Loading...
HomeMy WebLinkAboutPW14-132 - Original - Puget Paving & Construction, Inc. - 2014 Asphalt Grinding Project - 05/23/2014 T X 'i" " Records Management : �-� KENT `' Document �;E, `' WASHINfiTON 5+� `i CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Puget Paving & Construction Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: 2014 Asphalt Grinding Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 9/27/14 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Bill Thomas Department: PW Operations Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the City. S:Publlc\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 ii s t+ f.',i e�,.%+_ k ^s:. *i � £ A s ��� � � yr f�� � �,: � }7t � �t d �. ��S °� " � .� � , t '`," 9 a r `'i ���.� �� 4f; �`^' �i; �:x 6eF�.. �i.; �� s tG , ��#,' t c�;� 3 ryp r yu �' �� �sxx. ���' �gas+"•,. �„' �, +�� s A m�,?t tx,�s ��. z� zyy E.l'e }�: � f:. } ��: ;x ���x s; a�• X# ��^;- 5'», i� mil( P �� v}`X- PP[ � � ��a °�?yt Y ft f. E�� dN }�.. �� Myy i f>�. t 4$� F #� ��' is i;u ��n. �a � ,. .1#n'.. 4 f � ± E ,' CY � �;yv,.. ��t. i TAB INDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Location Map Tab 6 Prevailing Wage Rates i I i I ii i I CITY OF KENT KING COUNTY, WASHINGTON KE T SPECIAL PROVISIONS FOR 2014 Asphalt Grinding Project � I r i BIDS ACCEPTED UNTIL April 29, 2014 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF DENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 1 CJ �f r r f 1� Q k�' 079KENT 6CiSI'Lt1F' I' ��`S�nNA4ENC. WASH I N Gi 7 O N I I I BI DDER,s NAME �uG?. PAd"-3G CITY OF KENT KING COUNTY, WASHI NGTON KENT SPECI AL PROVI SI ONS FOR �I 2014 Asphalt Grinding Project Project Number : 14 - 3001 BI DS ACCEPTED UNTI L April 29, 2014 10 :00 A.M . BI D OPEN [ NG I MMEDI ATELY FOLLOWI NG DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032.5895 TI MOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT W A S H I N G T G N Page 1 Bid Package Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I ORDER OF CONTENTS I 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 I Bidder's Checklist Payment and Performance Bond i Contract i Table of Contents Kent Special Provisions i Location Map Prevailing Wage Rates I INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April29, 2014 up to 10:00 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 immediately following 10:00 a.m. for the City of Kent project named as follows: 2014 Asphalt Grinding Project Project Number: 14-3001 The project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the City of Kent. Planed areas shall be an average depth of approximately three inches. The Engineer's estimated range for this project is approximately $60,000 - $90,000, Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Mark Howlett at (253) 856- 5523. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. 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 8`h day of April, 2014. r ' BY. Ronald F. ore, City Clerk ' Published in Kent Reporter on April 18, 2014 Daily Journal of Commerce on April 15 and 22, 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order # 11246) Date `+ Z y i q This statement relates to a proposed contract with the City of Kent named 2014 Asphalt Grinding Project Project Number: 14.3001 I am the undersigned bidder or prospective contractor. I represent that — 1 . I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order # 11246 (regarding equal employment opportunity) or a preceding similar Executive Order. I NAIVIt OFBIDDER BY: /Dr, —el2Y- Signature/Title 10 -7 e4 ve S i w/l9°J ADDRESS ( Note to Bidders: The information required in this Compliance Statement is informational only) 2014 Asphalt Grinding/Cast eel 1 April 6 2014 Page 4 pro act NNu bar: 14-ggppD-I Provided to Bulc�ers Exc�iange of WA, Inc. For usage Conditions Agreement see www,bxwa.com -Always Verify Scale DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to, An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1 . I have read the attached City of Kent administrative policy number 1 .2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I , the prime contractor, will actively consider hiring and promotion of women and minorities. 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 _ Z� Tk w 'L _ day of _ —_ , 2014. By: �jj,.1w2 62 q For: I iJGi� 'PA I/14bJ Air' C�-on�S-r2 i/f_T�e,.t `'-)c Title: CfZZS' D L,4' -- Date: 2014 Asphalt Grinding/Cast eel 2 April 8, 2014 Page pro�ect Number: 14�3pp01 Provided to Buil ers Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale CITY OF KENT ADMI NI STRATI VE POLI CY NUMBER: 1 .2 EFFECTIVE DATE: January 1 , 1998 SUBJECT: MINORITYAND WOMEN SUPERSEDES: April 1 , 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLI CY: 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. I 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. Page 6 2014 Asphalt Grinding/Cast eel 3 April 8, 2014 g Pfa ect Number: 14-�g�00Provided to Builders Exchange 1 WA,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale CI TY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLI ANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2014 Asphalt Grinding Project/ Project Number: 14-3001 that was entered into on the Date , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1 .2 and the Declaration City of Kent Equal i Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of 2014. By: --- -- Fo r: — _ ---- ---- ------- Title: -- --- ------ -- — Date: l�! 2014 Asphalt Grinding/Cast eel 4 April 8, 2014 Page Fro ect Number. t �3oA0Provided to Builders Cxchange o Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that PJ(o-i PAV„3c A �0) 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 2014 Asphalt Grinding Project/ Project Number: 14-3001 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 BI DDERS: 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. I I Page 8 2014 Asphalt Grinding/Casteel 5 April B, 2014 I g Pro ect Nu bar. I4 V%p?i Provided to Builders Exciange of 3 A, Inc. For usage Conditions Agreement see www.bxwa.com- Always Verify Scale ',, SCHEDULEI — STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT i 1000 1-09.7 1 Mobilization $ $ 133(,)() 100 KSP LUMP SUM Per LS 1110 5-04.5 16 Planing Bituminous Pavement $ $ 3 ZOn o� KSP HALF DAYS Per HD I 1355 1-04.4(1 ) 1 Minor Changes $10,000.00* $10,000.00 WSDOT CALC Per CALC I * Common price to all bidders Schedule I Total I� I Page 9 2014 Asphalt Grinding/Gust eel 6 April 8, 2014 Pro ectumber: 14-3001 Provided to Builders xc ange of , Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 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: 2014 Asphalt Grinding Project Project Number: 14-3001 Subcontractor Name _rJ 0> '4 - --__ Item Numbers Subcontractor Name _ _------_----___T_---- Item Numbers ------------------- i, Subcontractor Name __-- Item Numbers Subcontractor Name Item Numbers — Subcontractor Name _— Item Numbers Subcontractor Name Item Numbers — Subcontractor Name _-- Item Numbers CONTRACTOR'S SIGNATURE 2014 Asphalt Grinding/Cast eel 7 April 8, 2014 Page 10 Pra ect Nu ber: 14-3ppQ1 Provided to Builders Exciange of wA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i SUBCONTRACTOR LIST (Contracts over 1 million dollars) p Name of Bidder: f oo' ' ���J"�� +�� LaNS��d��/gJ, (( YC. . Project Name: 2014 Asphalt Grinding_Project Project Number: 14-3001 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: --- ---- -------- �� �r✓�2 �l �f�f Signature of Bidder Date 2014 Asphalt Grinding/Casteel 8 April 8, 2014 Page 11 pro ect NNu ber. 1q ggpp01 Provided to Builders Exc�iange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale I CONTRACTOR'S. QUALI FI CATI ON 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 CRI TERI A ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRI TERI A 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. 2014 Asphalt Grinding/Casieel 9 April 8, 2014 Page 12 Pro act Number: 14-33�poD Provided to Builders Exchange of WA,lnc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SI ON THI S FORM AS PART OF YOUR BI D. FAI LURE TO PROPERLY COMPLETE THI S FORM MAY ALSO RESULT I N A DETERMI NATION THAT YOUR BI D I S NON-RESPONSI VE AND THEREFORE VOI D. THIS DOCUMENT HAS I MPORTANT LEGAL CONSEQUENCES: CONSULTATION WI TH AN ATTORNEY I S ENCOURAGED WI TH RESPECT TO I TS COMPLETI ON OR MOD IF[ CATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: ���'� _ ��✓I �� a1�9 Co�sTGt� T r� r l �c:. NAME: ADDRESS: to 8 r 7 26�' dr1 J S PRINCIPAL OFFICE: Pub` -, PA✓' w'6, A01) �'on15—nuc:wJ r Nc ADDRESS: (0� 17 z f) Oe S . PHONE: FAX: 1 . STATUTORY REQUIREMENTS 1 .1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 ROW. 1 .2 Provide your current state unified business identifier number. 1 .3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 ROW, together with an employment security department number as required in Title 50 ROW, and a state excise tax registration number as required in Title 82 ROW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1 .4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under ROW 39.06.010 or 39.12,065 (3). Page 13 2014 Asphalt Grinding/Casleel 10 April 8, 2014 Prc ect �1u ber. 1 p0 Provided to Bull ers Exciange of 3 A,lnc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 2. ORGAN I ZATI ON 2.1 How many years has your organization been in business as a Contractor? j7,�J r5 2.2 How many years has your organization been in business under its present business name? 3'7,, rS 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: I 2.3.1 Date of incorporation: ('MI 2.3.2 State of incorporation: wcu 2.3.3 President's name: 67uv, " ,- t S1eFan G,-e. L, r, n 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LI CENSI NG 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Nop 3.2 List jurisdictions in which your organization's partnership or trade name is filed. �Ma 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Pavrr)oj 4 rel 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 2014 Asphalt Grinding/Casteel 1 t April 8, 2014 Page 14 p o ect Nu ber: Iq ggpp01 Provided to Builders Exc�iange of WA, Inc. For usage Conditions Agreement see w ww.bxwa.com -Always Verify Scale 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? too 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 00 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.) tlo 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 7 m,N%oa goo,al— 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. i 4.7 ppOn a separate sheet, list your major equipment.tlel4" 11avnV,rorl;c. opnaNr 2ojler Uj Cki0knoKYgl0 Nv or ja»-,Cnq t3o6(3 r) (KL" v�kj(a'(-^()YI1O/1 vvci✓ II ✓,,( Parser-) 5. REFERENCES J 0 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FI NANCI NG 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. Page 15 2014 Asphalt Grinding/Cast eel 12 April 8, 2014 Ppect Number: 14- oD Provided to Builders c ange of A,Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i 6.1 .1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1 .2 Name and address of firm preparing attached financial statement, and date thereof: 6.1 .3 Is the attached financial statement for the identical organization named on page one? 6.1 .4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g„ parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this _ Q _day of ll pr 2014. Name of Organization: _ et hgdnoa a By w r,r,rr,j Title: 7.2 461kl I- /gC�MC_ , being duly sworn, deposes ali l s information provided herein is true and sufficiently c6+np1re '� �Q4to be misleading. �°,',rp„r,,,% Subscribed and sworn before me this c,-, day of �� 2014, Notary Public: ✓ t? My Commission Expires: 2014 Asphalt Grinding/Casteel 13 April 8, 2014 Page 16 pro ect Nu bar: 1 q 0p01 Provided to Builders EX cTange of V�A, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I' I Department of Labor and Industries PUGET PAVING&CONSTdNC PO Box 44450 Olympia, WA 98504-4450 Reg: CCPUGETPC191LS UBI. 600-403'309:- 1Registexed as provided by Law as: Construction Contractor (CCU]) - GENER-AL PUGET PAVING & CONST INC Effective Date: 6/10,1981 10817 26TH AVENUE SOUTH Expiration Date' 6/10/2014 TACOMA WA 98499' °4 4 w = -BUSINESS LICENSE v� of i"n9 w° ,. STATE OF WASHINGTON t Unified Business ID '#: 600 403 309 Domestic Profit Corporation Business ID #t 1 Location: 1 Expirest 10-31-2014 PUGET PAVING 8 CONSTRUCTION, INC. 10817 26TH AVE S LAKEWOOD WA 98499 8880 i TAX REGISTRATION INDUSTRIAL INSURANCE UNEMPLOYMENT INSURANCE ` CITY LICENSES/REGISTRATIONSr BELLEVUE GENERAL BUSINESS #093872 UNIVERSITY PLACE GENERAL BUSINESS (EXPIRES O4-30-2014) MILTON GENERAL BUSINESS BONNEY LAKE GENERAL BUSINESS (EXPIRES O4-30-2014) SUMNER GENERAL BUSINESS (EXPIRES O4-30-2014) 'j MARYSVILLE GENERAL BUSINESS 05616CON412 (EXPIRES O4-30-2014) GIG HARBOR GENERAL BUSINESS (EXPIRES O4-30-2014) TUMWATER GENERAL BUSINESS (EXPIRES O4-30-2014) LICENSING RESTRICTIONSt Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: PUGET PAVING AND CONSTRUCTION, INC. 1 This document lists the registrations, endorsements, and licenses authorized for the business named above.By accepting this document,the licensee certifies the information on the application { was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue �t Q �. 6 yr/���ry10�y1y o N W IJM 2uld rr,,�� 166r o a N M V nN wwr a t W ad x]F]CCi 2 ~ Z /b� NX y�yyyyttW O O m WWVINV j M � W W ZV N p' O z r/� UMIN ul E O 3 ,.+ 1O aZa mmm . �rr 4 D .'i V NU 2J Wm WK J C y a 0e� N a za �ib �a Q M M S f z W aaW{{lWi J GI C S�S 6 This is your Washington Corporation — = or LLC License. This is not a Washington Business v License. e o w PUGET PAVING It CONSTRUCTION, INC. C/O GUNNAR OEHRING 10017 26TH AVE S TACOMA WA 98499 Detach before posting 001690 State of Washington Office of the Secretary of State , Business Licensing Service Corporatlons Division LEGAL ENTITY REGISTRATION Unified Business ID #t 600 403 309 +ki Business ID #: I ;; Expires: 04-30-2014 PUGET PAVING 8 CONSTRUCTION, INC, r 10817 26TH AVE S TACOMA WA 98499 4 ,t i 4� f Domestic Profit Corporation Renewed by Authority of Secretary of State l<1 `A f ! REGISTERED TRADE NAMESt PUGET PAVING AND CONSTRUCTION, INC. I q t I t r, , ,i n r ,J ;1 7 By accepting this document the licensee certifies that Information provided on the renewal was complete,true,and accurate to the beat of his or her knowledge,and that the company will stay in compliance with all applicable Washington State regulations. Director,Department of Revenue �y URI NO. EXPIRATION Pl.asa +nwr n+i #Me ern+/,u. e d r..... 44 ..:+h ....... ..e......d. 10817 26th Ave S; Lakewood, WA 98499 253-474-5616 fax: 253-474-5677 UBI/State Excise Tax Reg.# 600-403-309 Employment Security 494521 00 3 L&1 390 225 00 Contr. Reg, PUGETPC191LS Federal Tax ID 91-1142171 DUNS # 099032674 �I wvvw.pugetpaving.com PUGET PAVING& CONST INC Page 1 of 3 Washington State Department of Labor & Industries PUGET PAVING & CONST INC Owner or tradesperson 10817 26TH AVENUE SOUTH Gehring, Stefan Mathew TACOMA, WA 98499 Princi p:als 253-474-5616 Gehring, Stefan Mathew, MEMBER PIERCE County Gehring, Gunnar Joseph, MEMBER DICKSON, LAURA M (End: 01/01/1980) GEHRING, REBECCA (End: 0 1/0111 9 8 0) GEHRING, GERALD K (End: 11/28/2012) DICKSON, GWYNN L (End: 11/28/2012) Doing business as PUGET PAVING & CONST INC WA UBI No. Business type 600 403 309 Corporation License Verify the contractor's active registration/ license/certification (depending on trade) and any past violations. Construction Contractor Active. Meets current requirements. License specialties GENERAL License no. PUGETPC191LS Effective —expiration 06/10/1981—06/10/2014 Bond RLI INSURANCE CO $12,000.00 Bond account no. SRS1019122 Deceived by L&I Effoctive date 05/26/2006 06/10/2006 Insurance . ._..... ...... ....... Travelers Indemnity Company Th $1,000,000.00 https:Hsecure,lni.wa.gov/verify/Detail.aspx?UBI=600403309&1,IC=PUGETPC191LS&SAW= 4/28/2014 PUGF,T PAVING& CONST INC Page 2 of 3 Policy na. 4TCO230OR789IND10 Received by L&I Effective elate 06/14/2010 06/10/2010 Expiration date Until canceled Insurance history Savings No savings accounts during the previous 6 year period. Lawsuits.against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. Tax debts No tax debts during the previous 6 year period. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. 1-8d Account ID Account is current. 390,225.00 Doing business as PUGET PAVING & CONST INC Estimated workers reported Quarter 4 of Year 2013 "21 to 30 Workers" L&laccountrepresentative T1 1 JAN BENTLEY (360)902-4652 - Email: STR0235@lnl.wa.gov Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Citation issue date 09/10/2012 Violations Inspection no. 316394634 Location Stevens Ave NE Yelm, WA 98597 Citation issue date 06/26/2012 Violations In,spe..ctlon no. 316251412 Location N 36th and Lawrence St Tacoma, WA 98407 i i https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=600403309&LIC=PUGE"fPCI91LS&SAW= 4/28/2014 PUGET PAVING & CONST INC Page 3 of 3 Citation issue date 10/11/2010 No violations Inspection no. 314562943 Location 3525 Stoll Rd Olympia,WA 98506 O Washington State Dept,of Labor& Industries. Use of this site is subject to the Isms or the state of Washington. ;1eCP5s 'I'Le,1Pa5hindloir`. https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=600403309&LIC=PUGETPC19ILS&SAW= 4/28/2014 y I 6 i 10817 26th Ave S; Lakewood, WA 98499 W: 253-474-5616; F: 253-474-5677 April 28, 2014 RE: BIDDER'S NON-DISQUALIFICATION STATEMENT Puget Paving and Construction,Inc., does hereby warrant that it, nor any of its affiliated or subsidiary companies, has not been disqualified from bidding on any public works contract in the past three years under RCW 39.06.010 or RC W 39.12.065 (3). Puget Paving &Construction. Inc. 4/28/14 Date President Co orate Of icer Title www.pugetpaving.com Page 1 of 1 Back to search results If "Non-revenue" appears after Tax Registration Number, the account is not registered with the Department of Revenue. However, it may be registered with other agencies in the state. Waslihigton State Departinent. of Revenue State Busniess Records Database Detail TAX REGISTRATION NO: 600403309 ACCOUNT OPENED: 05/01/198112:00:00 AM UBI: 600403309 ACCOUNT CLOSED: OPEN ENTITY NAME: PUGET PAVING 8c CONSTRUCTION INC BUSINESS NAME: MAILING ADDRESS: BUSINESS LOCATION: 10017 26TH AVE S 10817 26TH AVE S LAKEWOOD,WA 98499-8880 TACOMA, WA 98499-8880 ENTITY TYPE: CORPORATION RESELLER PERMIT NO: A15 582515 PERMIT EFFECTIVE: 01/01/2014 NAICS CODE: 238110 PERMIT EXPIRES: 12/31/2015 NAICS DEFINITION: POURED CONCRETE FOUNDATION AND STRUCTURE CONTRACTORS FOR NON-COM MERGIAL USE ONLY 04/28/2014 7:04 PM littp:Hdor.wa.gov/content/doingbusiness/registermybusinessibrd/Results.aspx?RequestTyp.,. 4/28/2014 p 0 0 0 O N O O1 f� EN G D N m N C O u O •y N m m aN r+ N o 0 0 E > > o u o u z O z Y O 3 c � no IS N ao 12 � c v m Q a O N T m T 3 p m a N w v O > a > c O O E E W N 10 � 10 L v C v C 0 E c v1 L s c? O E v> 3 m ry 0 ru up a+ E I � v G � L d 7 N CL U a c w s w o O a Q E06 of m a 3 .�. E E d o � i 9 v N 3 N a C V YiF T > 0 3 s M ti v [1 a ry U ry a V ry m i 2302 Fremont Street Tacoma,WA 98406 Phone 253-606-2639 a nnarOpmetnavinaaim Gunnar Gehring Summary of Over 15 years experience in asphalt paving and concrete qualifications Management, in both field and office. Experience in Project Management, Estimating, and installation. I I Professional 2002 to present experience Title: Vice President Responsibilities: Co-Manage Puget Paving & Construction, Inc. on a day to day basis. I am the Vice President of the organization and responsible for Estimating, Scheduling, Safety, as well as Field Management and other administrative duties. I am also involved with working in the field, as needed, and running projects on-site. I worked at Puget Paving &Construction, Inc, all through High School and became employed full-time after graduating from College. I have worked on multiple projects, both large and small, during my years with the company. I work well with both owners and with Contractors and we have never been late completing a project. EDUCATION Brigham Young University, Graduated with Bachelor's Degree in 2002. REFERENCES Contractors: Cannon Construction -253-922.2787 BNCC, Inc.—253-584-7335 Dobler Management-253-475-2405 Municipalities: City of Lakewood -253-589-2489 City of Seatac-206-973-4736 City of Auburn -253-876-1980 i 4648 Memory Lane West University Pi, WA 984e6 Phone 253-606.2639 Ste(�n�nu4e av nn,MM Stefan Gehring Summary of Over 15 years experience in asphalt paving and concrete qualifications construction in both field and office. Experience in Project Management, Estimating, and installation. Professional 2002 to present experience Title: Vice President Responsibilities: Cc-Manage Puget Paving & Construction, Inc. on a day to day basis. I am the Vice President of the organization and responsible for Estimating, Scheduling, Safety, as well as Field Management and other administrative duties. I am also involved with working In the field, as needed, and running projects on-site. I worked at Puget Paving & Construction, Inc. all through High School and became employed full-time after graduating from College. I have worked on multiple projects, both large and small, during my years with the company. I work well with both owners and with Contractors and we have never been late completing a project. I REFERENCES con ra tors: William Dickson Company, 253-472A489 Pape& Sons, Inc., 253-851-6040 BNCC, Inc., 253-584-7335 Municioalities City of Seatac, 206-973-4736 City of Auburn, 253.876-1980 City of Fife, 253-922-2489 7:45AM Puget Paving & Construction, Inc. 041291114 Profit & Loss Accrual Basis January through December 2013 Jan-Dec 13 Ordinary Income/Expense Income 6010 •Sales-Retail 2,695,576.81 $020 •Sales-Wholesale 3,325,889.88 6030 •Sales-Government 790,801.30 6036 •Sales-Accrual 0.00 5040•Costs/BIllings in Excess 77,051.12 Total Income 6,789,319.11 Cost of Goods Sold 6020 • Purchases 2,749,569.98 6022 •Other Job Costs 45,944.05 6025 •Contracted Labor 4,428.75 6027 -Trucking 53,922.50 6030 •Subcontractors 108,957,65 6031 -Permits/Bonds 38.064.50 6032 Consulting and Engineering Jobs 46,485.94 6033 • Permits/Bonds-Canyon Road Plant 3,250.00 6035-Testing 4,467.65 6039, Payroll Accrual 8,257.82 6040 • Salaries&Wages 1,256,413.73 6080� Equipment Rental 10,943.83 6090 • Disposal Expense 14,935.85 Total COGS 4,345,632.25 Gross Profit 2,443,686.86 Expense 10000 -EquipmenWehicle Maintenance 6041 -Salary/wages-mechanic/shop 31,402.76 6042• SalarylWages-Shop Other 113,615.49 6043• Equipment Licensing 9,949.45 6060• Shop Supplies 44,636.78 6070• Equipment Repairs&Maintenance 102,914.72 6092,Auto&Truck Expense 13,965.31 6093• Fuel/Gasoline/Oil 226,779.62 6096 •Accrual Mechanic PR 358.40 6150 • Small Tools 34,455.46 Total 10000 •EquipmenWehicle Maintenance 578,077.99 7100•Advertising 1.075.00 7105•Automobile Expense 701.51 7110• Bad Debt 1,017.11 7116• Bank Service Charges 1,577.53 ,.. 7120• Bond Expense 1,290.00 7126• Contributions 2,245.00 7126 - Computer Repairs 3,441.07 7127• Empl/Cust Appreciation Gifts 3,479.58 7130• Depreciation Expense 84,429.88 7140- Dues and Subscriptions 3,484.75 7143• Employee Fringe Benefit Expense 7144• Safe Harbor Matching Cont 37,067,64 7148 • HSA Employee Mod Sav Contrib 0.00 Total 7143• Employee Fringe Benefit Expense 37,067.64 7146• Finance Charge 5,984.84 7150• Insurance 7151 • Liability Insurance 60,202.33 7153 • Officer's Life 153.56 { 7154 • Medical&Dental 120,723.95 7430-Additional Insurance-Audit %256.00 j Total 7150 • Insurance 191,335.84 7155- Laundry 1,440.90 7160• Licenses and Fees 5,512.83 7161 • Loan Fees 2,486.00 Pagel 7:45 AM Puget Paving & Construction, Inc. 04/29/14 Profit & Loss Accrual Basis January through December 2013 Jan-Dec 13 7166•Office Supplies 8,130.08 7170• Payroll Expenses -539.92 7172• Holiday Party 1,644.71 7185• Postage and Delivery 2,214.85 7190• Professional Fees 7192• Legal Fees 1,886.00 7193 -Brokerage Fees/Commissions 3,290.00 7490•Accounting 10,773.89 Total 7190 -Professional Fees 15,949.89 7195 • Rent 76,400.00 7200 • Repairs&Maintenance 5,312.99 7205 •Salaries&Wages-Office 76,462.50 7206 •Accrual Office PR 677.16 7210 • Salaries Officers 219,268.78 7211 -Accrual Officers PR 1,882,70 7220• Taxes 7221 • Federal 3,428.80 7222• Payroll Federal Unemployment(FUTA) 1.643.79 L&I Industrial Insurance 54,701.65 Medicare Expense 24,604.53 Social Security 105,896.42 State Unemployment 54,109,77 Total 7222• Payroll 240,956.16 7223• Property and Revenue 12,082.36 7224• Business&Occupation 7224-1 •Tax Penalities 3,194.61 7224-2•Additional Tax Due on Retainage -501.06 7224• Business&Occupation-Other 37,100.45 Total 7224• Business&Occupation 59,794.00 7226- Use Tax/Motor Vehicle Hire 22,407.64 7680- Built In Gain Tax Expense 48.00 Total 7220 , Taxes 318,716.96 7226•Telephone 9,465.68 7230 •Travel&Ent 7231 • Meals 4,672.09 7234 •Travel 1,207.61 Total 7230•Travel&Ent 5,879.70 7235• Utilities 7236- Gas and Electric 3,018.70 7237•Water 788.09 7238• Garbage 2,158.04 Total 7235• Utilities 5,904.83 7806 • Convention Expense 1,574.20 Total Expense 1,673,552.58 Net Ordinary Income 770,134.28 Other Income/Expense Other Income 8020 • Other Income 8010• Interest Income 14.53 8015• F/C Income 1,362.04 - 8020•Other Income-Other 1,693.89 Total 8020• Other Income 3,070.46 Total Other Income 3,070.46 Other Expense 8126- Interest Expense Page 2 7:45 Art Puget Paving & Construction, Inc. 04129/14 Profit & Loss Accrual Basis January through December 2013 Jan-Dec 13 8152 - Int Exp-2007 Kenworth Super D 20.72 8160•Interest Exp-LOC 5,870.84 8165• Interest Exp-Umpqua Equip Lin 639.98 8168• Interest-Trinity,Grinder 3,026.89 8170 • Interest Exp-Wells Fargo Sakai 3,632.13 8171 • Interest Exp-Wells Fargo KW Sup 3,088.97 8172• Interest Exp-Lakewood Ford 1,255.78 8173 •Interest Ex-US Bank Equip 6,432.16 8174• Int-Blaw Knox Paver 744.31 8175-Interest Exp-Wells F Tr 113 2,579.21 8176 • Interest Wells Fargo-13 King Tr 1,567.86 8177 • Int Toyota Financial-14 Tundr 82.25 Total 8126• Interest Expense 28,940.10 Total Other Expense 28,940.10 Net Other Income -25,869.64 ', Net Income 744,264.64 Page 3 it 7:46-AM Puget Paving & Construction, Inc. 04129/14 Balance Sheet Accrual Basis As of December 31, 2013 Dec 31, 13 ASSETS Current Assets Checking/Savings 1008• Commencement Checking 18,618.14 Total Checking/Savings 18,518.14 Accounts Receivable 1200•Accounts Receivable 831,588.45 Total Accounts Receivable 831,688.45 Other Current Assets 1209-Deposits Receivable 5,600.00 1211 -Prepaid Insurance 12,737.63 1300 •Accounts Rec Retention 250,629.79 1410 •Costs in Excess of Billings 157,048A8 1498 • Macnak-Puget Paving JV1 490.00 Total Other Current Assets 426,405.90 Total Current Assets 1,276,512.49 Fixed Assets 2140 • Machinery&Equipment #480 Eager Beaverl OHA-PT Trailr 15,894.00 #482 2006 Oly 30T Tilt Traile 25,837,15 #483 2005 Contrail Trailer 5,829.04 #484 Towmaster T10DDT Trailer 5,506.02 #485 2011 PJ Tilt Trailer 6,666,97 #486 2013 Trail King Trailer 64,753.89 #531 -2012 Sakai SW 320 Roller 41,534.00 #532-2005 Sakai SW 320 Roller 27,876.00 #533-1990 Sakai SW25 Roller 13,811.00 #534-2001 IR DD-34HF Roller 32,422.00 #536-Beuthling B65 StaticRoller 10,434.00 #537 DD110HF IR Roller,2003 17.488.00 #541 .1999 Cat AP1055B Paver #541 Capital Repairs 44,223.53 #541 -1999 Cat AP1055B Paver-Other 40,426.00 Total#641 -1999 Cat AP1055B Paver 84,648.53 #542-2003 Bomag 813 Paver #542 Capital Repairs 31,598.36 #542-2003 Bomag 813 Paver-Other 96,899.00 Total#542-2003 Bomag 813 Paver 128,497.36 #545-Neil DM 5500 Path Paver 14,200.00 #546-Blaw Know 4410 Paver #546 , 546 Capital Repairs 4,700.00 #546-Blaw Know 4410 Paver-Other 42,233.16 Total#546-Blaw Know 4410 Paver 46,933.16 #565.2007 Bomag1300130 Grinder 565• Capital Repairs 12,414.37 0565-2007 Bomag1300130 Grinder-Other 208,763.00 Total#565-2007 Boma91300130 Grinder 221,177.37 #566 HAMM Roller 58,583.70 #73 2009 SK576 Seal Coat Tank 12,903.87 #761 -Fiat-Alls FR65C Grader 74,784.00 #762-2007 420E Cat Backho Load 82,370.59 #763 05 KX1613Kubota Mini Exc 18,441.51 #764-Bobcat SkidsteerLoadS185 24,386.19 #815-2006 Sullalr Compressor 8,261.20 #851 -100 CFM SullairCompressor 3,234.00 #852-IR P186 Compressor 14,388.00 #890 LeeBoyDist L250 SN25OT-554 7,033.00 #892 Graco LlneLazer IV 3900 4.290.00 Page 1 7:46 AM Puget Paving & Construction, Inc. 04129/14 Balance Sheet Accrual Basis As of December 31, 2013 Dec 31,13 #894 LincolnWeld S/V1031110899 2,245.64 #896 LineLazer Striping Machine 3,499.71 2009 Pressure Washer 1,474.46 88 Trail King Lic#7365JM 52520.00 Total 2140 • Machinery&Equipment 1,084,923.$6 2160•Autos&Trucks #104-1991 Chev Dump Truck C70 20,833.83 #107-2007 Kenworth Super Dump #107• 107 Capital Repairs 3,852.68 #107.2007 Kenworth Super Dump-Other 187,781.79 Total#107-2007 Kenworth Super Dump 191,634.47 #108 1995 KW TB00B&Transfer Set #108• 108 Capital Repairs 3,253.21 #108 1995 KW T800B&Transfer Set-Other 32,553.55 '.., Total#108 1995 KW T800B&Transfer Set 35,806.76 #109-1991 Kenworth T800 #109 • 109 Capital Repairs 18,531.16 #109-1991 Kenworth T800-Other 58,969.44 Total#109-1991 Kenworth T800 77,500.60 #110 1992 KW T800 Tri-Axel Dump 56,160.00 #111 -1994 KW Transfer T&T #111 - 111 Capital Repairs 9,479.90 #111 -1994 KW Transfer T&T-Other 116,297.59 Total#111 -1994 KW Transfer T&T 125,777.49 #112-2006 Kenworth Superdump 117,867.29 #113 2006 T800 Super Dump Truck #113 Capital Repairs 19,216.76 #113 2006 T800 Super Dump Truck-Other 82,500.00 Total#113 2006 T800 Super Dump Truck 101,716.76 ' #115-91 KW T800Seal Coat Tanker 96,806.52 #119-1979 IHC Water Truck #119• 119 Capital Repairs 4,333.36 #119-1979 IHC Water Truck-Other 14,566.00 '... Total#119-1979 IHC Water Truck 18,B99.36 #201 -2012 Ford F460 Juan 58,773.96 #203-1997 F450 Ford Super Duty 28,441.19 #205-2007 GMC 4500 Flatbed 35,559.80 #206-05 ChevC4500 Tool Trk, 50,182.00 #213-1993 Mitsubishi Cabchass, 4,000.00 #214-Isuzu NPR COE Van Truck 5,592.54 #226 Ford F250 XL Super D 2000 2,882.50 #301 2007 Chev Silverado 31,834.88 #302 2008 Chevrolet Silverado 31,203.87 #303 2006 Ford F150 Crew Lariat 24,768.06 #304 2014 Toyota Tundra Crewmax 51,634.69 #321 -2007 Toyota Tundra #321 Capital Repairs 7,251.70 #321 -2007 Toyota Tundra-Other 36.920.00 Total#321 -2007 Toyota Tundra 44.171.70 #324-1989 Chev 1500 Pickup 7,800.00 #325 Chev Silverado 1600 Exten 1,882.50 Total 2160 •Autos&Trucks 1,221,730.77 2300 • Leasehold Improvements 87,414.31 2320 • Furniture&Fixtures 10,385.43 2350 • Office Machines/Computers 12,899.76 2500 •Accumulated Depreciation -997,070.00 Page 2 7:46 AM Puget Paving & Construction, Inc. 04/29/14 Balance Sheet Accrual Basis As of December 31, 2013 Dec 31,13 Total Fixed Assets 1,420,283.63 TOTAL ASSETS 2,696,796.12 LIABILITIES&EQUITY Liabilities Current Liabilities Accounts Payable 3150•Accounts Payable 3151 •Accounts Payable-Retention 672.80 3160•Accounts Payable-Other 335,513.85 Total 3150 •Accounts Payable 336,186.65 Total Accounts Payable 336,186.66 Credit Cards 3665 •Chase Southwest Visa 7874 3,081.08 3666 •Capitalone 9525 11.845.30 Total Credit Cards 14,926.38 Other Current Liabilities 2100• Payroll Liabilities American Funds -622.83 Federal Withholding -4.00 L&I Industrial Insurance 17,825.84 '... Medical/Dental Ins Payable 362.12 '... State Unemployment 5,549.06 Total 2100• Payroll Liabilities 23,110.19 2200 •Sales Tax Payable 12,834.19 2341 • Commencement LOC 300,000.00 3160 • Billings in Excess of Costs 54,445.19 3550 •Accrued Salaries&Wages 11,176.08 3720 • Insurance Payable 11,812.38 3995 •Curr Portion of Long Term Debt 279,577.24 Total Other Current Liabilities 692,955.27 Total Current Liabilities 1,044,068.30 Long Term Liabilities 3966• Toyota Finace-2014 Toyota 50,863.70 3967•Trinity-2007 Bomag Grinder 94,596.20 3968 •Wells Fargo-Cat,PJ,Sdkdi,KW 70,227.52 3969 •Wells Fargo-2006 KW Superdump 58,331.41 3971 • US Bank-3 Trucks; Equipment 97,874.58 3972•Wells Fargo-Trail King Tir 59,435.03 3973 -Wells Fargo-HAMM Roller 48,278.08 3974 • Lakewood Ford-2012 Ford F450 38,541.68 3991 •Wells Fargo- 06 KW T-800 2372 72,194.48 3992 • Defer Built In Gains from C Cor 12,000.00 3996 • Less Curr Port Long Term Debt -279,577.24 i Total Long Term Liabilities 322,765,44 Total Liabilities 1,360,833.74 Equity 4060• Capital Stock 22,500.00 4075 • C-Corp Retained Earnings 709,812.80 4100 • Retained Earnings 633,646.19 4101 • Prior Period Adj-Book/Tax 1,122.89 4124•S Corp Distributions Prior Year -228,049.14 4125•S Corp Distributions Current -550,735.00 4129 •S Corp Dist Prior YRS Non Cash -2,500.00 Net Income 744.264.64 Total Equity 1,329,962.38 Page 3 7:46 AM Puget Paving & Construction, Inc. 04/29/14 Balance 'Sheet Accrual Basis As of December 31, 2013 Dec 31, 13 TOTAL LIABILITIES&EQUITY 2,696,796.12 Page 4 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract by September 27, 2014. 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 NvNe., 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: L)6 ej- + � n � NAME F BI DD E BY: Signature c w n (Print Name and Title) l0Si-7 �[, rh Rv� s Address 2014 Asphalt Grinding/Gast eel 14 April S, 2014 Page 17 pro ect NNu ber: 14-300 Provided to Builders EXG ange of WA,lnc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale RID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Puget Paving&Construction,Inc. as Principal, and The Ohio Casualty Tnsurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, In the penal sum of Five Percent(s%)of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2014 Asphalt Grinding Project/Project Number: 14-3001 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 29th DAY OF April 2014 Pugett vm�g&C! nstruetion,Inc. PRINCIPAL The Ohio Casualty Insurance Company SURD TY JuhL R. Truitt —� Attorney-in-Pact 20 Received return of deposit in the sum of $ 2014 Asphalt GrindinWCastcel 15 April 8,2014 Project Number: 14-3001 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No.6543897 - I American Fire and Casually Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That American Fire&casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the.State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Karen Swanson, Eric A Zimmerman,Kristine A Lievrence,Jennifer L Snyder Julie R.Truitt,Peggy A Firth Christopher Kinyon James B.Binder Peter J.Comfort Brent B. Heilesen,Lisa M.Anderson,Wyntrene Mace,Mitchell R.Since,Kellre Hogan,Barbara A.Johnson,Sandra J.Kutseth,Phy1m C.Robison,Jeffrey L.Z L mrmcrman,Kathy Patton, Diane M.Harding,Jake Oia,Jamie Diemer,Carley Espiritu,Mandy Keltner*"*'*'*****'************"*********e****'****""***`f«*`°"`ee`fees'*""eie"`«**« all of the city of Tacoma state of Washington each Iaf ividually if there be more than one named,its true and lawful attorney-in-fact to make,execute,seat,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognlzances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they.have been duly signed by.the president and attested by the secretary of the Companies in lheirown proper persons, IN.WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed.thereto this 23rd day.of April 12014 American Fire and Casually Company t (9 (0 (0 (9 {NSUgQP�qY INSUPx'{NsugaThe Ohio Casualty Insurance CompanyoRPORgr�'(+ yJ 4o0.P°R9f 4 o°Pp°R9f yC+Fo 02 ° aQ z Fa 3Liberty Mutual Insurance CompanyE1912 ° 1919 ° 1991West American Insurance Com and �q.x°5)`�da ���ryry�pb*�d Yi°� HnIkANY.*�!. ,.: State of Pennsylvania as - David M.Carey,Assistant Secretary '5 County of Montgomery - — O L) y On this23rd day of April ,2014 ,before me personally appeared Gregory W.Davenport,who acknowledged himself to be the Assistant Secretary of America AW p 2 Fire and Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute th C M foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized officer. E `oa Z p W 7 IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed Iny notarial seal at Seattle,Washington,on the day and year first above written. Q M ,D C d, L'y �95r� COMMONWEALTH OF PENNSYLVANIA y,'O p WFE " a't,fie Notanal Seel 30 t_ Teresa Pastel a,Nolery Public ,///n ./{/—��) 0 O a Plymouth Tvtp Montgomery Counl By+ ""`�""" O .0) t7>, yt�,`\� My commss°n Expires March 2a,2oir Teresa Paslella,Notary Public N.O C Id �9Ifl/tU�' Marher,PennsyuanlaAssodalioo of Notaaes G This Power of Attorney Is made and executed pursuant to and by authority of the following By-laws and Authorizations of American Fire and Casualty Company,The Ohio Casualty InsurancE w rn Company,Liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: O c a7 w 0 ARTICLE IV OFFICERS-Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President,and subject to suc :�2 E - limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to actin behalf of the Corporation to make,execute,seal,acknowledge an .a F deliver as surely any and all undertakings,bonds,recognlzances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,she M have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seat of the Corporation. When so executed,such instruments she tie a d o n CT1 binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact.under the provisions of this article may be revoked a ._+N N any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority.. E 09 N G r`- ARTICLE XIII-Execution of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subjec C00 Z V to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowlecig Opp and deliver as surety any and all undertakings,bonds,recognlzances and other surety obligations. Such attorneys-in,fact subject to the limitations set forth in their respective powers of attorney oto shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be a F binding as if signed by the president and attested by the secretary. . - E Certlflcata of Designation-The President of the Company acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such attorneys-In.-fac j as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations 1 Authorization-By unanimous consent of the Companys Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified co of an power attorney issued b theCom an in connection with sure bonds,shall be valid and binding upon the Company with the same force and PP 9 P PY Y P. Y Y Company b i effect as though manually affixed. : j I 1,Gregory W.Davenport,the undersigned,Assistant Secretary,of American Fire and Casualty Company, .he,ONO Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby codify that the original power of attorney of which the foregoing Is a full true and correct copy Of the Power of Aflomey executed by said Companies,is In full force and effect and has not been revoked. - C}« '#'s 1 1N TESTIMONY WHEREOF,I have hereunto set my hand.and affixed the seals of said Companies this All day of `r` , u - ND CqS �hNSUR �jY INSU � {NS U/I+q 4�=ooav°ngro9�; JJ3°�NYO�royF e 3°°av°ryr� � p 3°oR �'Oo ci" a��1906 e a d; 1912� o o z 1919 a 1991 0 `'?' u"yYp° — 1 By: 'd xquvs dD .ye sgcx°a''�dD °��'MgNPO�ada Yf�NpIANP vaD Gregory W.Davenport,Assistant Secretary 4Comparr POA 092012 CITY OF KENT COMBI NED DECLARATION FORM : NON-COLLUSI ON , MINI MUM 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 MI NI MUM WAGE AFFI DAVIT 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. 2014 Asphalt Grinding Project Project Number: 14-3001 NAME OF PROJECT h�G2�- t"a-Vivl -h �-�nS�rvcf� ort J� � 77BI DDER'S F[ RM SI GNATURE OF AUTHORI ZED REPRESENTATI VE OF El DDER 2014 Asphall Grinding!Cast eel 16 April 8, 2014 Page 19 Pfo'ect NNu bec i,t gg,Vpi Provided to Builders Exc�iange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 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 ± for this Change Order -0- Working days Revised Time for Completion Working days 2014 Asphalt C',rindinglCasteel 17 April 8, 2014 Project Number: 14-3001 Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i i 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: Cl TY OF KENT: By: By: — (signature) (signature) Print Name: Print Name: Timothy J. LaPorte , P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: 2014 Asphalt Grinding/Cast eel 1$ April 8, 2014 Project Number: 14-3001 Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale BI DDER'S CHECKLI ST 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 ....................❑ Orderof Contents..............................................................................I... ❑ 1 nvitation to Bid................................................................................... ❑ Contractor Compliance Statement........................................................ ❑ Date ...................................................................................I........ ❑ Have/ have not participated acknowledgment............................. ❑ Signature and address ................................................................ ❑ Declaration — City of Kent Equal Employment Opportunity Policy ........ ❑ Date and signature ..................................................................... ❑ Administrative Policy ..................................................................I........ ❑ Proposal............................................................................................... ❑ First line of proposal — filled in ................................................... ❑ Unitprices are correct ................................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly .................................................... ❑ Signature .................................................................................... ❑ Subcontractor List (contracts over $1 million) ..................................... ❑ Subcontractors listed properly .................................................... ❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ................................................... ❑ Completeand notarized .............................................................. ❑ Proposal Signature Page ............................................................... ....... ❑ Ali Addenda acknowledged ................................................... ...... ❑ Date, signature and address ....................................................... ❑ BidBond Form ..................................................................................... ❑ Signature, sealed and dated .................................................. ..... ❑ Power of Attorney....................................................................... ❑ (Amount of bid bond shall equal 5% of the total bid amount) CombinedDeclaration Form ................................................................. ❑ Signature ......—............................................................................ ❑ ChangeOrder Form .............................................................................. ❑ Bidder's Checklist ................................................................................ ❑ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETI ON of this contract. 2014 Asphalt Grinding/Cast eel 19 April 8, 2014 Project Number: 14-3001 Page 22 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PAYMENT AND PERFORMANCE BOND TO CITY OF KENT C1LNT Bond No. 023028091 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,-Puget Paving&Construction, Inc. as Principal, and The Ohio Casualty Insurance Company 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 46,500.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case maybe. 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 2014 Asphalt Grinding Project/ Project Number: 14-3001 (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: I 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 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. 201 Asp It rindinp���� steel 20 Apol 8, 2014 Page 25 Pay � t�51 n i tag p"1 Provided to$uIl ors o enge bf W , Inc.For usage Conditions Agreement see www.b,,<m.com-Ahvays Verify Scale TWO] I TNE5SES: Puget Paving&Construction, Inc. PRINCI P (enter olpal's name above) �LLhl,LN 6&6ce Vzla BY: V,c lz7r o, Racr- TITLE:_ f r< sJlffn-- DATE: --( L,- I y —_ DATE: " I U L,`4 CORPORATE SEAL: Izr) 61 L1 r1 C PRINT NAME DATE: 'I < -I c-1 The Ohio Casualty Insurance Company SURETY— — CORPORATE SEAL: BY: y'r.' r rf3 DATE: May 13,2014 — !, TITLE: Karen Swanson Attorney-in-Fact ADDRESS: 1001 4th Avenue,Suite 1300 _ Seattle,WA 98154 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond, that �C-v_n . a r ti Who signed the said bond on behalf of the Principal hv ��v Ows r•v( (,)j-P r;_ Of the said Corporation; that I know his signature thereto Is genulhe, and that said Bond was duly signed, sealed, and ttested for and In behalf of said Corporation by authority of Its governing body. s SECRETARY R ASSISTANT SECRETARY Page28 Ce gpp14 Asspplq{apl Q Prcry rindrit 1 Real 21 April 9, 2014 ided to Builders Etch e of no,.For usage Conditions Agreement see w✓�r�W bxwa.com-Always Verify Scale THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein and they have no authority tobind the Company except in the manner and to the extent herein stated. i Certificate No.e54 412 ( American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company I POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:_ThatAmerican Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts,and WeslAmedcan Insurance Company { is a corporation duly organized under the laws of the Slate of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth does hereby name,constitute I and appoint, Barbara A Johnson Brent E Heilesen;Carley Espiritu Christopher Kinyon• Diane M.Harding; Eric A Zimmerman Jake Ola James E. Binder Jamie Diemer Jeffrey L.Zimmerman Jennifer L.Snyder Julie R.Truitt;Karen Swanson Kathy :Patton Katie Hogan;Kristine A Lawrence; t Lisa M.Anderson Mandy Keltner Mitchell R.Smee;Peggy A.Firth;Peter J.Comfort;Phylis C.Robison;Sandra J.Kulseth;Wyntrene Mace I all of the city of Tacoma state of WA each individually If there be more than one named,its true and lawful attorney-in-fact to make,execute,seal,acknowledge and deliver,for and on Its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations;In pursuance of these presents and shall Ibe as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons: f IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 23rd dayof April 2014 :( > American Fire and Casualty Company a, The Ohio Casualty Insurance Company Liberty Mutual Insurance Company m - West merican insurance Company ..mod. _ - By; T David M.Carey Assistant Secretary c. STATE OF PENNSYLVANIA ss ra.I COUNTY OF MONTGOMERY _ 03 tiof On this 23rd day of April 2014.; before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire and f- 0,d Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Insurance Company,and West American Insurance Company,and that he,as such,being authorized:so to do, p,W: p m execute the foregoing instrument for the purposes:therein contained by signing on behalf of the corporations by himself as a duly authorized officer. -. i E Lit > IN WITNESS WHEREOF,I have hereunto subscirped mynamp and affixed my notarial seal at Plymouth Meeting Pennsylvania,on the day and year first above written 0 CL Qr�i 454 C d tCD ' Teresa Pastels,Notary Public d 3 R. L I t - 0 u J\'Z).E E 0.O cd � This Power ofAltomeyismadeandexecufegpurspantiaaiitrbyeolhontyof the following By-laws and Authorizations ofAmencanfim and Casualty Company,The Ohio Casualiylnsurence 0p L Company,Liberty Mutual Insurance Company,=and Wail Am_encan Insurance Company which resolutions are now in Full force and effect reading-as follows: ai.. P S y P Y r"" cc 4) ARTICLE liOFFICERS—Section 12 Power of Attorney.Any officer or other official of the Corporation authorizedfor that purpose in writing by the Chairman or the President,and subject O c y� to such limitation:as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact as may be necessary to ad in behalf of the Corporation to make,execute seal, «(D Lr O E- acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations,:Such attorneys-in-fact,subject to the limitations set forth in their respective. :p E 4 powers of attorney,shall have full power to bind the Corporation by their signature and"execution of any such instruments and.to attach thereto the seal of the Corporation When so 'R d t p executed such instruments shag be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attomey m fact under >o athe provisions of this article may revoked at anytime by the Board,the Chairman,the President or by the officer or officers granting such power or authority. tv .R c ARTICLE All—Execution of Contracts SECTION b Surety Bonds and Undertakings Any officer of the Company authorized for that purpose in writing by the chairman or the president, . > Q) and subject to such limitations as the chairman or the president may prescribe shall appoint suchaftomeysm-fact,as may be necessary to act in behalf ofthe Company to make,execute, LM: Z U seal acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations Such attorneys-in fact subject to the limitations sal forth in their o respective powersof attomey,shall have full powerto bind the Company by their signature and execution of anysuch instruments and to attach thereto the seal of the Company When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. o T .Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys m- ~ fact as may be necessary to act on behalf of the Company to make,execute seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety ;obligations Authorization By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing.upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I;Gregory W.Davenport,the undersigned,Assistant Secretary of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. 7 f IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this t .?day of j '.Gregory Davenport,Assistant Secretary' t � r r i , 1 LMS 72873 122013 - 31 of 500 i CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and (onetrucf,o tL,nc organized under the laws of the State of (L)qli,,. , located and doing business at Io n c�� eve C L,-kew�� l to 9gV q ("Contractor"). f � 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 j for: 2014 Asphalt Grinding Project/Project Number: 14-3001 in accordance with and as described in the Contract and shall perform any �falterations 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 2014 Standard j 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 2014 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed by September 27, 2014. 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 I 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. i 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all F 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. i 2014 Asphalt Grind ing/Casteel 22 April 8, 2014 Project Number: 14-3001 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 i and damages caused by the sole negligence of the City. i I 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. i 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. I 'I 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. 2014 Asphalt Grinding/Casteel 23 April 8, 2014 Project Number: 14-3001 i CITY OF KENT I SUZE ry CQOI E, MAYOR DATE: - I - ATTEST: — "RONALD F. M'ORE;CITY CLERK I I APPROVED AS TO F RM: 8 W f`�C " ✓J KENT LAW DEPARTMENT CONTRACTOR i BY: PRINT NAME: Un n ac TITLE: PceSicle j DATE: I i I i 1 - 2014 Asphalt Grinding/Casteel 24 April 8, 2014 Project Number: 14-3001 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2014 Asphalt Grinding/Casteel 25 April 8, 2014 Project Number: 14-3001 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 2014 Asphalt Grinding/Casteel 26 April 8, 2014 ! Project Number: 14-3001 EXHIBIT A (Continued) 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. 2014 Asphalt Grinding/Casteel 27 April 8, 2014 Project Number: 14-3001 i Client#: 12492 PUGEPAVI DATE(MMMDNYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE 5/13/2014 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(les)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 NAME:TA c Casondra Mossuto Propel Insurance PHONE g00 499-0933 F^X 86B.577.1326 Tacoma Commercial Insurance Mnao eatp we Ne: ADDRESS: cm@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURERS)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 Travelers Indemnity Company INSURER A: Y p y INSURED INSURERB:Travelers Property Casualty Puget Paving&Construction Inc. 10817 26th Ave.Ct.S. INSURER c INSURER D: Lakewood,WA 98499 INSURER E: INSURERF: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TOTHE INSURED NAMEDABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICYEFF POUCYEXP LIMITS LTR INSR MD POLICY NUMBER id MMIDD/YYYY A GENERAL LIABILITY X X 4TCO230OR789TIL13 6/1012013 0611012014 EACH OCCURRENCE $1000000 X COMMERCIAL GENERAL LIABILITY pAMAGE TORENTED PREMISES Ea occurrence $300 DDO CLAIMS-MADE FxIOCCUR MED EXP(Anyone parson) $10,000 X PDDed:250 PERSONAL aADVINJURY $1000000 GENERA-AGGREGATE s2,000,000 GEN'L AGGREGATELIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $2,000,000 POLICY X PRG LOC _ $ JECT COMBINED SINGLE LIMIT g AUTOMOBILE LIABILITY 061 Y BA2300R7S913CNS 6110/2013 10/201 Eaaccidenl 1,000,000 X ANYAUTO BODILY INJURY(Per person) $ ALLOWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Peraccident § B X UMBRELLA LIAR X OCCUR 4TSMCUP230OR789T 6110/2013 06110/2014 EACH OCCURRENCE s4 000 000 EXCESS LIAR CLAIMS-MADE AGGREGATE § DED __RETENTION$ $ _ A WORKERS COMPENSATION WA Stop Gap Only 6/10/201306/10/201 WCSTATU- OTH- AND EMPLOYERS'LIABILITY YIN s ANY PROPRIETORIPARTNER/EXECUTIVE n 4TCO230OR789TIL1 E.L.EACH ACCIDENT $y1 000000 OFFICERJMEMBER EXCLUDED? �I NIA (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $$1 OOOODO If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $$1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if mare space Is required) RE: Project#14.3001 /2014 Asphalt Grinding Project. The City of Kent is additional insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION Cityof Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988.2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1400765/M1272073 KTROO i Puget Paving& Construction Inc. 41`CO2300R789TIL13 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED—(Section II) Is amended c) The Insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily Injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to Include as an additional insured on this Cover- and included in the "products-completed op- age Part, but: erations hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage"or"personal injury'; and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring insur- requiring Insurance" applies. The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization. 3. The Insurance provided to the additional Insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows: collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "written contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in- this insurance is primary to "other Insurance" surance". This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance. for such loss, and we will not share with that b) The insurance provided to the additional in- "other insurance". But the insurance provided to sured does not apply e "bodilytthIn u the additional insured by this endorsement still is pp y injury", "prop- excess over any valid and collectible "other in- erty damage" or "personal injury" arising out surance", whether primary, excess, contingent or of the rendering of, or failure to render, any on any other basis, that is available to the addi- professional architectural, engineering or sur- tlonal Insured when that person or organization is veying services, including: an additional Insured under such "other insur- 1. The preparing, approving, or failing to ance". prepare or approve, maps, shop draw- 4, As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional insured by this endorsement: ders or change orders, or the preparing, approving, or falling to prepare or ap- a) The additional insured must give us written prove, drawings and specifications; and notice as soon as practicable of an "occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a claim. To the extent possible, such notice engineering activities. should include: CG D2 46 08 05 ©2005 The St. Paul Travelers Companies, Inc. Page 1 of 2 Puget Paving &Construction Inc. 4rTt;02300R789TIL13 COMMERCIAL GENERAL LIABILITY i. How, when and where the "occurrence" any provider of"other insurance"which would or offense took place; cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement. However, this persons and witnesses;and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any Injury or this endorsement is primary to "other insur- damage arising out of the"occurrence" or ance" available to the additional insured offense. which covers that person or organization as a b) If a claim is made or"suit" is brought against named insured as described in paragraph 3. the additional insured, the additional Insured above. must: 5. The following definition is added to SECTION V. I. Immediately record the specifics of the —DEFINITIONS: claim or"suit"and the date received; and "Written contract requiring insurance" means ii. Notify us as soon as practicable. that part of any written contract or agreement The additional insured must see to It that we under which you are required to include a receive written notice of the claim or"suit" as person or organization as an additional in- sured an this Coverage Part, provided that the "bodily injury" and "property damage' oc- c) The additional Insured must immediately curs and the "personal injury"is caused by an send us copies of all legal papers received in offense committed: connection with the claim or"suit", cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you; the claim or defense against the "suit", and otherwise comply with all policy conditions. b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect;and fense and indemnity of any claim or "suit" to c. Before the end of the policy period. Page 2 of 2 ©2005 The St. Paul Travelers Companies, Inc. CG D2 46 08 05 I Puget Paving & Construction Inc. ` 4TCO230OR789TIL13 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS XTEND ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE—Provisions A.-H.and J.-N.of this endorsement broaden coverage, and provision 1. of this endorsement may limit coverage. The following listing is a general coverage description only. Limitations and exclusions may apply to these coverages. Read all the PROVISIONS of this endorsement carefully to determine rights, duties, and what is and Is not covered. A. Broadened Named Insured H. Additional Insured—State or Political Subdivisions B. Extension of Coverage—Damage To Premises I. Other Insurance Condition Rented To You J. Increased Supplementary Payments • Perils of fire,explosion,lightning, smoke,water • Cost of bail bonds increased to$2,500 • Limit increased to$300,000 • Loss of earnings increased to$500 per day C. Blanket Waiver of Subrogation K. Knowledge and Notice of Occurrence or Offense D. Blanket Additional Insured—Managers or Lessors L. Unintentional Omission of Premises E. Incidental Medical Malpractice M. Persona! Injury—Assumed by Contract I a—Bodil Injury N. Blanket Additionallnsured—Lessor of Leased F. Extension ofCovera 9 Y j rY Equipment G. Contractual Liability—Railroads PROVISIONS 3. This Provision A. does not apply to any per- A. BROADENED NAMED INSURED son or organization for which coverage is ex- 1. The Named Insured in Item 1. of the Declare- cluded by endorsement. tions is as follows: B. EXTENSION OF COVERAGE — DAMAGE TO The person or organization named In Item 1. PREMISES RENTED TO YOU of the Declarations and any organization, 1. The last paragraph of COVERAGE A. BOD- other than a partnership,joint venture or lim- ILY INJURY AND PROPERTY DAMAGE LI- Ited liability company, of which you maintain ABILITY (Section I — Coverages) is deleted ownership or in which you maintain the major- and replaced by the following: ity Interest on the effective date of the policy. Exclusions c.through in.do not apply to dam- However, coverage for any such additional age to premises while rented to you, or tem- organization will cease as of the date, if any, poradly occupied by you with permission of during the policy period, that you no longer the owner, caused by: maintain ownership of, or the majority interest a. Fire; In, such organization. 2. WHO IS AN INSURED (Section 11) Item 4.a. b. Explosion; is deleted and replaced by the following: c. Lightning; a. Coverage under this provision is afforded d. Smoke resulting from such fire, explosion, only unlit the 180th day after you acquire or lightning;or or form the organization or the end of the e. Water. policy period,whichever is earlier. A separate limit of Insurance applies to this coverage as described in Section III Limits Of Insurance, CG D3 16 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 1 of 6 Puget Paving & Construction Inc. 4-TCO2300R789TIL13 COMMERCIAL GENERAL LIABILITY i 2. This insurance does not apply to damage to 5. This Provision B. does not apply if coverage premises while rented to you, or temporarily for Damage To Premises Rented To You of occupied by you with permission of the COVERAGE A. BODILY INJURY AND owner,caused by: PROPERTY DAMAGE LIABILITY(Section I-- a. Rupture, bursting, or operation of pres- Coverages) is excluded by endorsement. sure relief devices; C. BLANKET WAIVER OF SUBROGATION b. Rupture or bursting due to expansion or We waive any right of recovery we may have swelling of the contents of any building or against any person or organization because of structure, caused by or resulting from wa- payments we make for injury or damage arising ter; out of: premises owned or occupied by or rented c. Explosion of steam boilers, steam pipes, or loaned to you; ongoing operations performed steam engines, or steam turbines. by you or on your behalf, done under a contract with that person or organization; "your work"; or 3. Paragraph 5. of LIMITS OF INSURANCE "your products". We waive this right where you (Section III) is deleted and replaced by the have agreed to do so as part of a written contract, following: executed by you before the "bodily injury" or Subject to 5. above, the Damage To Prem- "property damage" occurs or the "personal injury" ises Rented To You Limit is the most we will or"advertising injury"offense is committed. pay under COVERAGE A. for the sum of all D. BLANKET ADDITIONAL INSURED — MANAG- damages because of "property damage" to ERS OR LESSORS OF PREMISES any one premises while rented to you, or temporarily occupied by you with permission WHO IS AN INSURED (Section II) Is amended to of the owner, caused by: fire; explosion; light- include as an insured any person or organization ning; smoke resulting from such fire, explo- (referred to below as "additional insured") with sion, or lightning; or water. The Damage To whom you have agreed in a written contract,exe- Premises Rented To You Limit will apply to all cuted before the "bodily injury" or"property dam- "property damage" proximately caused by the age" occurs or the "personal injury" or "advertis- same 'occurrence", whether such damage ing injury" offense is committed, to name as an results from: fire; explosion; lightning; smoke additional insured, but only with respect to liability resulting from such fire, explosion, or light- arising out of the ownership, maintenance or use ning; or water; or any combination of any of of that part of any premises leased to you, subject these causes. to the following provisions: The Damage To Premises Rented To You 1. Limits of Insurance. The limits of insurance Limit will be the higher of: afforded to the additional Insured shall be the a. $300,000;or limits which you agreed to provide in the writ- ten contract,or the limits shown on the Decla- b. The amount shown on the Declarations rations,whichever are less. for Damage To Premises Rented To You 2. The insurance afforded to the additional in- Limit. sured does not apply to: 4. Paragraph a. of the definition of"insured con- a. Any "bodily injury" or "property damage" tract" (DEFINITIONS — Section V) is deleted that occurs, or"personal injury" or"adver- and replaced by the following: using Injury" caused by an offense which a. A contract for a lease of premises. How- is committed, after you cease to be a ten- ever, that portion of the contract for a ant in that premises; lease of premises that indemnifies any b. Any premises for which coverage is ex- person or organization for damage to cluded by endorsement;or premises while rented to you, or tempo- rarily occupied by you with permission of C. Structural alterations, new construction or the owner, caused by: fire; explosion; demolition operations performed by or on lightning; smoke resulting from such fire, behalf of such additional insured. explosion, or lightning;or water, is not an 3. The Insurance afforded to the additional in- "insured contract'; sured is excess over any valid and collectible Page 2 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D3 16 07 04 Puget Paving& Construction Inc. 4TCO2300R789TIL13 COMMERCIAL GENERAL LIABILITY "other Insurance" available to such additional together with all related acts or omissions in insured, unless you have agreed in the writ- the furnishing of the services described In ten contract that this insurance must be pri- paragraph 1.above to any one person will be mary to, or non-contributory with, such "other deemed one"occurrence". insurance". 5. This Provision E. does not apply if you are in E. INCIDENTAL MEDICAL MALPRACTICE the business or occupation of providing any of 1. The following is added to paragraph 1. Inuu- the services described in paragraph 1. above. Ing Agreement of COVERAGE A. — BODILY 6. The insurance provided by this Provision E. INJURY AND PROPERTY DAMAGE LIABIL- shall be excess over any valid and collectible ITY(Section I—Coverages): "other Insurance" available to the insured, "Bodily injury" arising out of the rendering of, whether primary, excess, contingent or on or failure to render, the following will be any other basis, except for insurance that you deemed to be caused by an"occurrence": bought specifically to apply in excess of the Limits of Insurance shown on the Declara- a. Medical, surgical, dental,laboratory,x-ray tions of this Coverage Part. or nursing service, advice or instruction, or the related furnishing of food or bever- F. EXTENSION OF COVERAGE — BODILY IN- ages; JURY b. The furnishing or dispensing of drugs or The definition of "bodily injury" (DEFINITIONS — medical, dental, or surgical supplies or Section V) is deleted and replaced by the follow- appliances; mg: a First aid;or "Bodily injury" means bodily injury, mental an- guish, mental injury, shock, fright, disability, hu- d. "Good Samaritan services." As used in miliation, sickness or disease sustained by a per- this Provision E., "Good Samaritan sery son, including death resulting from any of these at vices" are those medical services ren- any time. dered or provided in an emergency and G. GONTRACTUALLIABILITY—RAILROADS for which no remuneration is demanded or received. 1. Paragraph c,of the definition of"insured con- 2. Paragraph 2.a.(1)(d) of WHO IS AN IN- tract" (DEFINITIONS — Section V) is deleted SURED (Section 11) does not apply to any and replaced by the following: registered nurse, licensed practical nurse, c. Any easement or license agreement; emergency medical technician or paramedic 2. Paragraph f.(1) of the definition of "insured employed by you, but only while performing contract" (DEFINITIONS — Section V) is de- the services described In paragraph 1, above leted. and while acting within the scope of their em- ployment by you. Any "employees" rendering H. ADDITIONAL INSURED — STATE OR POLITt- "Good Samaritan services" will be deemed to CAL SUBDIVISIONS—PERMITS be acting within the scope of their employ- WHO IS AN INSURED (Section 11)is amended to ment by you. Include as an insured any state or political subdi- 3. The following exclusion Is added to paragraph vision,subject to the following provisions: 2. Exclusions of COVERAGE A. — BODILY 1. This insurance applies only when required to INJURY AND PROPERTY DAMAGE LIABIL- be provided by you by an ordinance, law or ITY(Section I—Coverages): building code and only with respect to opera- (This insurance does not apply to:)"Bodily in- dons performed by you or on your behalf for jury" or "property damage" arising out of the which athe e st t e or political subdivision has is- willful violation of a penal statute or ordinance sued relating to the sale of pharmaceuticals com- 2. This insurance does not apply to: miffed by or with the knowledge or consent of a. "Bodily injury," "property damage," "per- the insured, sonal injury" or"advertising Injury" arising 4. For the purposes of determining the appllca- out of operations performed for the state ble limits of insurance, any act or omission or political subdivision;or CG D316 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 3 of 6 Puget Paving&Construction Inc. 4TCO230OR789TIL13 COMMERCIAL GENERAL LIABILITY b. "Bodily injury" or "property damage" in- insured under any other policy, cluded in the "products-completed opera- including any umbrella or excess tions hazard". policy. I. OTHER INSURANCE CONDITION When this insurance is excess, we A. COMMERCIAL GENERAL LIABILITY CON- will have no duty under Coverages A or B to defend the insured against DITIONS (Section IV), paragraph 4. (Other any "suit" if any provider of "other in- Insurance) is deleted and replaced by the fol- surance" has a duty to defend the In- lowing: sured against that "suit". If no pro- 4. Otherinsurance vider of "other insurance" defends, we will undertake to do so, but we will If valid and collectible"other insurance„Is be entitled to the insured's rights available to the insured for a loss we against all those providers of "other cover under Coverages A or B of this insurance". Coverage Part, our obligations are limited as follows; When this Insurance Is excess over a. Primary Insurance other insurance", we will pay only our share of the amount of the loss, If This insurance is primary except any,that exceeds the sum of: when b. below applies. If this insur- (1) The total amount that all such ante Is primary, our obligations are "other insurance" would pay for not affected unless any of the "other the loss in the absence of this in- insurance" Is also primary. Then, we surance;and will share with all that "other insur- ance" by the method described in C. (2) below. self-insured amounts under that "other Insurance". b. Excess Insurance of We will share the remaining loss, if This insurance is excess over any any,with any"other Insurance" that is the "other insurance", whether pri- not described in this Excess Insur- mary, excess, contingent or on any ance provision. other basis: c. Method Of Sharing (1) That is Fire, Extended Coverage, Builder's Risk, Installation Risk, If all of the "other insurance" permits or similar coverage for "your contribution by equal shares, we will work"; follow this method also. Under this approach each provider of insurance (2) That is Fire insurance for prom- contributes equal amounts until it has ises rented to you or temporarily paid its applicable limit of insurance occupied by you with permission or none of the loss remains, which- of the owner, ever comes first. (3) That is insurance purchased by If any of the "other insurance" does you to cover your liability as a not permit contribution by equal tenant for "property damage" to shares, we will contribute by limits. premises rented to you or tempo- Under this method, the share of each rarily occupied by you with per- provider of insurance is based on the mission of the owner, or ratio of its applicable limit of insur- (4) If the loss arises out of the main- ance to the total applicable limits of tenance or use of aircraft, insurance of all providers of insur- "autos", or watercraft to the ex- ance. tent not subject to Exclusion g. Of B. The following definition is added to DEFINITIONS Section 1 — Coverage A— Bodily (Section V): Injury And Property Damage Li- ability; or "Other Insurance": (5) That is available to the insured a. Means insurance, or the funding of losses, when the insured is an additional that is provided by,through or on behalf of: Page 4 of 6 Copyright,The Travelers Indemnity Company, 2004 CG D316 07 04 Puget Paving&Construction Inc. 4TCO2300R789TIL13 COMMERCIAL GENERAL LIABILITY (1) Another insurance company; 2. Notice of an "occurrence" or of an offense (2) Us or any of our affiliated insurance com- which may result in a claim will be deemed to panies, except when the Non cumulation be given as soon as practicable to us if it is of Each Occurrence Limit section of given in good faith as soon as practicable to Paragraph 5 of LIMITS OF INSURANCE your workers' compensation insurer. This ap- (Section III)or the Non cumulation of Per- plies only If you subsequently give notice of sonal and Advertising Injury limit sections the "occurrence" or offense to us as soon as of Paragraph 4 of LIMITS OF INSUR- practicable after you, one of your "executive ANCE (Section III)applies; officers"(if you are a corporation),one of your (3) Any risk retention group; partners who is an individual (if you are a partnership),one of your managers(if you are (4) Any self-insurance method or program, a limited liability company), or an "employee" other than any funded by you and over (such as an insurance, loss control or risk which this Coverage Part applies;or manager or administrator) designated by you (5) Any similar risk transfer or risk manage- to give such notice discovers that the "occur- ment method. rence" or offense may involve this policy. b. Does not include umbrella insurance, or ex- 3. This Provision K. does not apply as respects cess Insurance,that you bought specifically to the specific number of days within which you apply in excess of the Limits of Insurance are required to notify us in writing of the shown on the Declarations of this Coverage abrupt commencement of a discharge, re- Part. lease or escape of "pollutants" that causes J. INCREASED SUPPLEMENTARY PAYMENTS "bodily injury" or "property damage" which may otherwise be covered under this policy. Paragraphs 1.b, and 1.d. of SUPPLEMENTARY L. UNINTENTIONAL OMISSION PAYMENTS—COVERAGES A AND B (Section I —Coverages)are amended as follows: The following is added to COMMERCIAL GEN- ERAL1. inparagraph 1.6., the amount we will a far LIABILITY CONDITIONS (Section IV), pay paragraph 6.(Representations): the cost of bail bonds is increased to$2500. The unintentional omission of, or unintentional 2. In paragraph 1.d., the amount we will pay for error in, any information provided by you which loss of earnings is increased to$500 a day. we relied upon in issuing this policy shall not K. KNOWLEDGE AND NOTICE OF OCCUR- prejudice your rights under this insurance. How- RENCE OR OFFENSE ever, this Provision L. does not affect our right to 1. The following is added to COMMERCIAL collect additional premium or to exercise our right GENERAL LIABILITY CONDITIONS (Section of cancellation or nonrenewal in accordance with IV), paragraph 2. (Duties In The Event of Do- applicable state insurance laws, codes or regula- currence,Offense, Claim or Suit): lions. Notice of an "occurrence" or of an offense M. PERSONAL INJURY — ASSUMED BY CON- which may result in a claim must be given as TRACT soon as practicable after knowledge of the 1. The following is added to Exclusion e. (1) of "occurrence" or offense has been reported to Paragraph 2., Exclusions of Coverage B. you, one of your "executive officers" (if you Personal Injury, Advertising Injury, and are a corporation), one of your partners who Web Site Injury Liability of the Web XTEND is an individual (if you are a partnership), one Liability endorsement: of your managers (if you are a limited liability Solely for the purposes of liability assumed in company), or an "employee" (such as an in- an "Insured contract", reasonable attomay surance, loss control or risk manager or ad- fees and necessary litigation expenses in- ministrator) designated by you to give such curred by or for a party other than an Insured notice. are deemed to be damages because of"per- Knowledge by any other "employee" of an sonal injury"provided: "occurrence" or offense does not imply that (a) Liability to such party for, or for the cost you also have such knowledge, of, that parry's defense has also been as- CG D3 16 07 04 Copyright,The Travelers Indemnity Company, 2004 Page 5 of 6 Puget Paving& Construction Inc. 4,TCO2300R789TIL13 COMMERCIAL GENERAL LIABILITY sumed in the same 'Insured contract"; N. BLANKET ADDITIONAL INSURED — LESSOR and OF LEASED EQUIPMENT (b) Such attorney fees and litigation ex- WHO IS AN INSURED (Section II) is amended to penses are for defense of that party include as an Insured any person or organization against a civil or alternative dispute reso- (referred to below as "additional Insured") with lution proceeding in which damages to whom you have agreed in a written contract, exe- which this insurance applies are alleged. cuted before the"bodily injury" or"property dam. 2. Paragraph 2.d. of SUPPLEMENTARY PAY- age" occurs or the "personal injury" or "advertis- MENTS—COVERAGES A AND B (Section I Ing injury" offense is committed, to name as an —Coverages) is deleted and replaced by the additional insured, but only with respect to their li- following: ability for"bodily injury", "property damage", "per- sonal injury" or "advertising injury" caused, in d. The allegations in the "suit" and the in- whole or In part, by your acts or omissions in the formation we know about the "occur- maintenance, operation or use of equipment rence"or offense are such that no conflict leased to you by such additional Insured, subject appears to exist between the Interests of to the following provisions: the insured and the interests of the in- demnitee; 1. Limits of Insurance. The limits of Insurance afforded to the additional Insured shall be the 3. The third sentence of Paragraph 2 of SUP- limits which you agreed to provide In the writ- PLEMENTARY PAYMENTS — COVERAGES ten contract, or the limits shown on the Decla- A AND B (Section I — Coverages) is deleted rations,whichever are less. and replaced by the following: 2. The insurance afforded to the additional in- I Notwithstanding the provisions of Paragraph sured does not apply to any "bodily injury" or 2.b.(2) of Section I—Coverage A— Bodily In- "property damage" that occurs, or "personal jury And Property Damage Liability, or the injury" or"advertising Injury"caused by an of- provisions of Paragraph 2.e.(1) of Section I— fense which is committed,after the equipment Coverage B —Personal Injury,Advertising In- lease expires. jury And Web Site Injury Liability, such pay- ments will not be deemed to be damages for 3 The su ed Is excess over forded toa the lid aadditional I collectible bodily injury and property damage", or "other insurance" available to such additional damages for personal Injury", and will not re- duce the limits of insurance. insured, unless you have agreed in the writ- ten contract that this insurance must be pri- 4. This provision M. does not apply if coverageto, or for "personal injury" liability is excluded by mary insurance". non-contributory with, such 'other endorsement. Page 6 of 6 Copyright,The Travelers Indemnity Company,2004 CG D3 16 07 04 Puget Paving&Construction Inc. 06/10/2013 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESIGNATED PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Project Designated Project(s): General Aggregate(s): ANY DESIGNATED PROJECT(S) YOU ARE REQUIRED $GENERAL AGGREGATE TO INCLUDE A DESIGNATED PROJECTS) GENERAL LIMIT SHOWN ON THE AGGREGATE LIMIT COVERAGE ON THIS POLICY BY A DECLARATIONS WRITTEN CONTRACT OR WRITTEN AGREEMENT IN EFFECT DURING THIS POLICY PERIOD AND SIGNED AND EXECUTED BY YOU PRIOR TO THE LOSS FOR WHICH COVERAGE IS SOUGHT. ! I A. For all sums which the insured becomes legally 3. Any payments made under COVERAGE A. obligated to pay as damages caused by "occur- for damages or under COVERAGE C. for rences" under COVERAGE A. (SECTION 1), and medical expenses shall reduce the Desig- for all medical expenses caused by accidents un- nated Project General Aggregate Limit for der COVERAGE C (SECTION 1), which can be that designated "project". Such payments attributed only to operations at a single desig- shall not reduce the General Aggregate Limit nated "project"shown In the Schedule above: shown in the Declarations nor shall they re- 1. A separate Designated Project General Ag- duce any other Designated Project General gregate Limit applies to each designated "pro- Aggregate Limit for any other designated jecl", and that limit Is equal to the amount of "project"shown in the Schedule above. the General Aggregate Limit shown in the 4. The limits shown in the Declarations for Each Declarations, unless separate Designated Occurrence, Damage To Premises Rented Project General Aggregate(s) are sched- To You and Medical Expense continue to uled above. apply. However, instead of being subject to T 2, The Designated Project General Aggregate the General Aggregate Limit shown in the Limit is the most we will pay for the sum of all Declarations, such limits will be subject to the ~_ damages under COVERAGE A., except applicable Designated Project General Ag- gregatedamages because of "bodily injury" or"prop Limit. erty damage" included in the "products- B. For all sums which the insured becomes legally completed operations hazard", and for medi- obligated to pay as damages caused by "occur- cal expenses under COVERAGE C, regard- rences" under COVERAGE A. (SECTION 1), and less of the number of: for all medical expenses caused by accidents un- a. Insureds; der COVERAGE C. (SECTION I), which cannot be attributed only to operations at a single desig- b. Calms made or"suits" brought; or nated "project"shown in the Schedule above: c. Persons or organizations making claims or bringing"suits". CG D2 11 01 04 Copyright,The Travelers Indemnity Company, 2004 Page i of 2 masts Puget Paving&Construction Inc. 06/10/2013 COMMERCIAL GENERAL LIABILITY 1. Any payments made under COVERAGE A. vided, any payments for damages because of for damages or under COVERAGE C. for "bodily injury" or "property damage" included in medical expenses shall reduce the amount the "products-completed operations hazard' will available under the General Aggregate Limit reduce the Products-Compieted Operations Ag- ar the Producis-Completed Operations Ag- gregate Limit, and not reduce the General Aggre- gregate Limit, whichever is applicable; and gate Limit nor the Designated Project General 2. Such payments shall not reduce any Desig- Aggregate Limit. naled Project General Aggregate Limit. E. For the purposes of this endorsement the Defini- C. Part 2.of SECTION III—LIMITS OF INSURANCE tions Section is amended by the addition of the is deleted and replaced by the following: following definition: 2. The General Aggregate Limit is the most we "Project means an area away from premises will pay for the sum of: owned by or rented to you at which you are per- forming operations pursuant to a contract or agreement. For the purposes of determining the b. Damages from "occurrences" under applicable aggregate limit of insurance, each COVERAGE A (SECTION 1) and for all "project" that includes premises involving the medical expenses caused by accidents same or connecting lots, or premises whose cam. under COVERAGE C (SECTION 1)which nection is interrupted only by a street, roadway, cannot be attributed only to operations at waterway or right-of-way of a railroad shall be a single designated"project"shown in the considered a single "project". SCHEDULE above. F. The provisions of SECTION III — LIMITS OF D. When coverage for liability arising out of the INSURANCE not otherwise modified by this en- "products-completed operations hazard" is pro- dorsement shall continue to apply as stipulated. I Page 2 of 2 Copyright,The Travelers Indemnity Company, 2004 CO D211 01 04 i BA2300R70913CNs COMMERCIAL AUTO ' -- , THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, AUTO COVERAGE PLUS ENDORSEMENT This endorsement modifies insurance provided under the fallowing: BUSINESS AUTO COVERAGE FORM II With respect to coverage provided by this endorsement, the provisions of the Coverage Fort apply unless modi- fied by the endorsement. GENERAL DESCRIPTION OF COVERAGE-This endorsement broadens coverage. However,coverage for any injury, damage or medical expenses desudbod in any of the provisions of this endorsement may be excluded or j Ilmited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage Is excluded or limited by such an endorsement, The following listing Is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read ail the provisions of this en- dorsomant and the rest of your policy carefully to determine lights, duties, and what is and is not covered. A. BLANKET ADDITIONAL INSURED H. AUDIO, VISUAL AND DATA ELECTRONIC, B. EMPLOYEE HIRED AUTO EQUIPMENT-INCREASED LIMIT C. EMPLOYEES AS INSURED I. WAIVER OF DrDUCTIBLE--GLASS D, SUPPLEMENTARY PAYMENTS - INCREASED J. PERSONAL EFFECTS LIMITS K. AIRBAGS E. TRAILERS-INCREASED LOAD CAPACITY L. AUTO LOAN LEASE GAP F. HIRED AUTO PHYSICAL DAMAGE M. BLANKET WAIVER OF SUBROGATION G. PHYSICAL DAMAGE - TRANSPORTATION EXPENSES-INCREASED LIMIT - A. BLANKET ADDITIONAL INSURED performing duties related to the conduct of The following Is added to Paragraph AA,, Who is your business. An Insured, of SECTION II - LIABILITY COV- 2. The following replaces Paragraph h, in B.G., ERAGE: Other Insurance, of SECTION iV - BUST. Any parson or organization who Is required under NE55 AUTO CONDITIONS: e a written contract or agreement between you and b. For Hired Auto Physical Damage Cover., u that person or organization, that is signed and age, the following are deemed to be cov- executed by you before the "bodily Injury" or erod "autos"you own: "property damage" occurs and that Is in effect (1) Any covered "auto" you lease, hire, _- during the policy period, to be named as an addl- rent or borrow, and -- banal insured is an "insured" for Liability Cover- age, but only for damages to which this Insurance (2) Any covered "auto" hired or rented by -d= applies and only to the extent that person or or- your "employee" under a contract in ganization qualifies as an "Insured" under the that individual "employee's" name, Who is An Insured provision contained In Section with your permission, while perform- it. Ing duties related to the conduct of B. EMPLOYEE HIRED AUTO your huslness. 1. The following Is added to Paragraph A•1., However, any "auto" that is leased, hired, -�, Who Is An Insured, of SECTION 11 - LI- rented or borrowed with a driver Is oat. a covered "auto". i —, ABILITY COVERAGE: p C. EMPLOYEES AS INSURED v An "emplayoo" of yours Is an "Insured" while operating a covered 'auto" hired or rented The following is added to Paragraph A.1.,Who Is under a contract or agreement in that "am_ An insured, of SECTION II - LIABILITY COV- pioyee's" name, with your permission, while ERAGE: CA T4 20 0710 0 2010 The lfravelers Iodamnliy Company.All rights ta7mmed, Page 1 of 3 Includes copyrighted material of Insurance Servlcea Mica,Ina.with Its pormisslon, j aoluab BA230OR78913CNS COMMERCIAL AUTO Any "employee"of yours Is an "insured"while us- (3) if a repair or replacement results in better ing a covered "auto"you don't own, hire or borrow than like kind or quality, we will not pay forthe In your business or your personal affairs. amount of betterment, D. SUPPLEMENTARY PAYMENTS - INCREASED (4) A deductible equal to the Highest Physical LIMITS Damage deductible applicable to any owned 1. The following replaces Paragraph A.2.a.(2) of covered "auto". SECTION II-LIA131LITY COVERAGE: (5) This Coverage Extension does not apply to: (2) Up to $3,000 for cost of bail bonds (in- (a) Any "auto" that Is hired, rented or bor- ciuding bonds for related traffic law viola- rowed with a driver, or dons) required because of an "accident" (b) Any "auto" that Is hired, rented or bor- we cover. We do not have to furnish rowed from your"employee". these bonds. G. PHYSICAL DAMAGE - TRANSPORTATION 2. The following replaces Paragraph A.2.a.(4) of EXPENSES-INCREASED LIMIT SECTION 11-LIABILITY COVERAGE: (4) All reasonable expenses incurred by the The following replaces the First sentence In Para- graph AA.a., Transportation Expenses, of "Insured" a our request, including actual loss of earnings up to $500 a day be- SECTION 111 - PHYSICAL DAMAGE COVER- Cause of time off from work. AGE' E. TRAILERS-INCREASED LOAD CAPACITY We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense In- The following replaces Paragraph c.i. of SEC- curred by you because of the total theft of a cow TION I-COVERED AUTOS: ered "auto" of the private passenger type, 1. 'Trailers" with a load capacity of 3,000 H, AUDIO, VISUAL AND DATA ELECTRONIC Pounds or less designed primarily for travel EQUIPMENT-INCREASED LIMIT on public roads, Paragraph C.2.. Limit Of Insurance, of SEC- P. HIRED AUTO PHYSICAL DAMAGE TION III - PHYSICAL DAMAGE COVERAGE Is The following Is added to Paragraph A.4., Cover- deleted. age Extensions, of SECTION III - PHYSICAL 1. WAIVER OF DEDUCTIBLE-GLASS DAMAGE COVERAGE: The following Is added to Paragraph D., Deducti- Hired Auto Physical Damage Coverage ble, of SECTION III -- PHYSICAL DAMAGE If hired "autos" are covered "autos" for Llabllity COVERAGE: Coverage but not covered "autos" for Physical No deductible for a covered "auto" will apply to Damage Coverage, and this policy also provides glass damage if the glass is repaired rather than Physical! Damage Coverage for an owned "auto", replaced. then the Physical Damage Coverage Is extended J. PERSONAL EFFECTS to "autos" that you hire, rent or borrow subject to the following: The following is added to Paragraph A.4., Cover- age Extensions, of SECTION III -- PHYSICAL (i) The most we will pay for "loss" in any one DAMAGE COVERAGE: "accident" to a hired, rented or borrowed e personal Effects Covers"auto"is the lesser or, g (a) $50,000; We will pay up to $400 for "loss" to wearing ap- parel and other personal effects which are; (h) The actual cash value of the damaged or j stolen property as of the little of the (1) Owned by an "Insured"; and "loss"; or (2) In or on your covered "auto". (c) The cost of repairing or replacing the This coverage only applies In the event of a total damaged or stolen property with other theft of your covered "auto". property of like kind and quality. No deductibles apply to Personal Effects cover. (2) An adjustment for depreciation and physical age. condition will be made In determining actual cash value in the event of a total"loss". Page 2 of 3 02010 The Travelers Indemnity Company.All rights mamved. CA T4 20 07 10 Includes copyrighted material of Insurance SeMces Office,Inc,with Its permission. BA230OR78913CNS COMMERCIAL AUTO r K, AIRBAGS (2) Any: The following is added to Paragraph B,3„ Exclu- (a) Overdue lease or loan payments at the sions, of SECTION III — PHYSICAL DAMAGE time of the"loss"; COVERAGE: (b) Financial penalties imposed under a Exclusion 3.a. does not apply to "loss" to one or lease for excessive use, abnormal weer more alrbags in a covered "auto' you own that in- and tear or high mileage; flate due to a cause other than a cause of"loss" (c) security deposils not returned by the les- set forth in Paragraphs A.i.b. and A.i.c., but sor; only: a, if that "auto" is a covered "auto" for Compre- (d} Casts for extended warranties, Credit Life hensiva Coverage under this policy; Insurance, Health, Accident or Disability Insurance purchased with the loan or b. The airbags are not covered under any war- lease; and rarity; and (e) Cary-over balances from previous loans c. The airbags ware not intentionally Inflated: or[eases. We will pay up to a maximum of $1,000 for any M. BLANKET WAIVER OF SUBROGATION one"loss", The Fallowing replaces Paragraph A.S., Transfer L. AUTO LOAN LEASE GAP Of Rights OF Recovery Against Others To Us, The following is added to Paragraph AA., Cover- or SECTION IV — BUS]NEss AuTo CoNDI- age Extensions, of SECTION III — PHYSICAL TIONS: DAMAGE COVERAGE: 5. Transfer OF Rights Of Recovery Against Auto Loan Lease Gap Coverage for Private Others To Us Passenger Type Vehicles We waive any right of recovery we may have In the event or a total "loss"to a covered "auto" of against any person or organization to the ex- the private passenger typo Shawn in the schedule tent required of you by a written contract exa- ( ) or Declarations for which Physical Damage Cov- cutad prior to any 'accident" or "loss", pro- or p erege is provided,we will pay any unpaid amount vlded that the "accldenV or"loss"arises out of due on the lease or loan for such covered "auto" the operations contemplated by such con- - less the following: tract,The waiver applies only to the person or organization designated in such contract. d (1) The amount paid under the Physical Damage Coverage Spoiien of the policy for that"auto'; and I I u CA T4 20 07 10 @ 2010 The Tmvalum Indemnlly Company, All dghls raservrd, Page 3 of 3 Includes copyrlghted materiel or Insumme aurvlces Ofnce,Inc,tvlth Iic permission. oomot i "I his page has been left blank intentionally. II 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 ........................................................... 1-12 1-07 Legal Relations and Responsibilities to the Public.................. 1-15 1-08 Prosecution and Progress .................................................. 1-19 1-09 Measurement and Payment ............................................... 1-23 DIVISION 2 EARTHWORK.............................................................2-1 2-02 Removal of Structures and Obstructions................................2-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt .................................................................5-1 LOCATIONMAP................................................................................ A-1 PREVAILING WAGE RATES............................................................... A-2 i I ' i 2014 Asphalt Grinding/Casteel April 8, 2014 Project Number: 14-3001 I f KENT SPECIAL PROVISIONS The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 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 I 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: 2014 Asphalt Grinding/Casteel 1 - 1 April 8, 2014 Project Number: 14-3001 i 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 'i be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING; I 1-02.1 Qualification of Bidders I 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 i , 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, j determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). I 2014 Asphalt Grinding/Casteel 1 - 2 April 8, 2014 Project Number: 14-3001 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 l or in the Invitation to Bid. SECTION 1-02.S IS DELETED AND REPLACED WITH THE FOLLOWING: i 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.l<entwa.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 mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not 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 2014 Asphalt Grinding/Casteel 1 - 3 April 8, 2014 Project Number: 14-3001 � I 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- i AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: j 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation j to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. j 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. j 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. 2014 Asphalt Grind ing/Castee1 1 - 4 April 8, 2014 Project Number: 14-3001 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 "4S CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. I 1-03.2 Award of Contract i SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: I 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. j 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. i, 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. 2014 Asphalt Grinding/Casteel 1 - 5 April 8, 2014 Project Number: 14-3001 I 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 BY ADDING 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 7IN 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 2014 Asphalt Grinding/Casteel 1 - 6 April S, 2014 Project Number: 14-3001 I 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 'i 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 1-04.7 IS 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. j 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. It is the Contractor's sole responsibility to obtain a staging and storage area(s) for his equipment and project material if needed 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 2014 Asphalt Grind Ing/Casteel 1 - 7 April 8, 2014 Project Number: 14-3001 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 I 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 j and/or agreement with the property owner at a permitted site. Should the Contractor choose to use private property for storing his I 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. i 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 i DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within j 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 2014 Asphalt Grinding/Casteel 1 - 8 April 8, 2014 Project Number: 14-3001 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. j 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 BYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon 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 j 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 'I 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 2014 Asphalt Grinding/Ca steel 1 - 9 April 8, 2014 Project Number: 14-3001 use, the Engineer will, by written notice, notify the Contractor giving I 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 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. i 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 wo rk 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 1 complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street I lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the 2014 Asphalt Grinding/Casteel 1 - 10 April 8, 2014 Project Number: 14-3001 Contractor operate and test the work fora period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, ! meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 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 j 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 j 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. ilr=- 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 i 2014 Asphalt Grinding/Casteel 1 - 11 April 8, 2014 Project Number: 14-3001 attempted performance of any other City contract or contracts existing j or known to be pending at the time of bid. Details of known projects are as follows: 2014 Thermoplastic Markings Project consists of replacing thermoplastic markings at various locations throughout the City. Some markings may be replaced on streets identified for asphalt grinding. 2014 Crack Sealing Project consists of installing rubberized asphalt for crack sealing roadways at various locations throughout the City. Some crack sealing may be installed on streets identified for asphalt grinding. Said work will require temporary lane closures and staging of construction equipment. SECTION 1-05IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-OS.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-OS.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 BYADDING 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: 2014 Asphalt Grinding/Ca steel 1 - 12 April 8, 2014 Project Number: 14-3001 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 (IA, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. S. 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 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 j 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. 2014 Asphalt Grinding/Ca steel 1 - 13 April 8, 2014 Project Number: 14-3001 i 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. 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 j 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 2014 Asphalt Grind ing/Castee1 1 - 14 April 8, 2014 Project Number: 14-3001 i 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 I SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 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 'i 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. i 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 j 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 2014 Asphalt Grinding/Casteel 1 - 15 April 8, 2014 Project Number: 14-3001 I 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 I 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 j 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 I are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; 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 lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City 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. L 1-07.2(4) Services j 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). 2014 Asphalt Grinding/Casteel 1 - 16 April 8, 2014 Project Number: 14-3001 SECTION 1-07.6 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.6 Permits and Licenses i 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. SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION 1-07.13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by 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 BYADDING 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 j facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the 2014 Asphalt Grinding/Casteel 1 - 17 April 8, 2014 Project Number: 14-3001 i Contractor shall give individual notice to that utility within the same j time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings I 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. 1-07.17(4) Payment All costs to comply p y 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. 'i 1-07.17(5) Notification of Excavation I 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) 2014 Asphalt Grinding/Casteel 1 - 18 April 8, 2014 Project Number: 14-3001 Puget Sound Enerov 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. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements and permits 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 BYADDING 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 2014 Asphalt Grinding/Casteel 1 - 19 April 8, 2014 Project Number: 14-3001 and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the I preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. j 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. i SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: j I 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site li within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. C 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. I 2014 Asphalt Grinding/Casteel 1 - 20 April 8, 2014 Project Number: 14-3001 i 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 4 hour period between 8:30 a.m. and 1:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week. The normal straight time 4-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. The Contractor shall notify the Engineer at least 48 hours in advance 'I (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than a 4-hour period between 8:30 a.m. and 1:00 p.m. is required. 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. j 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. j I 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 2014 Asphalt Grinding/Casteel 1 - 21 April 8, 2014 Project Number: 14-3001 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 an time and order-of-work requirements in the contract. Y 9 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 li 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 I The Contractor shall coordinate the grinding schedule with City crews as directed by the Engineer. The Engineer will give at least 48 hours advanced notice to the Contractor of the schedule and planing location. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND 1 REPLACING THEM WITH THE FOLLOWING: I 1-08.8 Extensions of Time The Contractor shall perform work on limited segments of the roadway during each working day, as directed by the Engineer, to allow coordination of the Contractor's work with other related work being performed by City crews or other City Contractors. The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The 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. !I � I 2014 Asphalt Grind ing/Castee1 1 - 22 April 8, 2014 Project Number: 14-3001 i I 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. 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 BYREPLA CING 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 1-09.5IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.5 Deleted of Terminated Work i 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 ,l the right to delete schedules, or portions of work therein, 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. i 2014 Asphalt Grinding/Casteel 1 - 23 April 8, 2014 Project Number: 14-3001 Deletions of any particular schedule, or portions therein (in part or whole) may be based on the following location list: Street From To S. 2081h St. 108th Ave. SE 600 LF east S. 212th St. 55th PI. S. Russell Rd. 761h Ave. S. S. 212th St. 21800 block S. 2281h St. Lakeside Blvd. E. 681h Ave. S. 6th Ave. S. S. 228th St. South 150' James St. I" Ave. N. 3'd Ave. N. W. James St. Washington Ave. 641h Ave. S. S. 2601h St. Pacific Highway S. East 400 LF SE 2601h St. 300 west of 104th Ave. SE 300 east of 104th Ave. SE SECTION 1-09.7 IS DELETED AND REPLACED WITH THE FOLLOWING: I 1-09.7 Mobilization Mobilization shall also include moving any and all personnel, materials and equipment from one site to another as specified in the Contract documents. Contractors amount bid in each schedule for mobilization shall not exceed fifteen (15) percent of the total amount bid for the schedule. 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 1 Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. I 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 j laws of the State of Washington. The venue of any claims or causes of 2014 Asphalt Grinding/Casteel 1 - 24 April 8, 2014 Project Number: 14-3001 i I 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. i 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. 'i 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. I i 2014 Asphalt Grinding/Casteel 1 - 25 April 8, 2014 Project Number: 14-3001 i DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. I f II, 1 1 i I; it ry 2014 Asphalt Grinding/Casteel Z - 1 April 8, 2014 Project Number: 14-3001 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS Il I, NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04.3(14) IS REVISED BY DELETING THE THIRD PARAGRAPH AND j REPLACING WITH THE FOLLOWING: r 5-04.3(14) Planing Bituminous Pavement The planed material shall become the property of the City. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per half day for "Planing Bituminous Pavement' constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane the asphalt concrete pavement as specified on the plans or as directed by the Engineer. The time associated with moving the equipment will not be included in the half day time for planing bituminous pavement. Payment shall be made upon actual half days of work time, regardless of the full planing capacity of the equipment used. It is anticipated that a 48-inch planing wheel will be used to remove rutted areas. City crews will replace the removed asphalt following the planing. No payment will be made for work beyond the half day unless authorized in writing by the Engineer. Throughout the project, each working day may include a single half-day shift, two half-day shifts (morning and afternoon), or no half-day shifts. A half day is defined as four hours of asphalt planing, not including equipment setup, transport, fueling, filling with water, or maintenance I P 9, 9 , time or other similar activities. If the City directs the Contractor to begin a half-day shift, the City will compensate the Contractor for a complete half-day shift even if the City stops the shift in fewer than four hours. ail j 2014 Asphalt Grinding/Casteel 5 - 1 Aprll 8, 2014 Project Number: 14-3001 i The City will notify the Contractor at least 48 hours in advance of the anticipated schedule. The City will provide traffic control, trucks for hauling planed material and sweeping. The Contractor will provide a planing machine capable of planing 2,000 square yards in a 4-hour period, operators and spotters as needed to operate the planer. I i I i I � i I i, ' i i 2014 Asphalt Grinding/Casteel 5 - 2 April 8, 2014 j I Project Number: 14-3001 i i i LOCATION MAP I i I I� i 2014 Asphalt Grind ing/Casteel A - 1 April 8, 2014 Project Number: 14-3001 s Y N m p I �JJr• I R I r� N U-4 W I _ rj� '� �I-��'P-1= ,I iyL ' � ( °t I� —1.---w �Ar' r�r�3`.,�Ij)I � :� '.r y J�1�' I IILL �,�,�� AV, �� �t I yt�� _• �(.x `��g��J C -,� � � �=_I °.f 1r31 L �V �` �� � it J" � �: �• � lQAV 0 _ I ! J' t �t� �I�(-tu y V BO a (L r Ili ir- t i snv —� J G fLI Fs a vs wl . . .. . �, l;_' � •' C ,. `�f ` 1, � � �° 1�-� y.�' � _ it � S,t✓�`—� LL8 dalleA B! - I d I� �l,] ii�I� .�,'� � - ,_ � I NI WOM �I s y q N IEblL rv. — +LMH 9 _. IN AMR afle/1 M III ti I L B , r G o. S fi N 7I 1, GJ _I 1 -+ 9G 1 � PREVAILING WAGE RATE i i i i I i I� I �i 2014 Asphalt Grinding/Casteel A - 2 April 8, 2014 i Project Number: 14-3001 r uyc .� vi a.i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 i 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. I Journey Level Prevailing Wage Rates for the Effective Date: 4/8/2014 i County Trade Job Classification Wage lHoliday Overtimel Note; jKing Asbestos Abatement Workers Journey Level $41.69 5D 1H King Boilermakers Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $43.26 5A 1M King Brick Mason Journey Level $50.12 5A 1M King Brick Mason Pointer-Caulker-Cleaner $50.12 5A 1M li King Building Service Employees Janitor $20.59 55 2F i King Building Service Employees Traveling Waxer/Shampooer $21.00 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.29 5S 2F King Building Service Employees Window Cleaner (Scaffold) $25.15 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $50.82 5D 1M King Carpenters Bridge, Dock And Wharf $50.82 5D 1M Carpenters King Carpenters Carpenter $50.82 5D 1M King Carpenters Carpenters on Stationary Tools $50.95 5D 1M King Carpenters Creosoted Material $50.92 5D 1M King Carpenters Floor Finisher $50.82 5D 1M iKing Carpenters Floor Layer $50.82 SD 1M King Carpenters Scaffold Erector $50.82 5D 1M j King Cement Masons Journey Level $51.18 7A 1M King Divers Et Tenders Diver $105.37 5D iM 8A King Divers Et Tenders Diver On Standby $59.50 5D iM King Divers Et Tenders Diver Tender $54.82 5D iM King Divers & Tenders Surface Rcv Et Rov Operator $54.82 5D iM King Divers Et Tenders Surface Rcv Et Rov Operator $51.07 5A 1 B Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F r oyc � vi si King Dredge Workers Boatmen $52.301 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King Drywall Applicator Journey Level $50.82 5D 1 H King Drywall Tapers Journey Level $50.87 5P 1E King Electrical Fixture Maintenance Journey Level $25.84 5L 1E Workers King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) $70.52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W Icing Electricians - Inside Certified Welder (tunnel) $68.10 7C 2W King Electricians - Inside Construction Stock Person $35.69 7C 2W King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65,69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $68.33 5A 4A Construction King Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86,77 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flaggers Journey Level $35.34 7A 31 King Glaziers Journey Level $53.76 7L 1Y King Heat & Frostlnsulators And Journeyman $58.93 5J 15 Asbestos Workers King Heating Equipment Mechanics Journey Level $69.37 7F 1E King Hod Carriers tt Mason Tenders Journey Level $42.99 7A 31 King 11ndustrial Power Vacuum Journey Level j $9.32 1 r ayc J VI 1/ II i I Cleaner King Inland Boatmen Boat Operator $54.57 5B 1K King Inland Boatmen Cook $50.95 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 5B 1K 1 King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11.48 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems BV Remote Control King Insulation Applicators Journey Level $50.82 5D 1M King Ironworkers Journeyman $59.77 7N 10 King Laborers Air, Gas Or Electric Vibrating $41.69 7A 31 Screed King Laborers Airtrac Drill Operator $42.99 7A 31 King Laborers Ballast Regular Machine $41.69 7A 31 i King Laborers Batch Weighman $35.34 7A 31 King Laborers Brick Pavers $41.69 7A 31 King Laborers Brush Cutter $41.69 7A 31 King Laborers Brush Hog Feeder $41,69 7A 31 King Laborers Burner $41.69 7A 31 King Laborers Caisson Worker $42.99 7A 31 King Laborers Carpenter Tender $41.69 7A 31 King Laborers Caulker $41.69 7A 31 King Laborers Cement Dumper-paving $42.46 7A 31 King Laborers Cement Finisher Tender $41.69 7A 31 King Laborers Change House Or Dry Shack $41.69 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $41.69 7A 31 King Laborers Chipping Gun(30 Lbs. And $42.46 7A 31 Over) King Laborers Choker Setter $41.69 7A 31 King Laborers Chuck Tender $41.69 7A 31 King Laborers Clary Power Spreader $42.46 7A 31 �King Laborers Clean-up Laborer $41.69 7A 31 King Laborers Concrete Dumper/chute $42.46 7A 31 i r uyc -r vi ii Operator King Laborers Concrete Form Stripper $41.69 7A 31 King Laborers Concrete Placement Crew $42.46 7A 31 King Laborers Concrete Saw Operator/core $42.46 7A 31 Driller King Laborers Crusher Feeder $35.34 7A 31 King Laborers Curing Laborer $41.69 7A 31 King Laborers Demolition: Wrecking Et Moving $41.69 7A 31 (incl. Charred Material) King Laborers Ditch Digger $41.69 7A 31 King Laborers Diver $42.99 7A 31 King Laborers Drill Operator $42.46 7A 31 (hydrau tic,diamond) King Laborers Dry Stack Walls $41.69 7A 31 King Laborers Dump Person $41.69 7A 31 King Laborers Epoxy Technician $41.69 7A 31 King Laborers Erosion Control Worker $41.69 7A 31 King Laborers Fatter Ft Bucker Chain Saw $42.46 7A 31 King Laborers Fine Graders $41.69 7A 31 King Laborers Firewatch $35.34 7A 31 I King Laborers Form Setter $41.69 7A 31 King Laborers Gabian Basket Builders $41.69 7A 31 King Laborers General Laborer $41.69 7A 31 King Laborers Grade Checker Et Transit $42.99 7A 31 Person King Laborers Grinders $41.69 7A 31 King Laborers Grout Machine Tender $41.69 7A 31 King Laborers Groutmen (pressure)including $42.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $41.69 7A 31 King Laborers Hazardous Waste Worker (level $42.99 7A 31 A) King Laborers Hazardous Waste Worker (level $42.46 7A 31 B) King Laborers Hazardous Waste Worker (level $41.69 7A 31 C) King Laborers High Scaler $42.99 7A 31 King Laborers Jackhammer $42.46 7A 31 King Laborers Laserbeam Operator $42.46 7A 31 King Laborers Maintenance Person $41.69 7A 31 King Laborers Manhole Builder-mudman $42.461 7A 31 King Laborers Material Yard Person $41.69 7A 3I King Laborers Motorman-dinky Locomotive $42.46 7A 31 King Laborers Nozzleman (concrete Pump, $42.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et i 1 Rock, Sandblast, Gunite, Shotcrete, Water Bta King Laborers Pavement Breaker $42.46 7A 31 King Laborers Pilot Car $35.34 7A 31 King Laborers Pipe Layer Lead $42.99 7A 31 King Laborers Pipe Layer/tailor $42.46 7A 31 King Laborers Pipe Pot Tender $42.46 7A 31 King Laborers Pipe Refiner $42.46 7A 31 King Laborers Pipe Wrapper $42.46 7A 31 King Laborers Pot Tender $41.69 7A 31 King Laborers Powderman $42.99 7A 31 King Laborers Powderman's Helper $41.69 7A 31 King Laborers Power Jacks $42.46 7A 31 King Laborers Railroad Spike Puller - Power $42.46 7A 31 King Laborers Raker - Asphalt $42.99 7A 31 King Laborers Re-timberman $42.99 7A 31 King Laborers Remote Equipment Operator $42.46 7A 31 " King Laborers Rigger/signal Person $42.46 7A 31 King Laborers Rip Rap Person $41.69 7A 31 j King Laborers Rivet Buster $42.46 7A 31 King Laborers Rodder $42.46 7A 31 King Laborers Scaffold Erector $41.69 7A 31 King Laborers Scale Person $41.69 7A 31 King Laborers Sloper (over 20") $42.46 7A 31 V King Laborers SloperSprayer $41.69 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 i, King Laborers Stock Piler $41.69 7A 31 King Laborers Tamper Et Similar Electric, Air $42.46 7A 31 i Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $42.46 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $42.46 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $41.69 7A 31 King Laborers Topper $41.69 7A 31 King Laborers Track Laborer $41.69 7A 31 King Laborers Track Liner (power) $42.46 7A 31 King Laborers Traffic Control Laborer $37.79 7A 31 8R King Laborers Traffic Control Supervisor $37.79 7A 31 8R King Laborers Truck Spotter $41.69 7A 31 King Laborers Tugger Operator $42.46 7A 31 King Laborers Tunnel Work-Compressed Air $60.06 7A 31 84 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 7A 31 a r c�yc v to bi ', Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $76.59 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $81.69 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 31 84 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $85.59 7A 31 B_Q Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 31 BR Tender King Laborers Tunnel Work-Miner $43.09 7A 31 84 King Laborers Vibrator $42.46 7A 31 King Laborers Vinyl Seamer $41.691 7A 31 King Laborers Watchman $32.12 7A 31 King Laborers Welder $42.46 7A 31 King Laborers Well Point Laborer $42.46 7A 31 King Laborers Window Washer/cleaner $32.12 7A 31 King Laborers - Underground Sewer General Laborer 8 Topman $41.69 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $42.46 7A 31 & 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 King Lathers Journey Level $50.82 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In ShopA Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $51.92 5D 1M King ocular Buildings Cabinet Assembly $11,56 1 i 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 $9.401 1 I King Modular Buildings Tool Maintenance $11.561 1 (King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $51.07 5D 1M i King Plasterers Journey Level $49.29 7G 1R King Playground @ Park Equipment Journey Level $9.32 1 Installers King Plumbers & Pipefitters Journey Level $73.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $53.49 7A 3C 8P , King Power Equipment Operators Assistant Engineer $50.22 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $53.00 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $53.00 7A 3C 8P Concrete King Power Equipment Operators Bobcat $50.22 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $50.22 7A 3C 8P Equipment King Power Equipment Operators Brooms $50.22 7A 3C 8P King Power Equipment Operators Bump Cutter $53.00 7A 3C 8P King Power Equipment Operators Cableways $53.49 7A 3C 8P King Power Equipment Operators Chipper $53.00 7A 3C 8P King Power Equipment Operators Compressor $50.22 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $53.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $50.22 7A 3C BP Screed i King Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $52.58 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: 45 Tons Through 99 $53.49 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $50.22 7A 3C 8P jll Under r ayc v vi .ti King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 2P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C SP Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $52.58 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $53.00 7A 3C 8P j King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8P (power) King Power Euipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators Dozers D-9 8: Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C BP Or Crane Mount King Power Equipment Operators Drilling Machine $53.00 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $50.22 7A 3C 8P Permanent And Shaft Type King Power Egmont Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco i3 Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $52.58 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Attachments King Power Equipment Operators Grade Engineer: Using Blue $53.00 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $50.22 7A 3C 8P King Power Equipment Operators Guardrail Punch $53.00 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $53.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $52.58 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P I 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under i King Power Equipment iipment Operators Loader, Overhead 8 Yards. Ft $54.04 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $53.00 7A 3C 8P Yards � UIJC J VI 1/ I King Power Equioment Operators Loaders, Plant Feed $53.00 7A 3C I 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P King Power Equipment Operators Locomotives, Alt $53.00 7A 3C 8P King Power Equipment Operators Material Transfer Device $53.00 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $54.04 7A 3C 8P $0.50 Per Hour Over Mechanic) I King Power Equipment Operators Motor Patrol Grader - Non- $52.58 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, Finishing $53.49 7A 3C 8P j King Power Equipment Operators Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $50.22 7A 3C 813 Distribution Et Mulch Seeding Operator King Power Equipment 0 erp ators Outside Hoists (elevators And $52.58 7A 3C SP Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $53.00 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $54.04 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $53.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $50.22 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $53.00 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P !King Power Equipment Operators Porthole Digger, Mechanical $50.22 7A 3C 8P King Power Equipment Operators Power Plant $50.22 7A 3C 8P i King Power Equipment Operators Pumps - Water $50.22 7A 3C 813 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P 'King Power Equipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P ! 100 Feet In Height Based To Boom I 'King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment I King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P King Power Equipment Operators Rollagon $53.491 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $50.22 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P j Materials I King Power Equipment Operators Roto-mill, Roto-grinder $53.00 7A 3C 8P King Power Equipment Operators Saws - Concrete $52.58 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $53.00 7A 3C 813 45 Yards King Power Equipment Operators Scrapers - Concrete 8: Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P ; r oyc iv v si i Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $50.22 7A 3C 8P King Power Equipment 0 erators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Ernipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 j Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric To King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Over 90 Metric Tons King Power Equi ip Went Operators Slipform Pavers $53.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $53.49 7A 3C 8P Screedman King Power Equipment Operatos Subgrader Trimmer $53.00 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom King VP_ ipment Operatos Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Equipment Operators Transporters, All Track Or $53.49 7A 3C 8P Truck Type King ipment Operators Trenching Machines $52,58 7A 3C 8P King ipment Operators Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $52.58 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $53.00 7A 3C I 8P King Power Equipment Operators Welder $53.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $53.00 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer 8: Water King Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer & Water Kin Power Equipment Operators- Barrier Machine g (zipper) $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $53.00 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underground Sewer Et Water King Power Eguiprent Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer Et Water i rayc ii vl ii I, King Power Equipment Operators- Bump Cutter $53.00 7A 3C 81 I Underground Sewer & Water King Power Equipment Operators- Cableways $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Chipper $53.00 7A 3C 8P Underground Sewer Et Water ' King Power Equipment Operators- Compressor $50.22 7A 3C 8P ' Underground Sewer It Water King Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C 8P Underground Sewer Et Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure, King Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P Underaround Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $53.00 7A 3C 8P Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 813 Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $53.49 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 $50.22 7A 3C 8P Underaround Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underaround Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 813 Underground Sewer Et Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer Et Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $53.00 7A 3C 8P Underground Sewer Et Water (power) I King Power Equipment Operators- Derricks, On Building Work $53.49 7A 3C 8P A 1f 1/ l 4 A r uyc .ic �i ii Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 & Under $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P Underground Sewer It Water Or Crane Mount King Power Equipment Operators- Drilling Machine $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Elevator And Man-lift: $50.22 7A 3C SP Underground Sewer & Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $53.00 7A 3C 8P Underground Sewer Ft Water Gamaco & Similar Equipment King Power Egui mp ent Operators- Forklift: 3000 Lbs And Over $52.58 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators_ Forklifts: Under 3000 Lbs. With $50.22 7A 3C 8P Underground Sewer & Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer &Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $50.22 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $53.00 7A 3C 8P Underground Sewer Et Water i King Power Equ�ment Operators- Hard Tail End Dump $53.49 7A 3C 8P Underground Sewer &Water Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump $53.00 7A 3C 8P Underground Sewer & Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator King Power Equipment Operators- Horizontal/directional Drill $53.00 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators, Hydralifts/boom Trucks Over $52.58 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Underground Sewer & Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $54.04 7A 3C SP Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $53.49 7A 3C 8P Underground Sewer & Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $53.00 7A 3C 8P Underground Sewer & Water Yards King Power Equipment Operators- Loaders, Plant Feed $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators Locomotives, Alt $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Material Transfer Device $53.00 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P r PIJ.0 1J VI 1/ ! Underground Sewer a Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer a Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $53.49 7A 3C 8P Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $50.22 7A 3C 8P '! Underground Sewer a Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C BP Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer a Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $53.00 7A 3C 8P j Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $50.22 7A 3C 8P Underground Sewer a Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $53.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer a Water j King Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P ' I I Underground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $53,00 7A 3C 8P Underground Sewer a Water 45 Yards King Power Equipment Operators- Scrapers - Concrete a Carry All $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer a Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Shotcrete/gunite Equipment $50.22 7A 3C SP I Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer a Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Underground Sewer a Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Underground Sewer a Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Underground Sewer a Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Spreader, Topsider a $53.49 7A 3C 8P Underground Sewer a Water Screedman King Power Equipment Operators- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer 6- Water King Power Equipment Operators- Tower Bucket Elevators $52.58 7A 3C 8P Underoround Sewer a Water King Power Equipment Operators- Tower Crane Over 175'in $54.61 7A 3C 8P Underground Sewer a Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P Underground Sewer & Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $53.49 7A 3C 8P Underground Sewer a Water Truck Type King Power Equipment Operators- Trenching Machines $52.58 7A 3C 8P Underground Sewer a Water King Power Equipment Operators_ Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $52.58 7A 3C 8P Underground Sewer a Water 100 Tons King Power Equipment Operators- Truck Mount Portabte Conveyor $53,00 7A 3C 8P Underground Sewer a Water Kin Power E uiment Operators- Welder g d_� $53.49 7A 3C 8P Underground Sewer a Water King Power Equipment 0perators- Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P i r ayc i.� V ii I Under round Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers j King Power Line Clearance Tree Spray Person $42.58 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.08 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A I Trimmers King Refrigeration Et Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $50.121 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywall Tapers Journey Level $50.87 5P 1 E King Residential Electricians Journey Level $30.44 1 j King Residential Glaziers Journey Level $36.20 71- 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $41.84 7F 1 R Workers King Residential Soft Floor Layers Journey Level $42.15 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $50.12 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $44.71 5A 3H - - I King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1E King Shipbuilding, Et Ship Repair Boilermaker $40.12 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shipbuilding Et Ship Repair Electrician $37.80 70 3B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $58.93 5J 1s I King Shipbuilding It Ship Repair Laborer $36.781 70 3B King Shipbuilding & Ship Repair Machinist $37.81 70 3B King Shipbuilding Ft Ship Repair Operator $40.15 70 3B King Shipbuilding a Ship Repair Painter $37.79 70 3B King Shipbuilding lz Ship Repair Pipefitter $37.77 70 3B King Shipbuilding It Ship Repair Rigger $37.74 70 3B King Shipbuilding Et Ship Repair Sandblaster $36.78 70 3B King Shipbuilding Ft Ship Rehr Sheet Metal $37.74 70 3B King Shipbuilding £t Ship Repair Shipfitter $37.74 70 3B King Shipbuilding Et Shp Repair Trucker $37.59 70 3B King ShipbuMing_Ft Ship Re air Warehouse $37.64 70 3B I King Shipbuilding Et Ship Repair Welder/Burner $37.74 70 3B King Sign Makers & Installers Sign Installer $22.92 1 (Electrlca( King Sign Makers & Installers Sign Maker $21.36 1 Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters Firc Journey Level $69.59 5C 1X Protection King Stage Ridging Mechanics (Non Journey Level $13.23 1 Structural King Stone Masons Journey Level $50.12 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers � King Surveyors Assistant Construction Site $52.58 7A 3C 8P Surveyor King Surveyors Chainman $52.06 7A 3C 8P King Surveyors Construction Site Surveyor $53.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.01 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.05 5A 26 Outside King Telephone Line Construction - Installer (Repairer) $34.50 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer11 $35.27 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $36.01 5A 2B Outside (Heavy) King ITetephone Line Construction Telephone Equipment Operatorl $33.47 5A 2B r uyc a.i v ii I I Outside (Light) King Telephone Line Construction - Telephone Lineperson $33.47 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.04 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $25.27 5A 2B Outside King Telephone Line Construction - Television System Technician $30.20 5A 2B Outside King Telephone Line Construction - Television Technician $27.09 5A 2B Outside King Telephone Line Construction - Tree Trimmer $33.47 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $37.79 5A 1 B Finishers King Traffic Control Stripers Journey Level $42.33 7A I King Truck Drivers Asphalt Mix Over 16 Yards (W. $48.87 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $48.03 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) 1 I King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers fx Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers ft Irrigation Pump Well Driller $18.00 1 Installers I i i I Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. I 1. ALL HOURS WORDED 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. i i B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked un Sundays and holidays shall be paid at double the hourly rate of wage. i C. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-tell(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the fast ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hour's worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i 11, All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage, J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) horns 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. I M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. i 1 r i I Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 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 he paid at doable the hourly rate 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 worked on holidays shall be paid at double the hourly rate of wage. i Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half limes the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight (8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Da and Christmas day) shall be aid at one and Y Y ( p g g Y ' Y) P one-half limes the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. li W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. I 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 I Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 2 ALL HOURS WORDED IN EXCESS OF EIGHT(8)IIOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All homy worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the howdy rate of wage. All]rours 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 doable the hourly rate of wage. I 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. 1I. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hom;s 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 hoes worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF FIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per day, or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week, Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the sh aight time rate of pay. Any shift starting between the hours of 6:00 pin and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half tines the hourly rate of wage.All hours worked over twelve(12)hours Monday through Saturday, and all hoes worked on Sundays and holidays shall be paid at double the hourly rate of wage. 3 Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 3. C. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 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 I at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half titres the hourly rate of wage including holiday pay. II. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2)tines the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 1. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL f BE PAID AT ONE AND ONE-HALF TIMES TIIE FIOURLY RATE OF WAGE. I 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, Friday after Thanksgiving Day,and Christmas Day(7). B. Folidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after i 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, t the Friday after Thanksgiving Day,And Christmas Day(8). D. Iolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). I 4 i Benefit Code I(ey—Effective 3-5-2014 thru 8-30-2014 5. 1I. Holidays:New Year's Day,Memorial Day,Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, j And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) J. Holidays: New Years 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, I Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). ! L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). i S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). i T. Paid Holidays: Now 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 Years Day, Memorial Day, independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). I Holiday 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). 5 I i Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 6. I. Paid Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 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), i Z. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. if a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holidav 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. i B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and i Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Marlin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8), Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Iolidays: 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. i 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. j F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. i 6 I ' I I Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 7. 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. I. Holidays: New Year's Day, Independence Day,Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after i Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day,And Christmas Day (7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. 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 Ater Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1 P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. i 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 j 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,hndependence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day, Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 7 I I Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 1 , 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 Fool Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150' 1'o 220'-54.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet i 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'-$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 I D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. i L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75,Level B: $0,50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: S 1.00, Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0,50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00,And Class D Suit$0.50. li Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. J R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance i and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on J or after August 31,2012. i 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'fraffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington;Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. 8 i §w 3 r � �i f h �i §: A�'a v �ra<--�. ,. 4�N s d� < <". ..w K ..: � c kj+ � � ,I Hi ({ �°' #. I1� �� a 4 �� +: ) � x I ,,� ti fi H � 3 ✓y �M� f t Y _ ,� Aa Pt', � fy. i vS5v'�i �5 d F,�" �.. att f 4�� �• �(« 4;�q Yyyd � y �[�.n A _�; � t °� {„ � t�� ?�; ,� �r�a` � �a '; ���� ,, a ��'' l M Ft�, i:�,,. f 9�( } xN° ���. k� `� tt � A� � t '=3 $� A{4 4{ p � .. j5:4N d F r� �� «as, � p t k i � 5 �: ry w a� �i Y, � � _ e j �fi 7k`, �'� � sT�F.q �: �. i'Sw n m�h bra 45k1 �b".�. ..vy' �'. �e., ` �a""{�g aa'.'� � � # g' S �� "� iY; b Y.� " �;,. � { � � �,iY r y. � r N � f, �, t, w v �, �: - " � �f,-. � k � � ..�, a" � �' KENT Wns HINOiOry Agenda Item: Bids - 9A TO: City Council DATE: May 6, 2014 SUBJECT: 2014 Asphalt Grinding Project - Award MOTION: Move to award the 2014 Asphalt Grinding project to Puget Paving & Construction, Inc. in the amount of $46,500.00 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 project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 feet on various roadways throughout the city of Kent. The City's Street Department will be paving many segments of roadways this summer. Prior to performing these overlays the failing portions of the asphalt must be ground out. The city does not own a grinding machine. This contractor will provide the grinding work needed to allow the city crews to complete the overlay work. EXHIBITS: Memorandum, dated 4/30/2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of Business & Occupation Funds. REQUEST" FOR MAYOR'S SIGNATURE ® Please Fill in All Applicable Boxes rx d �fewed by Director Ori inator's Name: Bill Thomas ` Dept/Div. Pw'Operations Extension: 5672 Date Sent: � { Date Required: l Return to: Nancy Yoshitake TRACT TERMINA ION DATE: 9/27/14 VENDOR: Puget;Paving & Construction DATE Of COUNCIL APPROVAL: 5/6/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with Puget Paving & Construction for the 2014 Asphalt Grinding Project. The project consists of planing approximately 10-foot wide sections of pavement for approximately 83,000 linear feet on various roadways throughout the City. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Law Department I (This area to be completed by the Law Department).: Received: ' 4 { { Approval of Law Dept.: Law Dept, Comments: iy'.t R,/1 vatpt j'-ect` sg as e Date Forwarded to Mayor: tri , P Shaded Areas To Be Completed By Administration Staff Received: REIL PVC Recommendations and Comments: Disposition: gf�'J .�,3[�`l`k�s-ia Date Returned: G t f � ry� CITY Of ANT