pioject whenever flagging or spotting or other traffic control labor is being utilized A Traffic Control Laboier peiforms the setup, maintenance and iemoval of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where chi ected by the Engineer All flaggei s and spotters shall possess a cunent flagging Lard tssued by the State of Washington,Oregon,Montana,or Idaho These classifications are only effective on or after August 31,2012 S Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized Flaggers and Spotteis shall be posted where shown on approved Traffic Control Plans or where directed by the Engmeei All flaggets and spottei s shall possess a current flagging caid issued by the State of Washington,Oregon,Montana,or Idaho This classification is only effective on or after August 31,2012 T Effective August 31,2012—A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer All flaggeis and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana, or Idaho This classification is only effective on or after August 31,2012 8 ��� REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Boxes ewed by Director Originator's Name: Dave Brock Dept/Div. PW Operation xtension: 5658 Date Sent: Date Required: Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: *See below VENDOR: Totem Electric of Tacoma DATE OF COUNCIL APPROVAL: 5/7/13 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with Totem Electric of Tacoma for the 2013 Vehicle Detector Loops Project. The project consists of installing 73 traffic loops at various locations throughout the City. For additional information, see the attached Council motion sheet. *Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. All Contracts Must Be Routed Through The Law Department (This areaa to be completed by the Law Department) Received: RECEIVED +EIV ED Approval of Law Dept.: MAY 2 1 Z013 �((/ r Law Dept. Comments: ENT LAW DEPT "IVED MAY 2 i 2013 Date Forwarded to Mayor: 5�2� Office of the Mayor Shaded Areas To Be Completed By Administration Staff Received: "' RECEIVE Recommendations and Comments: " MAY 2 1 2013 Disposition: 0TY OF KENT CITY CLERK Date Returned: KENT WASHiHcroH Agenda Item: Bids - 9A TO: City Council DATE: May 7, 2013 SUBJECT: 2013 Vehicle Detector Loops - Award and Authorize MOTION: Move to award the 2013 Vehicle Detector Loops contract to Totem Electric of Tacoma in the amount of $125,532.50 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The Bid opening for this project was held on April 30, 2013, with three bids received. The lowest responsive bid was submitted by Totem Electric of Tacoma, in the amount of $125,532.50. The Engineer's estimate was $127,710.00. The Public Works Director recommends awarding this contract to Totem Electric of Tacoma. The project consists of re-installing 73 traffic loops that are currently inoperable at various locations scattered throughout the City. Loop reconstruction is necessary to provide more efficient traffic signal operations. EXHIBITS: Public Works memo dated 4/30/2013 RECOMMENDED BY: Public Works Director BUDGET IMPACTS: The project will be funded from the Business and Occupation tax. Replacement costs for loops are not budgeted year-to-year because failure is not predictable.