Loading...
HomeMy WebLinkAboutPW14-139 - Original - Apply-A-Line, Inc. - 2014 Thermoplastic Markings - 06/03/2014 Records apage r .. n "', KENT � Was.I T. 'L� J .Document...• 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: Apply-A-Line, Inc. Vendor Number: ID Edwards Number Contract Number: ft 14 am 1 This is assigned by City Clerk's Office Project Name: 2014 Thermoplastic Markings Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment M Contract ❑ Other: Contract Effective Date: Date of the Mayor's Signature Termination Date: 60 Working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Casteel Department: Engineering Detail: (i.e. address, location, parcel number, tax id, etc.): The roject consists of installing 3,930 linear feet of plastic stop lines, 14,900 square feet of plastic crosswalk lines, 16 each of plastic carpool lane symbols, 22 each of plastic railroad crossing symbols, and 141 each of plastic arrow_symbols. S:Publlc\RecordsManagement\Forms\ContractCover\adce7832 1 11108 CITY OF KENT KING COUNTY, WASHINGTON NT SPECIAL PROVISIONS FOR 2014 Thermoplastic Markings Project j Number: 14-3001 BIDS ACCEPTED UNTIL May 6, 2014 11:0 BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40e KENT W A S HI NGTON PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent, WA 98032 • T Fax; 253-856-6500 KEN PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2014 Thermoplastic Markings Project Number: 14-3001 ADDENDUM No. 1 May 6, 2014 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BID OPENING The bid opening has been rescheduled to Tuesday, May 13, 2014 at 11:00 AM. The City Clerk's office will receive sealed bids through 11:00 AM. END OF ADDENDUM No. 1 Fs(--Chad Bieren, P.E. Date City Engineer 0 C N Y 3 0 MAYOR SUZETTE COOKE PUBLIC WORKS DEPARTMENT i Timothy J. LaPorte, P.E. � Public Works Director '.., 400 West Gowe Kent, WA 98032 •NT Fax: 253-856-6500 KE o„ PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2014 Thermoplastic Markings j Project Number: 14-3001 ADDENDUM No. 2 May 9, 2014 j FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE SHOWN IN BOLD, ITALICS AND/OR STRIKETHROUGH I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages 6 and 7 of the Bidder's Document, Bidders must use the replacement page. SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1005 8-22.5 '� Plastic Stop Line $ $ WSDOT 6,800 Per LF LN FT I 1010 8-22.5 14,900 Plastic Crosswalk Line $ $ WSDOT 28,800 Per SF SQ FT 0 m 3 1015 8-22.5 44-1 Plastic Traffic Arrow $ $ C WSDOT 240 Per EA EACH 3 i ® MAYOR SUZETTE COOKE I i I SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1020 8-22.5 84 Plastic Traffic Letter $ $ WSDOT 110 Per EA EACH 1025 8-22.5 3-6 Plastic High Occupancy $ $ WSDOT 23 Vehicle (HOV) Lane Symbol Per EA EACH i 1027 8-22.5 2 Bicycle Lane Symbol $ $ WSDOT 6 Per EA EACH i 1030 8-22.5 22 Plastic Railroad Crossing $ $ WSDOT 36 Symbol Per EA EACH i 1035 1-10.5 320 Traffic Control Labor $ $ KSP 1,000 Per HR HOURS 1040 1-10.5 445 Traffic Control Supervisor $ $ KSP 250 Per HR HOURS 1050 1-10.5 23 Portable Changeable Message $ $ KSP 45 Sign (PCMS) Per DAY DAYS j i 1055 1-10.5 21- Sequential Arrow Sign (SAS) $ $ KSP 45 Per DAY DAYS i I I II - KENT SPECIAL PROVISIONS i Page 1-26 - Section 1-09.5 - Deleted or Terminated Work REPLACE the Schedule I table with the following: I SCHEDULE Location Cross-Street/ Crosswalk Side Legend Legend Railroad (Y/N) (Y/N) 72nd Ave S S/O 180th St N Both y Ning/Stop 72nd Ave S 188th St N Both y Xing/Stop 72nd Ave S 190th St N Both y Xing/Stop 76th Ave S N/O S 228th St N Both y Xing/Stop !I 80th PIS 84th Ave S y East y Arrow 84th Ave S Spur Line Y Both Y Xing/Stop SE 187th St E.V.H. y East N !,! SE 190th St W.V.H. y East& West y Xing/Arrow SE 196th St 62nd Ave S y All N SE 196th St 66th Ave S y North N SE 196th St 72nd Ave S y North& West y Only,Arrow SE 196th St Both Ave S V North, East, & N West SE 196th St 81st Ave S y South N SE 196th 5t 84th Ave S y All y Arrow SE 196th St/Russell S 58th PI y All y Arrow Rd 208th St 84th Ave S y All y Arrow S 208th St 96th Ave S Y N, E&W N S 212th St S9th Ave S Y North,West,& N East SE 212th St 66th Ave S Y All N SE 212th St 68th Ave S Y All Y Bus Stop,Arrow,and Carpool Diamond SE 212th St 72nd Ave S Y All Y Arrow and Carpool Diamond SE 212th St UPRR N Both Y Xing/Stop SE 212th St Interurban Y Mid Block N SE 212th St 76th Ave S Y South & East Y ONLY and Arrow SE 212th St 77` Ave S Y North,West, & Y Arrow and Carpool Diamond East SE 212th St BNSFRR N Both Y Xing/Stop SE 212th St 84th Ave S Y All Y Arrow !, SE228thSt 4th Ave N y All y Arrow ,. SE 228th St Interurban Trail V East& West N !.. SE 232nd St Lakeside Blvd Y North,South& Y Arrow West SE 240th St 64th Ave S y All y Arrow SE 240th St 94th Ave S Y All Y Arrow !. I I i SE 240th St SR 99 Y East& West Y Arrow SE 240th St 100th Ave Y All N '. SE252ndSt SR 99 Y All Y Arrow SE 256th St 124th Ave SE Y All Y ONLY,Carpool Diamond, and Bike Symbol SE 259th St Interurban Trail y Mid Block N SE 160th St SR 99 Y All Y ONLY, Carpool Diamond,and Arrow SE 260th St 101st Ave SE N All Y Arrow SE 260th St 104th Ave SE Y All Y ONLY and Arrow SE 272nd Ave 26th Ave S Y All Y Arrow S 272nd St SR 99 Y All Y Only and Arrow Canyon Dr 94th Ave S Y All Y ONLY and Arrow W James St 4th Ave N Y South, East,& Y ONLY and Arrow West W James St Lakeside Blvd Y West N W James St ShoWare/RJC Y East& West Y Arrow Kent-Kangley Rd 111th Ave SE Y South, East, & Y Arrow West Kent-Kangley Rd 116th Ave SE Y All Y ONLY Kent-Kangley Rd 124th Ave SE y All Y Arrow Kent-Kangley Rd 132nd Ave SE Y All Y ONLY and Arrow W Meeker St Golf Course X-Ing Y East& West N W Meeker St 2nd Ave S Y All N E Meeker St Central Ave N Y North,South& Y Arrow West i W Meeker St Interurban Trail Y Mid Black N E Meeker St Railroad Ave N Y All N Pioneer St CentrolAveN Y All Y Arrow Pioneer St Railroad Ave N Y East N Reith Rd 42nd Ave S Y S&W Y ONLY& BUMP i Reith Rd Military Rd Y All Y Arrow a.,nY c4�arrqth from 41th Av Y Mid-Blec4k # Ram&.. W RE 4th tr0m 4th UP, Y Mid-BfG& # _ ❑..,ASa ,�na..,�.;ay_nr�crt Russell Rd Meeker St Y All Y ONLY, Bike Symbol,and Arrow E Smith St BNSFRR N East Y Xing/Stop E Smith St Central Ave N Y All N E Smith St Jason Y West&South N RT E Smith St Railroad Ave N Y East Y Arrow W Smith St UPRR N Bath Y Xing/Stop SR 516 SR 99 Y All Y Arrow Todd Blvd W.V.H. Y All N Veterans Or Military Y All Y Arrow Page 8-1 - Section B-22.3(5) - Installation Instructions REVISE the second paragraph as follows: The instructions in addition to the above, shall specifically note the following and be ! provided for the Engineer at or prior to the preconstruction conference: DELETE item 5, RENUMBER item 6 to item 5, and REVISE item a. as follows: markings. plate-w-H! be laid eig the plastle meets the 1215 Mils 'F' .1 VCn o 77� b-.5. On a daily basis, the Contractor shall provide a report to the Engineer with the following information: a. eb-nu et Project location. b. Crew Superintendent. C. Date, pavement surface temperature (OF), air temperature (OF), rain free forecast or rain forecast checked via what source, AM and PM actual weather. d. Bid items, quantity and location installed. e. Traffic control used, including number of hours. f. Start and stop time of shift. g. Product temperature within melting hopper prior to application. At a minimum, Contractor shall check product temperature within melting hopper every 30 minutes of work shift and provide documented results for Engineer. h. Product temperature at wand where product comes in contact with the road surface. Contractor shall provide results at each marking location (i.e. at each leg of an intersection). III - APPENDIX Appendix 4 - Location Maps and Site Descriptions I : REPLACE the Schedule I table with the revised table in Section 1-09.5 - Deleted or Terminated Work. ADD the attached two (2) Location Maps END OF ADDENDUM No. 2 Chad Bieren, P.E. Date City Engineer Attachments: Proposal pages 6 and 7 Location maps (2) II I SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS 1005 8-22.5 3,,930 Plastic Stop Line $ $ WSDOT 6,800 Per LF LN FT i 1010 8-22.5 44;900 Plastic Crosswalk Line $ $ WSDOT 28,800 Per SF SQ FT 1015 8-22.5 141- Plastic Traffic Arrow $ $ WSDOT 240 Per EA EACH 1020 8-22.5 84 Plastic Traffic Letter $ $ WSDOT 110 Per EA EACH 1025 8-22.5 3-6 Plastic High Occupancy $ $ WSDOT 23 Vehicle (HOV) Lane Symbol Per EA EACH I 1027 8-22.5 2 Bicycle Lane Symbol $ $ WSDOT 6 Per EA EACH 1030 8-22.5 22 Plastic Railroad Crossing $ $ WSDOT 36 Symbol Per EA EACH 1035 1-10.5 32-0 Traffic Control Labor $ $ KSP 1,000 Per HR HOURS 1040 1-10.5 1-1-5 Traffic Control Supervisor $ $ KSP 250 Per HR HOURS I 2014 Thermoplastic Markings/Casteel 6 May 9, 2014 Project Number: 14-3001 SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1045 1-10.5 1 Temporary Traffic Control $ $ KSP LUMP SUM Devices Per LS i i 1050 1-10.5 2-1- Portable Changeable Message $ $ KSP 45 Sign (PCMS) Per DAY DAYS I' it 1055 1-10.5 2 Sequential Arrow Sign (SAS) $ $ KSP 45 Per DAY DAYS Schedule I Total $ I I i i j I i l 2014 Thermoplastic Markings/Casteel 7 May 9, 2014 Project Number: 14-3001 mom I r- FIC1 � II T< -ITE17, AT L7 I ___ I a�enygy -I I IIIJI I ,fN) �III��/�..1 l_I3slsn„le 1` �N —.Ian l� I N ✓T��- Iil t L 1 II f- r I- �_ � y - I I I1J_(I - I -'`i4 1� t3S aTB'8U tE vp r } Ii l -I �Il ) J( T \I ' ra LI.'i-.fa71� „i 0 EnI H 1,.}I- I'� � Q'HH/IaIIgUL�,'Ii � 89 �tl 9 I��l ly \.�;.--._ 4 I� �(nn .(alleAAA LLA 3 LL���/ HP 44T -�-�-� �y `..-� m `' ��b,2i An,mjw�\A-�?7 n — � � I��� Clc �i1r � / T G I I� q ECL N. S any Sany 9L 6,2Ih !_ ly I� _J, F�S_OAWOV r_ r '�• lT� __-_ 1- _.._ _L.) LITl�) �j � �� �(rrtwn}�i ll_iI� r r�._..I rrl� _N.�• Ili U1 - Tf �I �- Sany Le - � (I I r rn III o {_11 t�l{+�}'..(� (7f ' t ��r- Y! J ` I� �•� ,aA i �lr�� l - 1�1 �:/ �.� �� y�l _�l �� U� �� 3rs a �7 l- � r w nV bZl 71 ! � t I � r FF 8 aa9�ilbT� � � jyd�i � � ��1 �` J _ � � rL '!_� pay qi 6 u���= � �;�� �� l �c r ` �_Li_ � I I ����i� I � .'_ ' ��' �•�� ,r�! _ � � I l➢ r T �� �.,- _ } I l _ I i N Rallraad �j� �I I 1l J i ! eli i N a vv ) ~ I. I � J i V an ._ . _.SL II S •9ZI ���� anli '�� Al }�fil _ � �NnH RaIIeAM I�1S�, li I�I Ind 6lT� ' ��(^ri I m� I(�{ '..� j��M I t O ._ ' 11 N Il\ r CI i Y1k Ilas �r k i LitAl LW I ll N i e r ro cu o •� of I �r s v 'z �s v � �� (ir I S;� I i��- , I � I TAB INDEX Tab 1 Bidder's Package I Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 WSDOT Standard Plans Tab 7 Thermoplastic Specifications Tab 8 Location Maps and Site Descriptions Tab 9 Traffic Control Plans Tab 10 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 214 Thermoplastic Markings Pro 'ect Number: 4-3001 BIDS ACCEPTED UNTIL May 6, 2014 11 :00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR N Cq v �F�VA`Sf�+�5 G t F TONAL KENT WASH IN Ci TO 14 i BIDDER'S NAME Apply A-Line, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2014 Thermoplastic Markings h 9 Project Number: 14-3001 BIDS ACCEPTED UNTIL May 6, 2014 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR i • KENT W A S H I N G T O N I� ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 - Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract i Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans Thermoplastic Specifications Location Maps and Site Descriptions Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through May 6, 2014 up to 11:00 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 11:00 a.m. for the City of Kent project named as follows: 2014 Thermoplastic Markings Project Number: 14-3001 The project consists of installing 3,930 linear feet of plastic stop lines, 14,900 square feet of plastic crosswalk lines, 16 each of plastic carpool lane symbols, 22 each of plastic railroad crossing symbols, and 141 each of plastic arrow symbols per installation instructions in Kent Special Provisions Section 8-22.3(5). The Engineer's estimated range for this project is approximately $175,500 - $200,000. 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 16th day of April, 2014. BY. �Aonald F. Mg re, City Clerk' Published in Kent Reporter on April 25, 2014 Daily Journal of Commerce on April 22 and 29, 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date May 6, 2014 This statement relates to a proposed contract with the City of Kent named 2014 Thermoplastic Markings 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 (regardi ng'equal employment opportunity) or a preceding similar Executive Order. Apply-A-Line, Inc. NAME OF BIDDER BY: Signature/Titl Terry Buol, Secretary-Treasurer 175 Roy Rd SW Bldg C Pacific WA 98047 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2014 Thermoplastic Markings/Casteel 1 April 16, 2014 ! Project Number: 14-3001 I I I DECLARATION I 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 6th day of May 2014. By: / Terry Buol For: Apply-A-Line, Inc. Title: Secretary-Treasurer Date: 05/06/14 j 2014 Thermoplastic Markings/Casteel 2 April 16, 2014 Project Number: 14-3001 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 ICI SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, j if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective j 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. 2014 Thermoplastic Markings/Casteel 3 April 16, 2014 Project Number: 14-3001 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2014 Thermoplastic Markings/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 Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of 2014. I By: For: Title: Date: I III 2014 Thermoplastic Markings/Casteel 4 April 16, 2014 Project Number: 14-3001 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Apply-A-Line, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2014 Thermoplastic Markings/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 BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. I 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 i Any bids not filled out properly may be considered non-responsive. 2014 Thermoplastic Markings/Casteel 5 April 16, 2014 Project Number: 14-3001 I III SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO, QUANTITY PRICE AMOUNT 1000 1-09,7 1 Mobilization $ 6650.00 $ 6650.00 WSDOT LUMP SUM Per LS I 1005 8-22.5 3-338 Plastic Stop Line $ 4.00 $ 27200.00 WSDOT 6,800 Per LF LN FT 1010 8-22.5 34-,998 Plastic Crosswalk Line $ 3.70 $ 106560.00 WSDOT 28,800 Per SF SQ FT 1015 8-22,5 441 Plastic Traffic Arrow $ 85.00 $ 20400.00 WSDOT 240 Per EA EACH I 1020 8-22.5 84 Plastic Traffic Letter $ 45.00 $ 4950.00 WSDOT 110 Per EA EACH 1025 8-22.5 3-6 Plastic High Occupancy $ 80.00 $ 1840.00 WSDOT 23 Vehicle (HOV) Lane Symbol Per EA EACH 1027 8-22.5 - Bicycle Lane Symbol $ 95.00 $ 570.00 WSDOT 6 Per EA EACH 1030 8-22.5 -2-2 Plastic Railroad Crossing $ 400.00 $ 14400.00 WSDOT 36 Symbol Per EA EACH 1035 1-10.5 32B Traffic Control Labor $ 65.00 $ 65000.00 KSP 1,000 Per HR HOURS 1040 1-105 34-S Traffic Control Supervisor $ 70.00 $ 17500.00 KSP 250 PerHR HOURS I 2014 Thermoplastic Markings/Casteel 6 May 9, 2014 j Project Number: 14-3001 i SCHEDULE I - See Schedule I Table and Location Map in Appendix ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1045 1-10.5 1 Temporary Traffic Control $ 1150.00 $ 1150.00 KSP LUMP SUM Devices Per LS 1050 1-10.5 24 Portable Changeable Message $ 200.00 $ 9000.00 KSP 45 Sign (PCMS) Per DAY DAYS I 1055 1-10.5 21 . Sequential Arrow Sign (SAS) $ 55.00 $ 2475.00 KSP 45 Per DAY DAYS Schedule I Total $ 277695.00 2014 Thermoplastic Markings/Casteel 7 May 9, 2014 Project Number: 14-3001 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 Thermoplastic Markings Project Number: 14-3001 Subcontractor Name Advanced Government Services Item Numbers 1035, 1040, 1045, 1050, 1055 Subcontractor Name Item Numbers Subcontractor Name Item Numbers I Subcontractor Name Item Numbers I i Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Terry Buol, Sec etary-Treasurer 2014 Thermoplastic Markings/Casteel 8 April 16, 2014 Project Number: 14-3001 N/A SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Apply—A—Line, Inc. Project Name: 2014 Thermoplastic Markinas 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: I Plumbing Subcontractor Name: i Electrical Subcontractor Name: gw��__7z &7� 05/06/14 Signature of Bi er Date I 2014 Thermoplastic Markings/Casteel 9 April 16, 2014 j Project Number: 14-3001 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to i 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 Thermoplastic Markings/Casteel 10 April 16, 2014 Project Number: 14-3001 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as n� misleading. SUBMITTED BY: NAME: Apply-A-Line, Inc. ADDRESS: 175 Roy Rd SW Bldg C Pacific WA 08047 PRINCIPAL OFFICE: same ADDRESS: PHONE: 253.299-1200 FAX: 253.299-1250 i 1. STATUTORY REQUIREMENTS Please see attachments. 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 2014 Thermoplastic Markings/Casteel 11 April 16, 2014 Project Number: 14-3001 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation : 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 2014 Thermoplastic Markings/Casteel 12 April 16, 2014 Project Number: 14-3001 ! I i i 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. i 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects you r organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: 2014 Thermoplastic Markings/Casteel 13 April 16, 2014 Project Number: 14-3001 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 6th day of May 2014. Name of Organiza 'on: ApQY-Azone, Inc. By: Terry Buo Title: Secretary-Treasurer 7.2 Terry Buol , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this "6th day of May 2014. Notary Public �''4. �, _d ' . -- v My Commission Expires: 03/29/15 2014 Thermoplastic Markings/Casteel 14 April 16, 2014 Project Number: 14-3001 ATTACHMENT City of Kent-2014 Thermoplastic Markings Bid 1 . STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor and Industries certificate of registration (attached). 1.2 UBI Number: 600 553 941 1 .3 Washington Master License (attached). 1 .4 Statement regarding disqualification from bidding (attached). 2. ORGANIZATON 2.1 Apply-A-Line has been a Contract for 30 years. 2.2 Apply-A-Line has been under its present business name for 30 years. 2.2.1 Apply-A-Line has not operated under any other name. 2.3 Apply-A-Line is a corporation. 2.3.1 Date of incorporated: 10/31/1984 2.3.2 State of incorporation: Washington 2.3.3 President's Name: Michael Liljestrom 2.3.4 Vice-President's name(s): N/A 2.3.5 Secretary's name: Terry Buol 2.3.6 Treasurer's name: Terry Buol 2.4 N/A 2.5 N/A 2.6 N/A 3. LICENSING 3.1 Apply-A-Line is legally qualified to do business as a specialty contractor with regard to the installation of traffic pavement markings. We are licensed in the state of: Washington-APPLYI*161 RU, Oregon-62352, California-562762, Hawaii-C-18695, Idaho-PCW-C-1 1162-AAA-4, Alaska-21010 and Nevada-0039577. 3.2 Our trade name is filed in all of the above referenced jurisdictions. 4. EXPERIENCE 4.1 Categories we perform with our own forces (see attached). 4.2 N/A 4.3 Apply-A-Line has not failed to complete a construction contract. 4.4 Major construction projects (see attached). 4.4.1 Total worth of work in progress and under construction: $5 Million(WA) 4.5 Major projects completed in last 5 years (see attached). 4.5.1 Average annual amount of construction work in past 5 years: $16 million 4.6 Construction experience (see attached). 4.7 Major equipment (see attached). 5. REFERENCES 5.1 Trade References: Interstate Sales (530) 823-6070 Ennis Paint (800) 835-3357 Don Small & Sons, Inc. (253) 833-0430 5.2 Bank Reference: Columbia Bank Frank Matulis (253) 396-6970 j 1301 A St / PO Box 2156 Mail Stop 6200 Tacoma WA 98401-21 5 6 5.3 Surety 5.3.1 Bonding company: Travelers Casualty Insurance Company of America 1 Tower Square Hartford CT 06183-9062 (860) 277-01 11 5.3.2 Agent: Hub International Northwest, LLC Jenny Landers PO Box 3018 Bothell WA 98041-3018 (425) 489-4500 6. " FINANCING -Reserved Statutory Requirements: 1.1 Copy of Dept. of L&I certificate of registration Department of Labor and Industries APPLY LINE INC PO Box 44450 Olympia,WA 98504-4450 J _Rog: CC APPLYI*161 RU UBI: 600-553-941 .RRegtstered as provided by Law as: "Construction Contractor ,(CC01) . .GENERAL APPLY A LINE INC E#fectise Date: 12/31/1984 175 ROY ROAD SW 'nation Date: 12/31/2015 BLDG C PACIFIC NVA 98047 APPLY A LINE INC Page 1 of 1 Statutory Requirements: 1.1 Copy of Dept. of L&I Certificate of Registration I }``3ij `T• � 'iTMFOFWAS6RF;G.70N Department of Labor & Industries Certificate of Workers' Compensation Coverage May 6, 2014 WA UBI No. 600 553 941 L&I Account ID 879,987-00 Legal Business Name APPLY A LINE INC Doing Business As APPLY A LINE INC Workers Comp Premium Status: Account is current. Estimated Workers Reported Quarter 1 of Year 2014 "31 to 50 (See Description Below) Workers" Account Representative �T5 /MICHAEL MURPHY(360)902- 4822 - Email: MURY235@lni.wa.gov Licensed Contractor? Yes 1 License No. APPLYI`161 RU License Expiration 1213112015 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.1 2.050 and 51 .16.190). j I i https://seoure.Iiii.wa.gov/verify/Details/liabilityCeitificate.aspx?UBI=6O0553941&LIC=AP... 5/6/2014 APPLY A LINE INC Page 1 of 2 Statutory Requirements: 1.1 Copy of Dept. of L&I Certificate of Registration Washington State Department of Labor & Industries APPLY A LINE INC Owner or tradesperson 175 ROY ROAD SW LIWESTROM, MICHAEL L PACIFIC, WA98047 263-299-1200 Principals KING County LILJESTROM, MICHAEL L, PRESIDENT BUOL, TERRY, VICE PRESIDENT SHERBERG, AUDEN L, SECRETARY (End: 11/25/2013) Doing business as APPLY A LINE INC WA UBI No. Business type 600 553 941 Corporation i 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. APPLYI*161 RU Effective—expiration 1 2/3111 984-1 2131/201 5 Bond. TRAVELERS CAS & SURETY CO $12,000.00 Bond account no. 103503772 Received by L&I Effective date 11/06/2001 12/31/2001 Insurance Travelers Indemnity Company Th $1,000,000.00 Policy no. DTC0347K85141ND11 Received by L&I Effective date 09/04/2013 03/31/2012 Expiration date 10/01/2014 https://secure.lni.wa.gov/verify/Detail.aspx?UBI-600553941&LIC=APPLYI*161RU&SAW= 5/6/2014 APPLY A LINE INC Page 2 of 2 Insurance history Statutory Requirements: 1.1 Savings Copy of Dept. of L&I Certificate of Registration 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 iicense vil'ola,tions 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. This company has multiple workers' comp accounts. Active accounts ................................................. L&I Account ID Account is current. K�?P�T_PR Doing business as APPLY A LINE INC Estimated workers reported Quarter 1 of Year 2014"31 to 50 Workers" L&I account representative TS/MICHAEL MURPHY (360)902-4822 -Email: MURY235@lni.wa.gov Track this contractor'' 1 Workplace safety and health No inspections during the previous 6 year period. ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. https://sectire.Ini.wa.gov/verify/Detail.aspx?UBI=600553941&LIC=APPLYI*161RU&SAW= 5/6/2014 Statutory Requirements: 1.3 Washington Master License $I� 60,0111, p US➢MESS LICENSE�S WASHINTONSTATE OF A- 'i Unified Business ID #: 600 553 941 i1 Domestic Profit Corporation Business ID #: 1 Location: 1 I Expires: 10-31-2014 k`) APPLY-A-LINE, INC. 175 ROY RD SW STE C c7 m' PACIFIC WA 98047 2150 TAX REGISTRATION � . INDUSTRIAL INSURANCE "! UNEMPLOYMENT INSURANCE G �q CITY LICENSES/REGISTRATIONS: � y Ii BELLEVUE GENERAL BUSINESS #046320 jV i1 BELLINGHAM GENERAL BUSINESS +, POULSBO GENERAL BUSINESS I4 OLYMPIA GENERAL BUSINESS r ry PORT TOWNSEND GENERAL BUSINESS I$. i PORT ORCHARD GENERAL BUSINESS \7 R BONNEY LAKE GENERAL BUSINESS C,_. SUMNER GENERAL BUSINESS e, SHORELIO:E-GENERAL- BUSINESS *�; MARYSVILLE GENERAL BUSINESS #3232CON501 r' ISSAQUAH GENERAL BUSINESS f h GIG HARBOR GENERAL BUSINESS ;t TUMWATER GENERAL BUSINESS �J'' IF� SAMMAMISH GENERAL BUSINESS �a t LICENSING RESTRICTIONS: r Not licensed to hire minors without a Minor Work Permit. s;) xxt s e i Ir. , 1 ty� i s, This document lists the regisfra0uns, endorsements,and licenses authorized for the business — named above.Byaccepting Ehis document,(fielicensee certifies the informaton Dottie application to ( was complete,true,and accurate to the best of hls or her knowledge and that basmcss wdI he „ �. ennducted m u,mplmnce m:th all applicable Washington state county end my regulations Director Dcpartmcni of 2evenue iL,% I t ( APPLY® I tYI c rf 1I . Statutory Requirements: 1.4 175 Roy Road SW,Bldg C • Pacific, WA 98047 Statement regarding disqualification Phone(253)299-1200 - Pax(253)299-1250 mail0aapplyaline.com • LIC.#APPLY1*161RU May 6, 2014 To Whom It May Concern: Apply-A-Line has not in the past three (3) years been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Regards, Terry Buol Secretary-Treasurer TB/ss I W ate° d O� h Z 0 O O O O O O O O O N O O O O O O O O O O OO � o 000 000 000, 00 00 000000 U O LL O V NOOO N YI h N N OJ O O h .t� O N O h P O MvI W h .- n n h .- No � -00 0NN V N Mlv�Jbb N vl n � NNf� O n r` t` O NN b -- V V N uJ h h N h P P N P b W M � N of M V m � t� N cJ W m `nN w `� NMh hNM hQ 1� Z O ON ONN NN hhN NON ONNON o vl o oON W O n O N N N h O O Q C ° oOc 3 E E o a 3 > rn u = L m 3 O N D E a 0 0 E 6.`- s E .�c y N !•- 6 '�- N O > N N y > p p ) d O T O O a a a N O > 3w � wit w F. - w - �nmOm � � � ddLLmvrw > ✓� N ° P Q h h P 'C s vl N Q N O D U w x � (j w xL NM M X xo w x wU x x x -a xU �0 0 O w O '� '� O O 7070 0 o o O m j 0 m m m m v� y' m y' M m m m Mcl N 1� M M N N (V h N P O N O j O v> o D ONP �O TOO - 101 OOOo0Noo Q a o a L E o o °o c c t T J C N N 0 i- c c L o o .� m E U m a� o o F o F U o p U H o 4 p = O U h mJ u O � ;=' O a E aoo m 0 oot 9 (Y u E >o J° `N j o U � mm U o =,, � � � o � o �., U °' � cD 00 mz m a` E E . d o 0 m c o ° o E a U° -m >E O 0 oN =a oT °Et o m 0)0 u O ,) C°N O - �- �O- �O- sm OE mNY 'dC dU � O o - > = o o a o 0 Q 10 000000000 E E 0 00 o0U ° m zZ o ❑ 3 -��2 �22'22,2 2'272 � .23 ° o N > N N $ 0 .b 06066u660c) u06G6U6 ° 3 �7 o .>c o O o N 0 0 0 O o 0 0 0 0 o M 0 0 0 O O O N O O O O u. 0 0 . 0 0 0 0 0 NNP 3 � OoSO � l� P r1 o OCV NMOIhO V cV h � ° S Q z n V O. C a H V CC'l h CW"l 0� N P P ON M N � CC'l h V P P P m N b b M N P P ^ O M N O O W W P V N so zO erw u3 m OZO �wN�N�www `e�i.n yr.n e. �'i`rw o c a c h U I a 9 U 6 Ol Q O ° a y A u Y 0 9 p � � U O o ° 0 mN � O Kj oi .- .ao ;a d m o ° U a0 a 0 'o U o ry 6 y Ua N E N OJ K m.° N Y a o c � ao�CO ENa 00Eomoo�3 o �. c 'o. 0ap > c .- ch ocv+ aw o�.c °. ❑ m T O Q o ac U t H = .� �- aNi m ° � Q = oB3UomoaNi � w� � aoo � Oc 3 0 0 o u Q ° a u w a ,n o u s a r o h o UQ o m o o .� w° U � - 3c - TN o ]CG a° ` a O ° o o o1 o w , 2m OU O aU ZaU o Q J 2' OI j >' p° Y Q O O N d w m w O. ° J rtl PPP P P O O O N N N N N M M M M M O 2 U y E a > U ._ � m ❑ 0 0 0 0 0 0 mmm T d00000000000000000000 4 O O o Q 'V Y o \ [ [ { « ! \ - » � \ \ � \2 E [ - 0 0, 9 \ f s } ) ) . � E {%3f0s ) } {\ j \ ( } ) % % 0 ° ) JEA ! . ) { § / \ \\ \ E ° 00 «* » ; { 0 : < \\\\ : : : r \\ . / § \ \ ` \ \ \ { { \ _ j { ) }\}\}\}} = : 73» > 77 > ± > f : \ )\ \ ) \{ / { \ , E ± 0 - E \ ( % f5f ® = 0 0 - \ \\ \ } \ j if » § $ ± : % ! \) {\ (} / \ _ ) } - - - - / ©� Do \ s � : : \ : \ \ \\ k \ \ ) ) { ) » { / \ \ ) oEEEE ) \ \ \ 0D0 } \ { ) 3 ) 30 f ? { \ 2 _ \ i ; \ ) j ) ) j } : » zo PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within sixty (60) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 2 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. i I DATE: 05/06/14 Apply-A-Line, Inc. NAME OF BID ER BY: Signature Terry Buol, Secretary-Treasurer (Print Name and Title) 175 Roy Rd SW Bldg C Address Pacific WA 98047 f III 2014 Thermoplastic Markings/Casteel 15 April 16, 2014 Project Number: 14-3001 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Aooly-A-Line. Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of Amount Bid 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 Thermoplastic Markings/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 j 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 61h DAY OF May 2014. Apply-A-Line,In . PRINCIPAL T Buol, Sec.-Treas. Travel r f,as alty andp ety,Comp any of America SURETY Darle�p J kielski, ttorneydn-Fact 20 Received return of deposit in the sum of $ 2014 Thermoplastic Markings/Casteel 16 April 16, 2014 Project Number: 14-3001 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ,..------ FTRAVELERSJ POWER OE ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 227470 Certificate No. 005751476 i i KNOW ALL MEN BY 'THESE PRESENTS: That Farmington Casualty Company, St. Paul Fite and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,'tavelms; Casualty and Surety Company,Travelers Casually and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State ofrPsconsin(herein collectively called the"Companies"),and that the Companies do hereby make,continue and appoint Darlene Jakielski,Julie M.Glover,Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W.Doyle,Brandon K Bush,Andy D. Prill,Jim S.Knle11,Chad M.Epple,Steve Wagner,and Theresa A.Lamb of the City of Bothell _ - _. .. ,State of _ Washington ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recogrizances,conditional undertakiags and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeingthe fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF,the Companies have caused this matrumenl,m be signed and then corporate seals to be hereto affixed,this 61h day of January 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty,Insurance Company,. . 'travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. 'travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company pnsv�� Yl Fle'f�`.,. _\nK"'�H ,P,.xs�ay`.i Bp�rr axnm ya wnt�, SytYNy 6�46�e1 9.8 3 cox x.seac a �1977 896 Ano C ,..µ �Aldo State of Connecticut By: City of Hartford ss. Robert L.Raney„enior Vice President On this the 6th day of January 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,'fravelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporation by himself as a duly authorized officer. p,Tf7 In Witness Whereof,I hereunto set my hand and official seal. lTl wh 1. • My Commission expires the 30th day of June,W16. p L,G {r Manic C.Tcacault,Notary Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St. Paul Guardian Insurance Company,St,Paul Mercury Insurance Company,Travelers Casualty and Sm'ery Company,Travelers Casualty and Surety Company of America,and United States Fidelity slid Guaranty Company,which resolutions arc now in hill force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant'Reasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indenrity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given hinr or her;and it is FURTHER RESOLVED,that the Chairman,the President,auy Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any band,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice 1 President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretory;or(b)duly executed(under seal,if required)by one or more Attomcys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or them certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any, certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such faeshrrile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity laid Guaranty hnsurance Underwriters,Inc.,St,Paul Fire and Marine Insurance Company,SL Paul Guardian Insurance Company,St.Paul Mcreuty Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United Stales Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOI',I have hereunto s'eL my hood and affixed the scuts of said Companies this "'!��/day of I h)llj ,20�� Kevin E.Hughes,Assistant,Scer tary GF6VA yr,1Ty `"H0.C4 Za 'NJI r.rrV"+y„ Y4I/O 5, n!'b(' {�1INAb' O��cA°qr1 A'Y UV U G J� s }e ,xs 9gry4 5 Pt! }YgdM ry` 4� q� -. C� /^ F 19/7 tl\\ OPiOPAT ^, C `�� u IY62�'o PoRltfp �,`='# i l im3 If F! HAI1TFOaa tla Mariam 34 �n'OARll�p� Y Syr 1951 � BGRL.o! 'ItSERLi.,ep caax oQ cary 78ss,(+� To verify the authenticiLy of this Power of Attorney,call 1-800-421-3880 or contact us at www.h'avelersbond.conr.Please refer to the Attorney-Ili-Fact number,the above-named individuals and the details of the bond to which the power is attached. j i WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE j NON-COLLUSION DECLARATION i 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: I 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2014 Thermoplastic Markings Project Number: 14-3001 NAME OF PROJECT Apply-A-Line, Inc. NAME OF BIDDER'S FIRM SIGNATURE OF AUT RIZED REPRESENTATIVE OF BIDDER I 2014 Thermoplastic Markings/Casteel 17 April 16, 2014 Project Number: 14-3001 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 f for this Change Order -0- Working days Revised Time for Completion Working days 2014 Thermoplastic Markings/Casteel 18 April 16, 2014 Project Number: 14-3001 i II In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: �I 2014 Thermoplastic Markings/Casteel 19 April 16, 2014 Project Number: 14-3001 I I BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................El Orderof Contents.................................................................................0 Invitationto Bid...................................................................................0 ContractorCompliance Statement........................................................0 Date............................................................................................12 Have/have not participated acknowledgment.............................0 Signatureand address ................................................................0 Declaration — City of Kent Equal Employment Opportunity Policy ........0 Dateand signature .....................................................................El AdministrativePolicy ...........................................................................0 Proposal...............................................................................................Q First line of proposal — filled in ................................................... Unitprices are correct ................................................................0 Subcontractor List (contracts over $100K) ..........................................Ea Subcontractorslisted properly....................................................0 Signature ....................................................................................2 Subcontractor List (contracts over $1 million).....................................El Subcontractorslisted properly....................................................0 Dateand signature .....................................................................0 Contractor's Qualification Statement ...................................................0 Completeand notarized ..............................................................0 ProposalSignature Page......................................................................0 Dlat, signature and address .......................................................Q BidBond Form .....................................................................................El Signature, sealed and dated .......................................................0 Powerof Attorney.......................................................................1 (Amount of bid bond shall equal 5e/a of the total bid amount) Combined Declaration Form Cf Signature ....................................................................................0 ChangeOrder Form..............................................................................0 Bidder's Checklist ................................................................................[a The following forms are to be executed after the Contract is awarded: II A) CONTRACT This agreement is to be executed by the successful bidder. ! B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2014 Thermoplastic Markings/Casteel 20 April 16, 2014 Project Number: 14-3001 400 PAYMENT AND PERFORMANCE BOND BOND#106083388 KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Apply-A-Line. Inc. as Principal, and Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 277,695.00* together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be, *Two Hundred Seventy Seven Thousand Six Hundred Ninety Five and no/100 Dollars 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 Thermoplastic Markings/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: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall.indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. i 2014 Thermoplastic Markings/Casteel 21 April 16, 2014 1 Project Number: 14-3001 TWO WITNESSES: Apply-A-Line, Inc. PRINCIPAL (enter principal's name above) TITLE: President v DATE: 05/29/14 DATE: 05/29/14 CORPORATE SEAL: t Michael Liljestrom PRINT NAME DATE: 05/29/14 Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL: BY: Jim S, Kuich DATE: 05/29/14 TITLE: Attorney-in-fact ADDRESS: PO Box 3018 Bothell, WA 98041-3018 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 Michael Liljestrom Who signed the said bond on behalf of the Principal Apply-A-Line, Inc. Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR AS STANT SECRETARY Terry Buol I 2014 Thermoplastic Markings/Casteel 22 April 16, 2014 Project Number: 14-3001 WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER � $ POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casually and Surety Company of America St.Paul Fire and Marine insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-lit Fact No. 227470 Certificate No. 005751882 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,'Fravelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized tinder the laws of the State of lowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized tinder the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Darlene Jakielski,.lulie M.Glover,Nancy J.Osborne,S.M.Scott,Steven K.Bush,Michael A.Murphy,Jim W. Doyle,Brandon K.Bush,Andy D. Prill,Jim S.Kuich,Chad M.Epple,Steve Wagner,and Theresa A. Lamb of the City of Bothell ,State of Washington _. - ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and then corporate seals to be hereto affixed,this 6th day of January 2014 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity mid Guaranty Insurance Company 'Travelers Casualty and Surely Company Fidelity and Guaranty Insurance Underwriters,Inc. 'travelers Casualty and Surety Company of America St.Paul Fire and Marine Laurance Company United States Fidelity and Guaranty Company �Y St.Paul Guardian Insurance Company pn6(/�rf Jy11fY<� CE1Rf6' .{0\PM�;U9 JPY,N4VN9 tia JP�tY PNO Six ervs" I9s2 n� �p7977 g eArto .Ys _ rz ` - °j auurroao as Sy3V'1FSag, ` SEA fe t3( ns *,® f,'.f a St'alc of Connecticut By: City of Hartford ss. Robert I l aney,,eninr Vice President On this the 6th day of January 2014 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire mid Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing inshunnent for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.T FT In Witness Whereof,I hereunto set my hand and official seal. W w"_.. .c L �� My Conmiission expires tie 30th day of June,2016. O pUBUG t¢ Manic C.Tetreault,Nornry Public 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER i This Power of Attorneyis ranted under and b the aulhoxiL�of the following resolutions adopted b the Boards of Directors of Farmington Casualty Company,Fidelity g Y > 6 P Y g y P Y, ) and Guaranty Insurance Company,Fidelity and Guaranty hnsurance Underwriters,Inc.,St.Paul Fire and Marine hnanrance Company, St.Paid Guardian Insurance Company,St.Paul Memory Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty,and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: p3 i RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,an Assistant Treasurer,the Corporate Secretary or an Assistant Secretary may appoint Attorneys-in-Fact andA Agents to act for and on behalf i Y P Y Y Y Y PP Y g i ° of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with die Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTIIER RESOLVED,that any band,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)sic ed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretory and duly attested and sealed with the y Company's seal by a Secretory or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power Il proscribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers: President,any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President,any Secretary,any Assistant Secretary, and the seat of the Company may be affixed by facsimile to any Prover of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretory,of Farmington Casualty Company,Fidelity and Guaranty Iusamnce Company,Fidelity and Guaranty Insurance Underwriters,Inc„St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travclers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in frill force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my fraud and affixed the seals of said Companies this day of ,20 tl Kevin E.Hughes,Assistant Seer nary E GA6lI,rR tYt f(f�r° MC1G9I�5"Al1 Gv�* e�aro�zA R."r-.gi,'4pP= �QdL SR1L1„4 1flAHx.�L.$)„iC.s o'� ' :.1 MO'R AT>�•a�m°;i 'Fs+�c�cV xAxI IA °t o M0Rq!/,WJ eh\>401 x Yna'r`pµIl'YyV!w" , gn OPi 97 7 /SEALra + " ryaud�/1 \7R6 7 s"/s d wM 1 To verify the authenticity of this Power of Attorney,call I-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the band to which the power Is attached } WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUTTHE RED BORDER CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Apply-A-Line. Inc. , organized under the laws of the State of Washington located and doing business at 175 Roy Rd SW Bldg C, Pacific, Washington ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2014 Thermoplastic Markings/Project Number: 14-3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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, 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 within sixty (60) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2014 Thermoplastic Markings/Casteel 23 April 16, 2014 Project Number: 14-3001 I 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. 2014 Thermoplastic Markings/Casteel 24 April 16, 2014 Project Number: 14-3001 CITY OF KENT rx i BY: LLWr t12E�T-EOOKE, MAYOR ,l ATTEST: red-��-_.^fin-.E,� %" - ``Y,�� �`�r°'9�`� �1"✓'���_ .,/ RONALD F. �db' RE, CITY CLERK APPROVED AS TO FO M: -t e" KENT LAW DEPARTMENT CONTRACTOR BY: " PRINT NAME: Mic ael Liljestrom TITLE: President DATE: 05/29/14 I I 2014 Thermoplastic Markings/Casteel 25 April 16, 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: i 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 Thermoplastic Markings/Casteel 26 April 16, 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. 2014 Thermoplastic Markin s Casteel 27 P 9 / April 16, 2014 Project Number: 14-3001 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN II. 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 Thermoplastic Markings/Casteel 28 April 16, 2014 Project Number: 14-3001 APPLY01 OF ID: K3 lls R CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) i 06102 06102114 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 pollcy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)_ CONT PRODUCER 425-489-4500 NAMEACT Hub International Northwest 425-489-4501 acoNNo E : (Me,Not: P.O.Box 3018 --- - - - Bothell,WA 98041.3018 EMAIL Jenny Landers ADOREss: INSURER(S)AFFORDING COVERAGE NAIC4 INSURER A;Travelers Indemnity Co of Am. _ 25886 Ali INSURED Apply-A-Line, Inc. INSURER B;Grant American E&S ins Co. 175 Roy Road SW,Bldg C Tmyr"mIndemndy Coof CT 25682 Pacific,WA 98047 INSURER C: - - INSURER D: INSURER E: INSURER F: COVERAGES _ CERTIFICATE NUMBER: _ REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, TYPE C INSURANCE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR _ DPI _ POLICY EFF POLICYE%P LIMITS - EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. POLICYNUMBEER (MMIDDIYYYV MMIDDNY DTC0627D0666PHX13 + EACH OCCURRENCE $ 12000,000 GENERALLIABILITY i _ C X COMMERCIAL GENERAL LIABILITY I'i 10/01113 10101/14 PREMISES Ea occurrenceL $ 300,000 CLAIMS-MADE LX.I OCCUR MED EXP(My one person) - $_. 10,000 X Ownerlcont Prot. PERSONAL&ADV INJURY $ _ 1,000,000 X WA Stop Gap Llab. _- - —Ii GENERAL AGGREGATE $ 2,000,000 GEHL AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMP/OP AGG $ _ 2,000,000 POLICY X P CT___ LOC ___ _ - S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 _CO accident $ _-._. A X ANY AUTO IBA627DO566CNS13 ,,/r 10/01113 10/01/14 BODILY INJURY(Per person) $ ALLOWNED SCHEDULED I BODILY INJURY(Par aecIdent) S AUTOS AUTOS —PROPERTY DAMAGE X HIRED AUTOS NON-OWNED S AUTOS acMO - - $ X UMBRELLALIAB X OCCUR 1 EACH OCCURRENCE $ 3,000,000 B EXCESS LIAR _ CLAIMS-MADE T000109317-04 10/01/13 10/01/14 AGGREGATE. $ 3,000,000 _ DED X I RETENTION$ 10,000, $ WORKERS COMPENSATION WC STATU- X OTH YAND EMPLOYERS'LIABILITY TORY LIMITS E C ANY PROPRIETORIPARTNER/EXECUTIVE IN ' ' EL EACH $ 1,000,000 OFFICERIMEMSER EXCLUDED? �. DTC0627DO566PHX13 10/01/13 10/01114 ACH A NIA - (MandatorylnNH) WA STOP GAP EL DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS beloN ___ E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101,Additional Remarks Schedule,If more space Is red Wrest ADDITIONAL INSURED(S) AS REQUIRED BY WRITTEN CONTRACT: CITY OF KENT. COVERAGE IS PRIMARY & NON-CONTRIBUTORY; WAIVER OF SUBROGATION & PRODUCTS & COMPLETED OPERATIONS APPLY, SEE ATTACHED Al AND COMPLETED OPS ENDORSEMENTS RE: AAA JOB #145A4099r KENT #14-3001 - 2014 THERMOPLASTIC MARKINGS. I'I CERTIFICATE HOLDER CANCELLATION I CITYKNT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF KENT ACCORDANCE WITH THE POLICY PROVISIONS. 220 FOURTH AVENUE SOUTH KENT,WA 98032-5895 AUTHORIZED REPRESENTATIVE \1 ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD E g Y � B _ d2 0 z E E �v " m� = -b � � ➢ � II�3E � u 'mmu ° o F r N sw L3cmo _ o Ny « ' w sa Eo EQ au �j �w'orn� oa u, °➢' v E oit vva E E Ow 3 F m Ot, tfr 3 s� Up Ti "� K a c [ o m II BE �c >o _ mCmw £ $ 0�a1O aaw 000 . z ao«a wm E � �a[ o � > Ha>o o > - a W - o v $ A 8- n E T 9 T ° t a sE a ° °� U o > SE oo CN En -c o 163y�o� j N zaa ` n�� �SE � � ura sa5rv8 � m �`°`oa Y J o cvT� rEdvo r AmvS o Eo ° °U¢ a I§ e u o zw 0 rnoa c— « E c o a *b 6 w ry ry C oz y nrvm�.ry r � n n `ztK Y�NW d � o u a � u rn o p$ m N q5 � � h c« of y2 yj W � in z y V i _ Eon w Q o5o 2 G -(a E S � � W ❑ _ E $ `� a- B � nEi oaf M- 3w Ea �os � d e s « o.m Q n E y Q - n F � Q Zfi c P 8Z6 a f q `m E i Do � E e5 '^ _= E. d `o `o `o�, =➢No aWN1 vCaa. dT E Gn' E �ToE Enos `awwv 3a410 E._ = m ,�c555 �L^ D o� �m W - W rnL s�vFi flw c �� �g N~•-�'� w `u� EIS. Lu o`an �8 € ' cv-Ev` ' g 5 > roa ' rans c Ug �VroW= Wm_L — too _ s ro� � q c a4m Ti - s°O0 m N 'w »Svc Yi Ja>•� OU R«o an5 =moEu E➢�� _ d_ ; o g ` 3" v ° h � �j $Oh �� 8 "g d� p . o �g o O 3 u n �Q �'wfW mP a 9So-F ° c m co_ F TO N mU ° O o_wz 8 5 03 E= w a= ur $uw N O t W 5 p J J N 2 g5o ° �_. �@ W rcoo o¢ a Sa ma rim °. E z t v >.t v�i aF >o a o.J � y aJ �r vnm 3 a r m�oa a � E- voZ = Nqy E a . i S3 3_ a w ro �z O1a0 4 wE N JU.�?$ -" 4 w F`rizi dv " E� '° � I`oWaUa' wnNZ a2a U.c U p W li d p O N Z 2 N °tR m o = F p a _ A€n rn " va ti a12 = o g °'v� voo z u 4 ti �Nn `- Pz v �a°. 2 s N� 0 LL � Z O O m a F �Q( W O n a E m E y -nc JJ� 'rp 0 j U O y �°° N vm H O a "W ww 3 LLo aU w 0z w w-> �WN rc gm z an@'a .=W OJa �`W 3a daWo W8cvWc �Eou > oZ 40 zoQ J zO 2 F- ¢7 ep is W W u z IBi Qa z 4wau `o„ 3 c=i 41 a a > voa9a m w r p� 0 rc �� �5�% N "n rc 'o z d^ Nw ° c � Naz " pwym vi mU"H ° W (// h 0 Z O W cC F- J Z 2 0 S j _ z W E O N ` u ° o �v E ° 'N 'o a a x a ''� F woo ° o.m' or ¢ -o i w W w o 05��;'JS w o air Iw vu gha »vim - ro O Z z p m Q F Oz w z S a (n r �`o z uWva� w M a N o u° ` o a w w w 'a¢ o o `._ o z a a a C w? w h a0 N c wU' of$o z m c> a w o Q�+ K �4a >n `W g O "FSm n E K `r `2 p`� O zt,v� m m w w r= Se =E d La 4 m a ¢ ro U w Ua0 v--=So e i� Z ,-°F i n US N mLLZ _ S m O 0U `o o Y. U maK 0 of rm va N IL L:Q [ Ti � ruoi �` vadm5 "u f:- cOZ .d id o�a uo U do >,dE 4 dO= � 3YVN gE @CN � N�TdSo � @4z - o � Zm " m i 0 w 5 m��o Ho 2m�aS ` a I F , @U O 20 0 i - _ Ei _ n c E > aU on .dd dd a 'fi w SOO o d - a N 9� e a� �3 w p1 o`c� d , yW dw U @m P z _ `3 > v5 f N E w g: � E L� d� me O o`oQ xaE F udip E w E N 2w"0 So o�ya 9wFi@ =�49 �EmNB tT o�O ENc� c E N d m $ Q N u c u m a O N a L J 4 a N N S y U ¢ S d vEa cE' � w5 - ` o „ cE gS F oz 3oi U vo� t9 ug cvi N„A Nrz oaq va61 G vsw Evd az v a Egadm rt a uw od0 aka« r Z haw 9au w otz _ �nw iF ¢ dao arch m �0 - w i°� ww "mod 3 tau z°�m sm �`F raw w i= 2rnN 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 ........................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public.................. 1-15 1-08 Prosecution and Progress .................................................. 1-20 1-09 Measurement and Payment ............................................... 1-24 1-10 Temporary Traffic Control ................................................. 1-28 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-22 Pavement Marking .............................................................8-1 DIVISION 9 MATERIALS...............................................................9-1 i 9-34 Pavement Marking Material .................................................9-1 KENT STANDARD PLANS .................................................................. A-1 WSDOT STANDARD PLANS............................................................... A-2 THERMOPLASTIC SPECIFICATIONS ................................................. A-3 LOCATION MAPS AND SITE DESCRIPTIONS..................................... A-4 TRAFFIC CONTROL PLANS ............................................................... A-5 I PREVAILING WAGE RATES............................................................... A-6 2014 Thermoplastic Markings/Ca steel April 16, 2014 Project Number: 14-3001 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 BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01", the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING 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 Thermoplastic Markings/Casteel 1 - 1 April 16, 2014 Project Number: 14-3001 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2014 Thermoplastic Markings/Casteel 1 - 2 April 16, 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 or in the Invitation to Bid. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by 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 1-02.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2014 Thermoplastic Markings/Casteel 1 - 3 April 16, 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- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2014 Thermoplastic Markings/Casteel 1 - 4 April 16, 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: i 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. If the successful bidder fails to provide these documents within this 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one working day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. 2014 Thermoplastic Markings/Casteel 1 - 5 April 16, 2014 Project Number: 14-3001 j No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE FIRST PARAGRAPH: 1-03.4 Contract Bond 5. The Contract Bond shall remain in force for one year following the Final Acceptance Date to ensure defects are corrected during the one-year guarantee period. SECTION 1-03.7IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal I The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH, SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 2014 Thermoplastic Markings/Casteel 1 - 6 April 16, 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 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. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. 2014 Thermoplastic Markings/Casteel 1 - 7 April 16, 2014 Project Number: 14-3001 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Potential locations for a staging and storage area are shown on the plans. The City has obtained all permits and approvals necessary for the Contractor's use of this site within the limits shown on the plans and specified herein. Should the Contractor choose not to use the City-provided staging and storage area(s); the Contractor may pursue a different location. It is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose not to use the City-provided staging and storage area, the Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 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 the thermoplastic work. I 1-05 CONTROL OF WORK 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. 2014 Thermoplastic Markings/Casteel 1 - 8 April 16, 2014 Project Number: 14-3001 If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1. The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2014 Thermoplastic Markings/Casteel 1 - 9 April 16, 2014 Project Number: 14-3001 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready, for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. 2014 Thermoplastic Markings/Casteel 1 - 10 April 16, 2014 Project Number: 14-3001 Upon correction of all deficiencies, the Engineer will notify the Contractor, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify 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 l affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. 2014 Thermoplastic Markings/Casteel 1 - 11 April 16, 2014 Project Number: 14-3001 Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: 2014 Asphalt Overlays Project consists of removing and replacing asphalt pavement sections, replacing intermittent sections of sidewalks, full width roadway grinding, and full width asphalt overlay along Central Avenue and S. 212'h Street. Said work will require temporary lane closures and staging of construction equipment. 2014 Asphalt Grinding and Repairs Project consists of asphalt grinding and repairs at various locations throughout the City. Said work will require temporary lane closures and staging of construction equipment. 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. 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 2014 Thermoplastic Markings/Casteel 1 - 12 April 16, 2014 Project Number: 14-3001 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. i 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, IC, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions. The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. 2014 Thermoplastic Markings/Casteel 1 - 13 April 16, 2014 Project Number: 14-3001 The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) shop Drawings, Product Data, and samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. 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. 2014 Thermoplastic Markings/Casteel 1 - 14 April 16, 2014 Project Number: 14-3001 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC SECTION 1-07.1 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.1 Laws to be Observed The Contractor shall always comply with all Federal, State, or local laws, codes, rules and regulations that affect work under the contract. The Contractor shall also be responsible for the safety of its workers and shall comply with all applicable safety and health standards and codes. In cases of conflict between different laws, codes, rules, or regulations, the most stringent law, code, rule, or regulation shall apply. 2014 Thermoplastic Markings/Casteel 1 - 15 April 16, 2014 Project Number: 14-3001 The City will not adjust payment to compensate the Contractor for changes in legal requirements unless those changes are specifically within the scope of RCW 39.04.120. For changes under RCW 39.04,120, the City will compensate the Contractor by negotiated change order as provided in Section 1-04.4. SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including 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 2014 Thermoplastic Mark!ngs/Castee1 1 - 16 April 16, 2014 Project Number: 14-3001 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 j tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.6 Permits and Licenses The City has obtained the following permits: None j 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 2014 Thermoplastic Markings/Casteel 1 - 17 April 16, 2014 Project Number: 14-3001 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 facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- 2014 Thermoplastic Markings/Casteel 1 - 18 April 16, 2014 Project Number: 14-3001 marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. I The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturvLink Comcast Tonna Baruso Jerry Steele (253) 372-5360 (206) 391-1763 (206) 387-3263 (cell) Puget Sound Energy Verizon Anita Yurovchak Louise Popelka (253) 476-6304 (425) 201-0901 (425) 766-1740 SECTION 1-07.18 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.24 Rights of Way All work will be performed with the existing rights of way. The Contractor's construction activities shall be confined to the existing rights of way, unless arrangements for use of private property are made. 2014 Thermoplastic Markings/Casteel 1 - 19 April 16, 2014 Project Number: 14-3001 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 OYADDING THE FOLLOWING NEW SECTION; 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06,6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 2014 Thermoplastic Markings/Casteel 1 - 20 April 16, 2014 Project Number: 14-3001 7. Request to sublet, for approval by the Engineer, of all subcontractors. 8. Installation instructions per Kent Special Provisions Section 8-22.3(5). SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING. 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or after 6:00 p.m, on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. I Permission to work between the hours of 10:00 p.m. and 12:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining 2014 Thermoplastic Markings/Casteel 1 - 21 April 16, 2014 Project Number: 14-3001 property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1. If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. 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 2014 Thermoplastic Markings/Casteel 1 - 22 April 16, 2014 Project Number: 14-3001 information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH AND SIXTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING; 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended, for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension, if (1) the performance would have been suspended, by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended, for an unreasonable period of time and such suspension, is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 2014 Thermoplastic Markings/Casteel 1 - 23 April 16, 2014 Project Number: 14-3001 SECTION 1-03.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1. Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets I 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. 2014 Thermoplastic Markings/Casteel 1 - 24 April 16, 2014 Project Number: 14-3001 9. Legal gross weight in Remarks section. 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING. 1-09.5 Deleted or Terminated Work The bidders and Contractor should note that in the case the unit bid prices exceed those anticipated by the City of Kent, the City reserves the right to delete portions of the work to avoid re-bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted funds. Deletions would be made if bids exceed available funds, if weather conditions are poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following location lists: f 2014 Thermoplastic Markings/Casteel 1 - 25 April 16, 2014 Project Number: 14-3001 SCHEDULE I Location Cross-Street Crosswalk Side Legend Legend /Railroad (Y/N) (Y/N) 84th AveS Spur Line Y Both Y Xing/Stop S 208th St 96th Ave S Y N E&W N S 212th St 59th Ave S y North,West,&East N SE 212th St 66th Ave S y All N SE 212th St 68th Ave S Y All Y Bus Stop,Arrow,and Carpool Diamond SE 212th St 72nd Ave S y All Y Arrow and Carpool Diamond SE 212th St UPRR N Both Y Xing/Stop SE212thSt Interurarn Y Mid Block N SE 212th St 76th Ave S Y South&East Y ONLY and Arrow SE 212th St 77th Ave S Y North,West,&East Y Arrow and Carpool Diamond SE 212th St BNSFRR N Both Y Xing/Stop SE 212th St 84th Ave S y All Y Arrow SE 232nd St Lakeside Blvd y North,South&West Y Arrow SE 240th St 94th Ave S Y All Y Arrow SE 240th St 100th Ave Y AII N SE 256th St 124th Ave SE Y All ONLY,Carpool Diamond,and Y Bike Symhal SE 259th St Interurban Trail y Mid Block N SE 260th St 101st Ave SE y All Y Arrow SE 260th St 104th Ave SE y All Y ONLYand Arrow SE272ndAve 26th Ave. S y All Y Arrow Canyon Dr 94th Ave 5 y All y ONLY and Arrow W James St 4th Ave N Y South,East,&West Y ONLY and Arrow WJames St Lakeside Blvd y West N Kent-Kangley Rd 111th Ave SE y South,East,&West Y Arrow Kent-KangleyR.d 116th Ave.SE + All Y ONLY Kent-Kangley Rd 124th Ave SE Y All Y Arrow Kent-Kangley Rd 132nd Ave SE Y All Y ONLY and Arrow W MeekerSt 2nd Ave S Alf N E Meeker St Central Ave N Y North,South&West Y Arrow W MeekerSt Interurban Trail y Mid Block F Meeker St Railroad Ave Y All N Reith Rd 42nd Ave S y S&W y ONLY&BUMP Reith Rd Military Rd y All Y Arrow Ramsay WayDELErfc 5th from 4th Ave Y Mid Block N Ramsay Wa+ DELETE 4th from 4th Ave `[ Mid Block N Ramsay Way DELETE 3rd from 4th Ave Y Mid Block N '. E Smith St Central Ave N Y All N E Smith St Rai l road Ave Y East Y Arrow W Smith St UPRR N Both Y Xing/Stop IF.Smith St BNSFRR N East y Xing/Stop 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: 2014 Thermoplastic Markings/Casteel 1 - 26 April 16, 2014 Project Number: 14-3001 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. S. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, 2014 Thermoplastic Markings/Casteel 1 - 27 April 16, 2014 Project Number: 14-3001 unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1-10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." 2014 Thermoplastic Markings/Casteel 1 - 28 April 16, 2014 Project Number: 14-3001 SECTION 1-10.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION. 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, construction signage, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2014 Thermoplastic Markings/Casteel 1 - 29 April 16, 2014 Project Number: 14-3001 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS)" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(3) of the WSDOT Standard Specifications. li 2014 Thermoplastic Markings/Casteel 1 - 30 April 16, 2014 Project Number: 14-3001 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-22 PAVEMENT MARKING SECTION 8-22.3(3)F IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness Pavement markings shall be applied at minimum 125 thousandths of an inch (mils) base line thickness measured from the top of the adjacent pavement surface to the top of the cooled marking. A 125 Mil thick plate will be laid on the road surface adjacent to the marking(s) to ensure the cooled plastic meets the 125 Mils required thickness. SECTION 8-22.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(5) Installation Instructions I Installation instructions for BC2000/BC2002 plastic markings shall be provided for the Engineer at or prior to the preconstruction conference. The instructions shall include equipment requirements, approved work methods and procedures, material application temperature range, air and pavement surface temperature requirements, weather limitations, precautions, and all other requirements for successful application and material performance. Do not use materials with incomplete or missing instructions. All materials shall be installed according to the manufacturer's recommendations. Instructions shall note whether a manufacturer's technical representative shall be present at the initial installation of plastic material to approve the installation procedure or the instructions shall include the material manufacturer's certification that the Contractor will install the plastic material in accordance with the manufacturer's recommended procedure. The instructions in addition to the above, shall specifically note the following: 1. The thermoplastic product to be applied is BC2000/BC2002. 2. No night work will be performed between 12AM and 7 AM. 3. Both the pavement surface and the air temperature at the time of application shall not be less than 50OF (as measured by a temperature gun) and shall be rising. The road surface shall be absolutely dry with no forecasted rain within the 8 hour working day. 4. BC2000/BC2002 shall be pre-heated to a temperature of at least 4250F (as measured by a temperature gun) within the melting hopper and applied in a molten state at a temperature of at least 400OF (as measured by a temperature gun) at the application wand where the product comes in contact with the road surface. 5. Two applications of plastic shall be required to complete all markings. A 125 Mil plate will be laid on the road surface adjacent to the marking(s) to ensure the cooled plastic meets the 125 Mils required thickness as specified in KSP 8-22.3(3)F. 2014 Thermoplastic Markings/Casteel 8 - 1 April 16, 2014 li Project Number: 14-3001 ! 6. On a daily basis, the Contractor shall provide a report to the Engineer with the following information: a. Job number and street. b. Crew Superintendent. C. Date, pavement surface temperature (IF), air temperature (IF), rain free forecast or rain forecast checked via what source, AM and PM actual weather. d. Bid items, quantity and location installed. e. Traffic control used, including number of hours. f. Start and stop time of shift. g. Product temperature within melting hopper prior to application. At a minimum, Contractor shall check product temperature within melting hopper every 30 minutes of work shift and provide documented results for Engineer. h. Product temperature at wand where product comes in contact with the road surface. Contractor shall provide results at each marking location (i.e. at each leg of an intersection) Contractor shall sign each day's report certifying that material was installed per contractor provided instructions to Engineer. i 2014 Thermoplastic Markings/Ca steel 8 - 2 April 16, 2014 Project Number; 14-3001 DIVISION 9 — MATERIALS 9-34 PAVEMENT MARKING MATERIAL SECTION 9-34.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-3 4.3 Plastic Plastic pavement marking materials shall comply with the specifications in Appendix A-3. i I 2014 Thermoplastic Markings/Casteel 9 - 1 April 16, 2014 ! Project Number: 14-3001 SCENT STANDARD PLAN The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-29 Traffic Calming Speed Cushion (sheet 1 of 2) 6-75M Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars, and Legends 6-78 Railroad Warning Pavement Markings it �I II i 2014 Thermoplastic Markings/Ca steel A - 1 April 16, 2014 Project Number: 14-3001 A I'WIDE THERMOPLASTIC EXISTING CURB STRIPE AND GUTTER w z N I SEAL COAT ENTIRE SPEED w _ CUSHION AREA(22'x 25') o w - SEE SPEED CUSHION SIDE TAPER DETAIL (TYP),SHEET 2 YELLOW CENTERLINE(SEE STANDARD PLAN 6-73), EXTEND CENTERLINE OVER AND 30'IN 22' ADVANCE OF CUSHION. MARKING DETAIL SPEED CUSHION NTS 100, _ 2"OVERLAY THIS AREA THERMOPLASTIC 6' 8' 25' 22' 25' 8' 6' LETTERING (TYP.) SEE STANDARD PLAN 6-76, 10, BUTT B INT _ _ }— _ ED I 10' C I BUTT — -- JOINT NOTES: t30"00" DISTANCE TO SIGN 1, SIGNS AND MARKINGS TYPICAL BOTH DIRECTIONS. O BE DETERMINEDIN 2, SEE STANDARD PLANS 6-82&6-83 FOR SIGN INSTALLATION. THE FIELD BY THE ENGINEER 3, A TEMPLATE MUST BE USED IN SHAPING THE SPEED TABLE. NGULAR("BUMP")ON WHERE ONLY ONE SPEED 4. SPEED TABLE MUST BE MADE IN TWO LIFTS, ON IS INSTALLED. BLACK ON YELLOW,4" S. 2"OVERLAY NOT REQUIRED FOR NEW PAVEMENT OR INGEXISTING PAVEMENT DETERMINED TO BE IN GOOD CONDITION BY THE ENGINEER. , Ls"x1s" pSEP S lI NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN OF SHE ONIC DUPLICATE.THE ORIGINAL,SIGNED BYTHE TEA ENGINE RRAND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ti 00 THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT ENGINEERING DEPARTMENT CALMING APO���FTEP�G\�Ft" SPEED TRAFFIC CUSHION TONAL EN w"......... SHEET i OF Y DESIGNm-DO SCP1E_ NDNE STANDARD PLAN DRAWN BD CHECKED DALE C-29 APPROVED �� V LJ September 2009 4 0 24"WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK BAR .SPACED 5 3 24" I I I I gl I o I ... ... w I I f=:13i o I '?: N, s 0 I `< I w I � r :c� .......... .... ... LH I I 4'(n'P) I I 1. I I I 1'STOP BAR --� TIRE TRACKS(TYR) *TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES:. ' 1. FOR ROADWAYS WITH MORE OR LESS LANES,THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES,AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC• 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S()SEi'IJrr AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ,� OF WA I ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. p Fe v 00 CITY OF KENT ENGINEERING DEPARTMENT N IT THERMOPLASTIC CROSSWALK 1, r6 21493 9 �0 MARKINGS �.t> SISTER'( Q`T' DESIGNED "li SSIONAL �Y�` DJMWN-__ BD SCALE NDNE _ SMNDARO PLAN CHECKED MTE C_7CL FN[r vn V Jltll APPRDY£D_ _ 1 � T_7" 51-911 ONLi o 0 N 0 N iV NOTES: 1. THERMOPLASTIC MATERIAL SHALL BE USED, UNLESS DIRECTED BY THE ENGINEER. 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. S(0)SE Pk NOTE:THIS PLAN IS NOT LEGAL ENGINEERING DOCUMENT BUT LENGTH VARIABLE o �v� OF WASH/ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT tiP x THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. y CITY OF KENT r� (1x ENGINEERING DEPARTMENT AhpF 149 'PF 2STE THERMOPLASTIC ARROWS, FS�ONAL EN�\� ''"°' STOP BARS & ONLY LEGEND STOP BAR DETAIL oEsicNm owH DIMM BB___ SCAIE NONE STDNDPRO PIAN CHECKED IAH _ 6�-76 omwm v VV APPROViD September 2009 i 6 7 EDGE LINE 3'-3" T-3" LANE LINE OR ? CENTERLINE 1"'Jyr p) 0 it o O N' D n z KEY: ti lO. RR CROSSING SYMBOL w Q 600 mm STOP BAR m 3O. W10-1 ADVANCE WARNING SIGN z M 4O. SEE THE MUTCD,PART 8,FOR LETTER -N CoC LAYOUT. U 3'_4' � w U w m � o w J W O N 4 u, y s o o io 5 � O � s � O @@ pp O NARROW RR CROSSING SYMBOL DETAILS o NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ry AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S���Pi Z ENGINEER AND APPROVED FOR PUBLICATION 15 KEPT ON FILE AT WASy�ry �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. S S mP SN z CITY NOOI EERIO T DEPARTMENT J RAILROAD WARNING -o ,p 21493 PAVEMENT MARKINGS �0,1' FGISTl' (v�v RAILROAD-HIGHWAY GRADE CROSSINGS F G�� DAAWN� BB SCALE NONE "78 NARROW PAVEMENT MARKING PLACEMENT DETAIL 0NAI- EN DHEDKED :Ate -APPROVED ' 5epternb er2009 i WSDOT STANDARD PLANS ROADWAY DELINEATION M-7.50-01 High Occupancy Vehicle (HOV) Lane Symbol Layout M-9.50-01 Bicycle Lane Symbol I I li I 2014 Thermoplastic Markings/Casteel A - 2 April 16, 2014 Project Number: 14-3001 SCm IMpq ts'? t7 F• Ifs g� cm �3 m� W v� 2 n A'Z4 .0-.B ,Z Z� s, F �_- — i 5 x y � F ,� - - 134tltl1 11 - - - i0 NOLL03ll14 t 1 t i w 4 i 'NIW 133d OBe 0Ni0YdS 133N13.W0 i_ ' � ,M/1133i 0004=ONIOtldS AYMHOIH I ' tlNfNB NNYN �A9 NNtld0 - - - O ® �a §m VI ' 4 P�wR If4p, g o 4, o W E a m @@o a � � I I i �.- r i Iff � C� Em Z mmN S tA m WS IK IM U FA AM- v.�=;- . °LifVtll � w WMS Xtl 'A9 WA G THERMOPLASTIC S ECI IATI i 2014 Thermoplastic Markings/Ca steel A - 3 April 16, 2014 Project Number: 14-3001 I PRODUCT DATA SHEET iRAfk10 6FPETV 601.4S101i4 NN'MTE IIYi)ROCARBON I XTI2TJDE TEIERMOPLASTIC TRAr' TC MARIC[NG MATEP,TAL ! 8820.00/BC2000 DESCRIPTION: Louis Traffic Safely Solutions' hydrocarbon Thermoplastic roftectoriied pavement (narking material is intended.for ose.on I Porthuid cement in asphalt concrete road surfaces. It is a 100%, solid material that must be pee-heated to a ternpixantre,of at least 425OF(2180G),and applied.in a molten state 1P a pavemenl surface at a temperature of at least 4001'(204°C) Road%vay surface temperature at the time offlpplicadon shall not be less than 5011--(i0°C)mmil.shall be rising, The road-smiace shall pe absolutely dryy with no fctecasted rain for the day.. Upon.cooling.m normai pavement temperature, thermoplastic:provides a very durable ~ harking material fen high traffic areas.. - - - CHARACTERISTICS DF FINISM,D TIIERMOPI,AWO, (typical) 'Binder,%by weight 19.2 Glassl1eads,AASHTOM-247,°6,.by welghy 30,5 - Titanium Dioxide,°%by weight. 10.1 Tests on materiala€ter4 hoors,neat withsdrringat425OF-t2°F(2180C+l°C) Softening Point, T 1025 Teusile and.Sireog.th,psi ;275 Hm dacss,:Sbore A2 C 115't2t(461°C) 51 Daylight Refleo(atce 83.39 Yellowness Index 02 Specific Gravity 2,02 DIJV TIME Whet)applied to jIle pnvement,rthe thermoplastic materiat shall be sufficiently hack-free to,cariy n•aiGc:in not more than 2 minutes when.pavement surface temperature is at 50±30F (100C),. and not mare than 10 minutes when pavement surface temperature is 130±3°F(54°C). t'VEIRN TO)USP PRIMER. use'ihe tbernmoptastio manufacturer's rectum8nended primer on all Pordand concrete:and on asphalt surfaces that armmore than 2_ years old, oxidized:and/or have aggregate exposed, Cheek to make sure that tho coverage is adequate and allow prhocr to cure according to manufacturer's h stnictions liefgre upplying thermoplastic. PACIGAGINC Htmis.Traffic Sat`co,Shcutlon's Hydrocarbon Theunoplastio is available in granular form packaged in 50114(22.71tg)tgeltable.hags that are cotnpatilile_kdf the.thermoplastiq allowing dmam to melt :and become part of the hot moll mixture ad appllgation. tclnpOature. This product is packaged under the production code SS2000. Ii has the brand name OPSC2000'; MATE RIAI.SA)PUY DATA SHEET AVAI[A13I11,UPON REQUEST Rev:12123II ll The Product Date;offeted herein is, to the best of our knowledge,true and accurate, but all recoinmendatioris are made with4 if warning;.expresgechor unpiied:Because the conditions of use are beyond our control,neither Ennis Traffic SafctySo"Solid nor.ifs agents shall be liable for any injury, loss�or damage,direct or consequential,arising from the-use'or the inability to use the ptdd ict. desorlbed'hore n,No'person is all far izod to mako any statement or recotnmendatlon not cmdaitted hl the Product Data;and amp% suoli statement or recginmendation,if made,shall not bind tha Corporation Further,nothingnonodned herein shall b'e construed as a�reeommendation to:use any product in'conflict with existing patents; and no license under the claims of any patent is either implied or grl tell., Ennis TTrtaf;Ge safety Solatiots 591,014.Central FApt essivay,Suite 1050 Dallas TX 75A(5 1.800-31I.8118 i ENNIS PRODUCT DATA S$IEH+T TFFPFI C'BAFETY-BOLVTIOH6 YELLOW LEADFREEHYDRO EXTRUDE THERMOPLASTIC TRAFFIC MAID NG MATERIAL 882002/BC 2002 DESCRIPTION: Etinia Traffic Safety.Solutions' Hydrocarbon 'Thermoplastic refleatorized pawmeni,tnarldng material is intended for use on Portland cement•<or asphalt coup etc road§urfaees.,It,is n 100%solid materiaT that must be pre-heatedton temperature of at least. 425"F(218°C);.and applied in a molten state to pavement suiface,at a temperature of at leasl 400bF(204°Fi);Roadway surface temperature at the time of:Application shalt not be less than 50'F'(10°C)and shall be,rising. The road surface,shall be absolutely -- dry With no lbrecasted,.rain.for-the day, Upon cooling to normal paverrient temperature, thermoplastic provides a very durable. marking material for high traffic areas. CHARACT tRISTICS:OP FIMSAED THERMOPLASTIC: (typical) Binder,%by.weight 19.4'. Class scads,AASATt714 247,`/"by weight 30.2 Test's on material after 4 hours heat with stirring at 425°1r (218"F+)"C) Softentrigpbint,`C 1025- Tensile Bond Strength,psi 275' hardness;ShoreA2 @ 115°F(4VC) 5,5 i f Dayligltl.Reflectance 48;90 Speciha Gravity 2.04 DRY TIME When applied to the pavement;the thermoplastic material shall be sufficiently:tack-free.(O;carry traffe fit not more,than 2.minutes when pavement surface temperature is a[ 5U±$°F(t 0"G), and not more than I0 ininutes when pavement surface temperature is, 130a3a131(540Q. MWEN TO USE P►2Dv= Use the thelituiplos'tie manufacturer's recommended,Pbiher on all;PorrIand concrete,and on asphalt sm facestbdt are more than 2 years:old, oxidized And/or have aggregate exposed, Cheek to make sure that the coverage is adequate-and allow primer to clue. according to ntanufaelurer's:instructions l etore applying thermoplastic; PACKAGING Ennis Traffic,Safety Solution's Hydroctirbon Thermoplastic is available In granular,for'in packaged nt 501b;(22.7kg)meltablelitigs that are compatible NNgth the. thernaopiiistic allowing.thiun to melt and become part of'tlie. ]lot. melt mimure at application I temperature; I'roductispackagedtlsingproducUon cocle8S2002, Thobrandnanreis�`BC2UO2"° MATLRTAL SAFETY DATA SI3EET AVAILA13LEE VPONPX,QITST Rev, 1V21110 the Product Date-offered herein is, to the hest of our kiloviJedge,true and aecnratq, but-all recorrmcndathu are made t%*houl warning;expimsed or implied. Because the conditions of use are beyond our control,.neither Dolls TintTic Safety Solutions,nor its agents shall be liable for any inju,(y,loss or damage,direct or eoirsequeo,(ial,Arising from[he;use or file!liability to use tlie'prdchict described here;n,No person is authorized to,make any statement ol•a:ecomnrandation not contained in the Product Data, and any such statement or recommendation,if made,shall not bind the.Corporation.Fvrthcr,nothing contained herein shall be,construed as a recommendation.to use ally product In conflict with existing:palerits; and no license under the claims of anypatent is either ml 'I o, gr "",I: Ennis Tmffie Safety So](ttfons 5910 N.Central Expressway,Svrite 1050 Dallas,TX 75206 44900-331.8118 I LOCATION MAPS AND SITE DESCRIPTIONS SCHEDULEI Location Cross-Street Crosswalk Side Legend Legend /Railroad (Y/N) (Y/N) 84th Ave Spur Li ne Y Both Y Xing/Stop S 208th St 96th Ave 5 Y N,E,&W N 5 212th St 59th Ave S Y North,West,&East N SE 212th St 66th Ave S Y All N SE 212th St 68th Ave 5 Y All Y Bus Stop,Arrow,and Carpool Diamond SE 212th St 72nd Ave S Y All Y Arrow and Carpool Diamond SE 212th St UPRR N Both Y Xing/Stop SE 212th St hiCerobam Y Mid block N SE 212th St 76th Ave S Y South&East Y ONLY and Arrow SE 212th St 77th Ave 5 Y North,West,&East Y Arrow and Carpool Diamond j SE 212th St BNSFRR N Both Y Xing/Stop SE 212th St 84th Ave S Y All Y Arrow SE 232nd St Lakeside Blvd Y North,South&West Y Arrow j SE 240th St 94th Ave S Y All Y Arrow SE 240th St 100th Ave Y All N SE256thSt 124th Ave SE Y All ONLY,Carpool Diamond,and Y Bike Symbal SE259Lh5t Interurban Trail y Mid Block N SE 260th St 101st Ave SE Y All Y Arrow SE 260th St 104th Ave SE Y All Y ONLY and Arrow SE 272nd Ave 26th Ave S Y All Y An ow Canyon Dr 94th Ave S y All Y ONLY and Arrow W James St 4th Ave N Y South,East,&West Y ONLY and Arrow W James St Lakeside Blvd Y West N Kent-Kangley Rd 111th Ave SE Y South,East,&West Y Arrow Kent-Kangley Rd116th Ave SE y All Y ONLY Kent-KangleyRd 124th Ave SE Y All Y Arrow Kent-Kangley Rd 132nd Ave SE Y All Y ONLY and Arrow W Meeker St 2nd Ave S All N E Meeker St Central Ave N Y North,South&West Y Arrow W Meeker St Interurban Trail Y Mid Block E Meeker5t Railroad Ave N Y All N Reith Rd 42nd Ave S Y S&W Y ONLY&BUMP Reith Rd Military Rd Y All Y Arrow Ramsay Way DELETE 5th h-om 41h Ave Y Mid Block N Ramsay Way DELETE 4th from 4th Ave Y Mid Block N Ramsay Way DELETE 3rd h am 4th Ave Y Mid Block N E Smith St Central Ave Y All N E Smith St Rai l road Ave Y East Y Arrow W Smith St UPRR N Both Y Xing/stop E Smith St BNSFRR N East Y Xing/Stop 2014 Thermoplastic Markings/Casteel A - 4 Aprll 16, 2014 Project Number: 14-3001 —I N Li 36 aT1T061. _ L 1 i t "•�N' ,_I I I ,:- Ij it T.lIII J:71n7 z,RO- � Lf �� - lI �� 7� �1 _{�S� �( mIJ owi y �I� ' a� S(sAVv t, It I�,l Tr�� � J -IIII( Fit ��� fI` � � IY3 ' , i'�� I �°'�� �f-I(I •� SaTyg ---1.'f a� 1 �, T. 171��'� "YI � Jr ,451,I rl�fl :7. Ll�,i "I I � I `1 1� t i �lI I I ,� O�l� �� P21�IooA96y1� $ -� - rL ��{{,,��,, I Mi J� n PH 011HA fff Rail oda �� - �li��� �- N .II san BG � '. zi AJMN r L� li%aileXM61 I I1� � 1 a�L� - � cu - VII11 �� AR Ito �`' f;WJI \, J' �.I O �.I J JI—r_�—r—I l — —1 ✓'�- 1cc L"7 jj �I �— _ _ n U ILr irr. S�nVSL ,��asi� r rsCili mMil -fit I _ -1 LLl _ MOm l AR' t 'rIww �� Srl��(�( r� e rIv , 1 - any UTl `� _.' J.1 - -S� a -atr� ) Ll,J ,�� ��� i 35 anyb a ��1� �' -r 1" l t� 11 n r�ljj�.s b t J� i r� I ` I • }' � L��"^��—��� �Fl I � Jn'�"{+'��` toSavrtt �w ' '' �I��y� �� WE, rT i--- SenvaLc 47 r - a _ Ic I rs vz— A w �J V FIT c K �i JPi %i6j96u!atls ti�� .(-�'itd�Ta��� -'-i.✓�.) UI � JIL a �� C u! C N an dfl N t rn ju Tic _ l� �� �__ � Itj '/Uf(� ^�•���� k s� co ' � �' ��n -��—� ��l i f �I r a (NO / —H� rap q� r«, m '=�'•� {' � { r ` � �, , ��'�- �' / b �rl « �_ i TRAFFIC CONTROL ROL L N I 2014 Thermoplastic Markings/Casteel A - 5 April 16, 2014 Project Number: 14-3001 i <AHEAD> W20-1 ® o WORK VEHICLE m a WORK VEHICLE ARROW DOBOARDII-° °O RpAp (RASHUG CAUTION) 5W ARROW BOARD W20-1 ASM Sa (FNC GAUTON) MINOR ROADWAY !! .1� Il� vkr ROAD CHANNELIZATION DEVICE WORK SPACING (FEET) I WORK VEHICLE AHEAD TAPER TANGENT -ID a,- h<; W20-1 10 20 ° W?R�11�111 DIST NC = ORBETWEEN SIGNSA B C ARROW BOARD URBAN 200 FT 200 FT 200 FT I (SEOUF.NTAL CHEVRON) (SEOUENTAL CHEVRON) 25/30 MPH v URBAN STREETS RESIDENTIAL'& 350 FT 350 FT 350 Pi BUSINESS DISTRICTS ° — 35/40 MPH e RURAL ROADS & URBAN ARTERIALS 500 FT 500.FT 500 FT 45/55 MPH MINIMUM TAPER LENGTH =L (FEET) OR j LANE WiD1H POSTED SPEED MPIR (FT) 25 130 35 140 145 7 B W4-2L W4-2R 10 105 150 205 270 450 0 11 175 1O5 225 295 M195 �o 12 112511120124513201540 MTT INIE*W2C ,moo OR CLOSED O AHEAD s -5R W2C-5L GENERAL NOTES ROAD i 1. ALL SIGNS AND SPACING SHALL CONFORM WORK TO THE MUTCD AND CITY OF KENT hHEAD SPECIFICATIONS I EGEND 2 PRIORITY PASSAGE AIROUGH WORK AREA - W70-1 NZ SIGN LOCATION FOR EMERGENCY VEHICLES SHALL BE (TEMPORARY MOUNT) PRONDTD AT ALL TMES, j 3. AIFRT METRO TRANSIT 5 DAYS IN © TEMPORARY TRAFFIC ADVANCE(IF APPUCABLE), CONTROL DEVICE (CONES) I 4, PROTECTIVE VEHICLE RECOIAMBVOED-MAY BE A Y%K VEHICLE I O ARROW BOARD ! 5. DENCES SHALL NOT ENCROACH INTO (FLASHING CAUTION) i ADJACENT LANES aoa ARROW BOARD ! Py ALL SIGNS 48'x40'B/O UNLESS (SEQUENTIAL CHEVRON) OTHFRMSE SPECIFIED. , 7, CHANNEUZATION DEMCES ARE PROTECTIVE/WORK STANDARD TRAFFIC CONES. •'� VEHICLE O. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT GRADE IIIIERSECRONS AND/OR DRIVEWAYS. 9, ALERT AFFECTED RESIDENTS M40 BUSINESSES- TRAFFIC CONTROL PLAN LANE CLOSURE IT AT INTERSECTION CITY OF KENT scA�E Nrs _ ExlnDrc i ENGINEERING bEPARTMENT DATE APRL 2013 I i I I li OV3HV � I OV021 L-OZM sa dDiS I OL I� 0lwad 39 £-OZM b LEGEND VL-OZM SZ SIGN LOCATION o (TEMPORARY MOUNT) x g N © TEMPORARY TRAFFIC o CONTROL DEVICE (CONES) I ° ° PROTECTIVE/WORK ° # VEHICLE CHANNELIZATION DEVICE ° FLAGGER LOCATION SPACING (FEET) ` TAPER TANGENT 10 20 3s WORK VEHICLE DISTANCE ROAD-TYPE BETWEEN SIGNSURBAN A B C 25/30 MPH 200 fT 200 FT 200 FT URBAN STREETS ° _ RESIDENTIAL & 350 FT 350 FT 350 ]FT ° BUSINESS DISTRICTS 50' mtn 35/40 MPH ° 100' max RURAL ROADS & ° URBAN ARTERIALS 500 FT 500 FT 500 a 45/55 MPH A GENERAL NOTES: - Tp' W20_7A j 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT .SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA e FOR EMERGENCY VEHICLES SHALL BE V120-4 PROVIDED AT ALL TIMES, ONE LANE 3, ALERT METRO TRANSIT 5 DAYS IN _— ROAD ADVANCE (IF APPLICABLE), p}IFjp 4. PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. 0 5. DEVICES SHALL NOT ENCROACH INTO ROAD ADJACENT LANES. lz WORK 6. ALL SIGNS 48"x48" B/O UNLESS AHEAD OTHERWISE SPECIFIED, 7. CHANNEUZATION DEVICES ARE W2.0-1 STANDARD TRAFFIC CONES. 8. ALL SPACING MAY BE ADJUSTED TO TRAFFIC CONTROL PLAN I ACCOMMODATE AT GRADE INTERSECTIONS TYPICAL AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND CLEAT FLAGGER CONTROL I BUSINESSES. CITY OF KFNT SCALE--n'�-_.------ EXHIBIT ENGINEERING DEPARTMENT DATE _APRIL 2013_ _ Z PREVAILING E RATES 2014 Thermoplastic Markings/Casteel A - 6 April 16, 2014 Project Number: 14-3001 r ayc i v ii i State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/16/2014 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $41.69 5D 1 H 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 King Building! Service Employees Janitor $20.59 5S 2F 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 Emptoyees 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 King Carpenters Floor Layer $50.82 5D 1M King Carpenters Scaffold Erector $50.82 5D 1M King Cement Masons Journey Level $51.18 7A 1M King Divers It Tenders Diver $105.37 5D 1M 8A King Divers & Tenders Diver On Standby $59.50 5D 1M King Divers Et Tenders Diver Tender $54.82 5D 1M King Divers ft Tenders Surface Rcv it Rov Operator $54.82 5D 1M King Divers & Tenders Surface Rcv 8 Rov Operator $51.07 5A 1B Tender King Dredge Workers Assistant Engineer $53.001 5D 3F King Dredge Workers Assistant Mate (Deckhand) 1 $52.58 5D I 3F royc c v1 King Dredge Workers Boatmen $52.30 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 Vdorkers Oiler $52.58 5D 3F "King DLy atl Applicator Journey Level $50.82 5D 1 H King D€vvallTarrers 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) $7D.52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W King Flectricia s - Inside Certified Welder (tunnel) $68.10 7C 2W King Electricians_- Inside Construction Stock Person $35.69 7C 2W I King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shoo Craftsman $15.37 1 King Electricians - Motor Show 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 Ground person $42.56 5A 4A Construction King Electricians - Powertine Heavy Line Equipment $62.50 5A 4A Construction Operator King Electrician, Power Line Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powertine Pole Sprayer $62.50 5A 4A Construction King Electricians=Powertine Powderperson $46.55 5A 4A � Construciior� 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 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fia 9 ge-rs Journey Level $35.34 7A 31 lKingindustriaL Gtaziers Journey Level $53.76 7L 1Y Heat a Frost Insulators And Journeyman $58.93 5J 15 _Asbestos Workers Heating Equipment Mechanics Journey Level $69.37 7F 1 E Hod Carriers B Mason Tenders Journey Level $42.99 7A 31 Power Vacuurn Journey Level 1 $9.321 1 r oyc .� vi l.i it 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 King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cteanin /Sealing Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Of Grout Truck Operator $11.48 1 Sewer i Water Systems By Remote Control King Inspection/Cteaning/Sealing Of Head Operator $24.91 1 Sewer & Water Svstems By Remote Control King Inspection/Cleaning/Seating Of Technician $19.33 1 Sewer & Water Systems By Remote Control King Inspection/CleanindlSealing Of Tv Truck Operator $20.45 1 Sewer Ek Water Systems By 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 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 (under30 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 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 8[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 (hydraulic,diamond) King Laborers Dry Stack Walls $41.69 7A 31 King Cabarets 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 Faller Et Bucker Chain Saw $42.46 7A 31 King Laborers Fine Graders $41.69 7A 31 King Laborers Firewatch $35.34 7A 31 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 $42.46 7A 31 King Laborers Material Yard Person $41.69 7A 31 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 r PIJ.G J VI 1/ Rock, Sandblast, Gunite, Shotcrete, Water Bla 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 Reliner $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 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 King Laborers Sloper Sprayer $41.69 7A 31 King Laborers Spreader (concrete) $42.46 7A 31 King Laborers Stake Hopper $41.69 7A 31 King Laborers Stock Piler $41.69 7A 31 King Laborers Tamper Et Similar Electric, Air $42.46 7A 31 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 S j Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $65.09 7A 31 8�( r uyc � �n yi Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $68.77 7A 31 8S Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $74.47 7A 31 SAC 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 8S Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $83.59 7A 31 8�C Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $85.59 7A 31 84 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $87.59 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $43.09 7A 31 S Tender King Laborers Tunnel Work-Miner $43.09 7A 31 s King Laborers Vibrator $42.46 7A 31 King Laborers Vinyl Seamer $41.69 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 bt Topman $41.69 7A 31 It Water King Laborers - Llnderround .5_eu er 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 Lather_ Journey Level $50.82 5D 1H King Marble Setters Journey Level $50.12 5A 1M King Metal Fabriiig Fitter $15.86 1 King Metal Fabri Laborer $9.78 1 King Metat Fabri Machine Operator $13.04 1 King Metal FabriPainter $1L10 1 King Metal Fabrication (In Shy Welder $15.48 1 King thittwrieht Journey Level $51.92 5D 1M King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buitdings Electrician $11.56 1 King Modutar BL tdings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.561 1 King Modular Buildings Production Worker $9.40 1 r ayc i �� ii King Modular Buildings Tool Maintenance $11.56 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 King Plasterers Journey Level $49.29 zg. 1R King Playground R 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 E ui rnent 0 erators 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 $53.001 7A 3C 8P King Power Equipment 0perators 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 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $52.58 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power E ui ment 0 erators Concrete Pump: Truck Mount $53.00 7A 3C 8P With Boom Attachment Up To 42 m 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 Under r uyc a ui li King Power Equipment Operators Cranes: Friction 100 Tons $54.61 7A 3C 8P r Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $55.17 7A 3C 8P King Power E uipment Operators Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P 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 Equ pment Operators Crusher $53.00 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $53.00 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $53.49 7A 3C 8P King Power Equipment Operators_ Dozers D-9 Et Under $52.58 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $52.58 7A 3C 8P 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 Equipment Operators Finishing Machine, Bidwell And $53.00 7A 3C 8P Gamaco Ft 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 $53.001 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 Payer Equipment Operators Hard Tail End Dump $53.00 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment tperators Horizontal/directional Drill $52.58 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $53.00 7A 3C 8P Operator King Power Eouipment Operators Hydralifts/boom Trucks Over $52.58 7A 3C 8P 10 Tons King Power Equipment 0 erators Hydralifts/boom Trucks, 10 $50.22 7A 3C 8P Tons And Under King Power Equipment aerators Loader, Overhead 8 Yards. & $54.04 7A 3C 8P 'I 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 r ayc Ul i i King Power Equipment Operators Loaders, Plant Feed $53.00 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $52.58 7A 3C 8P King Power Eauipment Operators Locomotives, All $53.00 7A 3C 813 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) 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 '± 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 8P Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $52.58 7A 3C 8P Mantifts), 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 Posthole Digger, Mechanical $50.22 7A 3C 8P King Power Equipment Operators Power Plant $50.22 7A 3C 8P King Power Equipment Operators Pumps - Water $50.22 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $53.49 7A 3C 8P King Power Eauipment Operators Quick Tower - No Cab, Under $50.22 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $53.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $50.22 7A 3C 8P King Power Equipment Operators Rollagon $53.49 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 Materials King Power Equipment 0 erp ators 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 8P 45 Yards King Power Equipment Operators Scrapers - Concrete B Carry All $52.58 7A 3C 8P King Power Equipment Operators Scrapers, Self-propelled: 45 $53.49 7A 3C 8P r ayc lv v ii Yards And Over King Power Equipment Operators Service Engineers - Equipment $52.58 7A 3C 8P King Pgyder Equipment Oi erators Shotcrete/gunite Equipment $50.22 7A 3C 8P King Power Egui gent Operators Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $53.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment 0 erators Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Tractors: 15 To 30 Metric Tons King Powent Oper ttprs Shovel, Excavator, Backhoes: $54.04 7A 3C 8P er Equipm Over 50 Metric Tons To 90 Metric Tons King Fawer Equipment Operators Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Over 90 Metric Tons King Power Egniument Operators Slipform Pavers $53.49 7A 3C 8P — _ _ King Power Equipment_O orators Spreader, Topsider Ft $53.49 7A 3C 8P Screedman — King Power Equjpmr nt Operators Subgrader Trimmer $53.00 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $52.58 7A 3C 8P King ower Eguir�ment_O Ap, rators Tower Crane Over 175'in $54.61 7A 3C 8P Height, Base To Boom King Power Eguiprrtent Operators Tower Crane Up To 175' In $54.04 7A 3C 8P Height Base To Boom King Power Equipment Operator<_ Transporters, All Track Or $53.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $52.58 7A 3C 8P King Pony Equipment 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 Eguirment C?}orators Truck Mount Portable Conveyor $53.00 7A 3C 8P ! King Powt:r Equipment Operators Welder $53.49 7A 3C 8P King Power Eouipmei t Operators Wheel Tractors, Farman Type $50.22 7A 3C 8P King Power,Equipment Or:erators Yo Yo Pay Dozer $53.00 7A 3C 8P King Power Equipment Operator:r Asphalt Plant Operators $53.49 7A 3C 8P Underground Sewer rt Vtater King Power Equipment Operators- Assistant Engineer $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $53.00 7A 3C 8P Underground Sewer Et Water King Power Eguip neat Operators- Batch Plant Operator, $53.00 7A 3C 8P Ilndergmund Sewer ft Water Concrete King Power Equipment Operators- Bobcat $50.22 7A 3C 8P Underprowid Sewer at w-gter — — — King Power Equ pment Operators- Brokk - Remote Demolition $50.22 7A 3C 8P Underground Sewer & `✓dater Equipment King Rawer Equipment Operators- Brooms $50.22 7A 3C 8P Underground Sewer Ft Water rays King Power E uipment Operators- Bump Cutter $53.00 7A 3C 8P 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 SP P Underground Sewer Ft Water King Power Equipment Operators- Compressor $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $53.49 7A 3C 8P Underground Sewer a Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $50.22 7A 3C SP Underground Sewer Ft Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $52.58 7A 3C 8P Underground Sewer a Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $53.00 7A 3C 8P Underground Sewer a 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 a Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $54.04 7A 3C 8P Underground Sewer a Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $54.61 7A 3C 8P Underground Sewer Et 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 a 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 Underground Sewer & Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $54.61 7A 3C 8P Underground Sewer a Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $55.17 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $55.17 7A 3C 8P Underground Sewer a Water Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $52.58 7A 3C 8P Underground Sewer a 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 & Water (power) King Power Equipment Operators- Derricks, On Building Work $53.49 7A I 3C 8P Underground Sewer 1, Water King Power E9_uj_P_rnRnt_0,Operators- Dozers D-9 Et Under $52.58 7A 3C 8P Lmdenqrgund Sewer Ft Water King Drill Oilers: Auger Type, Truck $52.58 7A 7A 3C 8P Underground Sewer & Water Or Crane Mount King P0_weLE9_ui_P_1TIent Operators- Drilling Machine $53.00 7A 3C 8P i— UndpiorcurLd Sevvc�ra Water King Pow tr�EU12Meat Operators- _$ 0-22 7A _3C 8P Elevator And Man-lift: Under round_Sew�er Wp_(�r Permanent And Shaft Type King Power j2tent Operators-rs- Finishing Machine, Bidwell And $53.00-_7A _3C _8P U U _,tdergro�ul�dSew r &_Water Gamaco Et Similar Equipment King Ep���_rFui rn�enLD� Forklift: 3000 Lbs And Over $52.58 7—A _3C 8P Underground jj�der roujd_Sewer Et Water With Attachments King P --.2 2 Power 50 Forklifts: Under 3000 Lbs. With 7A 3C 8P Underground '1 — — .ndergij�und Sew§�. ai Sevier Attachments King Power E-qu—igment Oagrators- Grade Engineer: Using Blue $53.00 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc _L_ _ King Power_Equipment_Ope rator, Gradechecker/stakeman $50.22 7A 3C 8P Under round L-,ve(_& Water King Power EauiCxnent 0 eratars Guardrail Punch $53.00 7A 3C 8P .Underground Sewer Et Water King P2V±.'_r_E_qL_fl2_0ent 0 o ratqrs_ Hard Tall End Dump $53 49 7A 3C 8P 11—IldcIrg-Ijound—Sevier a Water Articulating Off- Road Equipment 45 Yards. It Over King Power Equipment Opqrators- Hard Tait End Dump $53.00 7A 3C 8P Underground Sewer Sewer_ftWater Articulating Off-road Equipment Under 45 Yards King Povler Eouipment Operators- Horizontal/directional Drill $52.58 7A 3C 8P Underground Sewer & Water Locator King Power E-quipment Qperator,.. Horizontal/directional Drill $53.00 7A 3C 8P .Underground LSewer Et Water Operator King Hydralifts/boom Trucks Over $52.58 7A 3C 8P lj_ndlergr�und �ewe�rb:V�ater 10 Tons King Power Equipment Hydralifts/boom Trucks, 10 ---�5022 _7A _3C _8P Underground Sewer ft Water Tons And Under King Power Equipment QRerators- Loader, Overhead_8Yards. a: _$5 Underground rqund Sewer & �OLqtg Over 4.04 7A 3C 8P King P0 _�_5349 7A 3CPower Loader, Overhead, 6 Yards. But A 3C 8P .Underground-Sewer & Water Not Including 8 Yards King Loaders, Overhead Under 6 $53.00 7A 3C 8P Under LLD_d_2L9_round Sewer Et Water Yards King Loaders, Plant Feed $53.00_7A 3C 8P Underground Sever & Water King Power Equi�inent Operators- Loaders: Elevating Type Bett $52.58 7A 3C 8P Underground Sewer_t Water King Power Equipment Opera Cars Locomotives, All $53.00 7A 3C 8P IP Underground Sewer 8: Water King Material Transfer Device $53.00 7A 3C 8P Underground Sewer Et Et Water King Power Egui ment Operators- Mechanics, All (leadmen - $54.04 7A 3C 8P Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $52.58 7A 3C 8P Underground Sewer Et Water finishing King Power Equipment Operators- Motor Patrol Graders, Finishing $53.49 7A 3C 8P Underground Sewer Et 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 813 Underground Sewer 0 Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $52.58 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $53.00 7A 3C 8P Lderground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $54.04 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $53.49 7A 3C 8P Underground Sewer It Water Tons Through 99 Tons King Power Egui menu___O�erators- Pavement Breaker $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Orators- Pile Driver (other Than Crane $53.00 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $52.58 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $50.22 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $50.22 7A 3C 8P Underground Sewer Et 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 Et 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 Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $50.22 7A 3C 8P Underground Sewer Et Water King Power E ui ment 0 erators- Roller, Plant Mix Or Multi-lift $52.58 7A 3C 8P Underground Sewer Ft Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $53.00 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $52.58 7A 3C 8P I� r uyc iT a� ii Underground Sewer a Water King Power E uipmer3t flperatars- Scraper, Self Propelled Under $53.00 7A 3C BP Underground Sewer Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $52.58 7A 3C 8P Underg ound Sewer£t water King Power Equipment O eratorp- Scrapers, Self-propelled: 45 $53.49 7A 3C 8P Underground Sewer Ft Vdat:er Yards And Over King Power Equipment Operators- Service Engineers - Equipment $52.58 7A 3C 8P I" nd rgrounri Sewer Ct Water King Power Egui n ent Operators- Shotcrete/gunite Equipment $50.22 7A 3C 8P Underground Sewer & )Neater King Power Equipment Operators- Shovel , Excavator, Backhoe, $52.58 7A 3C 8P Underground Sewer Ft )dater Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $53.49 7A 3C 8P i Underground Seyrer £t bVater Over 30 Metric Tons To 50 Metric Tons King Power Equipment,- erators- Shovel, Excavator, Backhoes, $53.00 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $54.04 7A 3C 8P Ender round Sewer 8 stater Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $54.61 7A 3C 8P Undc [ground Sewer Ft wake[ Over 90 Metric Tons King Power E.Uuipment Operators- Slipform Pavers $53.49 7A 3C 8P Underground Sewer 8 Water King Power Eguipment operators_ Spreader, Topsider Et $53.49 7A 3C 8P Underground Sevier 4'Hate'Hater Screedman King Power Equipment"Operatoin- Subgrader Trimmer $53.00 7A 3C 8P Underground Sewer ES Water King Power Equipment 0per atars Tower Bucket Elevators $52.58 7A 3C 8P Underground Sewer Et Water King Power Ec a P—r[Le t Operators- Tower Crane Over 175'in $54.61 7A 3C 8P lLnderoLloound Sewer £t Water Height, Base To Boom 'King Power Equ pn?ent Operators- Tower Crane Up To 175' In $54.04 7A 3C 8P UndeNround Sewer Fr irlater- Height Base To Boom King Power Equipment Operators, Transporters, All Track Or $53.49 7A 3C 8P Underground Se,,Yer Fr Water Truck Type King Power cq-uioment Operators- Trenching Machines $52.58 7A 3C 8P r Under round Sewer Et Water King P rn++er Egui menL Operators- Truck Crane Oiler/driver - 100 $53.00 7A 3C 8P Underground Sewer Et Water Tons And Over King Lower Operators- Truck Crane Oiler/driver Under $52.58 7A 3C 8P Underground Sewer Et Water 100 Tons King F'ovrer Eguipment Gperators- Truck Mount Portable Conveyor $53.00 7A 3C 8P Underground Sewer $ Water King Rawer Equipment Onerata ors- Welder $53.49 7A 3C 8P Undernround Sewer Et Water King Q,,ver Equipment Operators Wheel Tractors, Farmall Type $50.22 7A 3C 8P Underground Sewer Et water King Power Eguipment Operators- Yo Yo Pay Dozer $53.00 7A 3C 8P Underground Sewer Ee Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers 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 Trimmers King Refrigeration Et An Journey Level $72.46 6Z 1 G Conditioning Mechanics King Residential Brick Mason Journey Level $50.12 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22,641 1 King Residential Drywall Applicators Journey Level $39.62 5D 1M King Residential Drywalt Tapers Journey Level $50.87 5P 1E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L 1 H 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 PTefitters King Residential Refrigeration & 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 $42.151 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 211 (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 $25.171 1 King Roofers Journey Level $44.71 5A 3H King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $69.37 7F 1 E King Shipbuilding z Ship Repair Boilermaker $40.12 7M 1H King Shipbuilding Et Ship Repair Carpenter $38.24 70 3B King Shipbuilding 8 Ship Reoair Electrician $37.80 70 36 King Shipbuilding a Ship Repair Heat Et Frost Insulator 1 $58.93 5J 1S ra,jc ,. U] i, King jhi�bufld n, 8:�Shio Repair Laborer $36.78 70 3B King Shipbuilding h-IP-E-ea a i r Machinist $37.81 70 3B King Shipbuilding Et Shia Renai( Operator $40.15 70 -3B King Lh1pW1[.d1no & Ship_R ,Lr Painter $37.79 70 3B �e� - -- King Sliipb€ iEdin,-E ShIjLgekair Pipefitter $37.77 70 3B King 511i�buitdinP�f± Sla--Re air Rigger I- P $37.74 70 3B King Sandblaster $36.781 70 3B King Shipbuitcling 8: Snip ReDdir Sheet Metal $37.74 70 3B :i King S-hiDbuLldnig--ft--Ship Repair Shipfitter $37.741 70 3B King Shi2b 1-111ding EL Sh in Trucker $37.59 70 LB King ShipbuiLdjag-k hip Repair- Warehouse $37.64 70 3B . -L- -- - King ShipbuLtdin-g-& Sh a Repair Welder/Burner $37.74 70 3B King Sian Makers EL Installers Sign Installer $22.92 -_ Elecfiricai; - King Sign Makers & Installers Sign Maker $21.36 tE Leqtl_Icau King �Sjgn_MalkeFS EL Installers Sign Installer $27.28 Elr�ctrical) - King Sian Makers Et installers Non- Sign Maker $33.25 Elk-ctf�Cat King Soft Float' Lg refs Journey Level $42.15 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King 5001a Journey Level $69.59 5C ix Protection - - King Stage Rig gj[PMechanics JL!on Journey Level $13.23 1 Structural alI King Stone Masons Journey Level $50.12 5A 1M King Street And Parking Lot Journey Level $19.09 1 j,r�er Workers King Survevors Assistant Construction Site $52.58 7A 3C 8P Surveyor King S-Urvg)Lo-rs, Chainman $52.06 7A X 8P King Surveyors Construction Site Surveyor $53.49 7A X 8p King Telecommunication journey Level $22.76 1 Technicians I King Telephone Line-Construction - Cable Splicer $36.01 5A 2B Outside King Hole Digger/Ground Person $20.05 5A -2B Outside. King Telephone LineConstruction - Installer (Repairer) $34.50 5A -2B Outside King TtLeRh-Q-neLint-Construction - Special Aparatus Installer 1 $36.01 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer 11 -$35.27 5A 2B Outside King Telephone Equipment Operator $36.01 -5A 2B Outside (Heavy) King Telephone Line Construction - iTelephone Equipment Operator $33.47 5A 2B r ayc li vi .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 iM King Tile Setters Journey Level $21.65 1 King Tile, Marble a Terrazzo Finisher $37.79 5A 1B Finishers I I King Traffic Control Stripers Journey Level $42.33 7A 1K 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 a Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) 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 ft Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers a Irrigation Pump Oiler $12.97 1 Installers King Well Drillers ft Irrigation Pump Well Driller $18.00 1 Installers 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. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)horns after eight(8)regular horns Monday through Friday and the first ten(10)horns on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten (10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(,2)hours after eight('8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hour 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 mid one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half tunes the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays mid holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also he 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)thous on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage- K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage- 1 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 1. N. All hours worked on Saturdays (except makeup days) shalt 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 wages O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage_ All hours worked on Sundays, holidays and after twelve(12)hours,Monday through Friday and after ten (10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shalt be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two tunes the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The Cyst four (4) hours after eight (8) regular horns 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 horns worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday,the day before Saturday,Friday, and the day after Sunday, Monday,shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day)shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage Z. All hours worked on Saturdays and Smrdays shalt be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 2 ALL HOURS WORKED IN EXCESS OF E1GHT(8)HOURS PER DAY OR FORTY(40)HOURS PLR R'EF,K SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage- F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked of excess of eight(8)holCS on holidays shall be paid at double the hourly rate of wage. G. All hours worked oil Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two tunes the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R, All howl worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hairs 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 atone 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, teu-hour weekly schedule,either Monday thin Thursday or Tuesday thru Friday schedule,all hours worked alter ten shall be paid at double the hourly rate of wage. Time first eight(8)hours worked on the fifth day shalt be paidat 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 late of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGIIT(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 clay, or ten(10)hours of straight time per day when four ten(10)hour shifts are established, or forty(40)hours of straight time per week,Monday through Friday, or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours(12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay-Any shift starting between the hours of 6:00 pm and midnight shalt receive an additional one dollar($1.A0)per hour for all hours worked that shin The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtone work shall be.given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. B. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked over twelve(12)hours Monday through Saturday,and all hours 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, Chen any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage inchtding holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shalt be compensated for at j two(2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY (40) IIOURS PER WEEK SHALL BE PAID AT ONE.AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). 4 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 5. H. Holidays:New Year's Day, Memorial Day, Independence Day,Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6), I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: Now Year's Day, Presidents' Day, Memorial Day, Indepetndence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas,And Christmas Day(9). L. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays: New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(,6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half DayBefore Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Years Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After 'Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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 Om 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 Years Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, Tire Day After Christmas, And A Floating Holiday(10). 5 Benefit Code Key— Effective 3-5-2014 thru 8-30-2014 6. f. Paid Holidays:New Year's Day, Memorial Day,Independence Day,Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). T. Paid IIolidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7)- If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. if a holiday falls on Sunday, the following Monday shall be considered as the '.. holiday. 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. B. IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. IIolidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, 'The Friday After Thanksgiving Day, And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls oil a Saturday shall be observed as a holiday on the preceding Friday. D. Paid IIolidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls oil a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. 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. II. 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. 6 II Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 7. I. Holidays:New Year's Day,President's Day,Independeunce 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 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. I,. 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 After Or Before Christmas Day, And The Employees Birthday. 11). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays:New Year's Day, [lie day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,and the day after or before Christmas Day(10). If any of the listed holidays fat] 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 Benefit Code Key—Effective 3-5-2014 thru 8-30-2014 Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiers apply to depths of fifty feet or more: Over 50' To 100'-$2,00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'44.00 per Foot for Each Foot Over 150 Feet Over 220'-$5.00 per Foot for Each Foot Over 220 Feet C. hi 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 D. Workers working with supplied air on ha/mat projects receive all additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50,And Level C: $0.25, M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A&B: $1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B: $0.75,Level C: $0,50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit $2.00, Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the I'I shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup,maintenance !, and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. These classifications are only effective on or after August 31,2012, S. Effective August 31, 2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown oil approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana,or Idaho.This classification is only effective on or after August 3 I, 2011 T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho, This classification is only effective on or after August 31,2012. 8 v KGNT Agenda Item: Bids - 9B W AS HINGIGN TO: City Council DATE: May 20, 2014 SUB3ECT: 2014 Thermoplastic Markings Project- Award MOTION: Move to award the 2014 Thermoplastic Markings project to Apply- A-Line Inc. in the amount of $277,695.00 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 installing 3,930 feet of plastic stop lines, 14,900 square feet of plastic crosswalk lines, 16 each of plastic carpool lane symbols, 22 each of plastic railroad crossing symbols, and 141 each of plastic arrow symbols. EXHIBITS: Memo Dated 5/13/2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of the Business & Occupation Funds. REQUEST FOR MAYOR'S SIGNATURE 16ET17 Please Fill in All Applicable Boxes '= '�(F,viewe by Director i inator's Name: Kelly Casteel pt/Div. Engineerin Extension: 5561 — Date Sent: Date Required Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: 60 working da s VENDOR: Apply-A-Line Inc. DATE OF COUNCIL APPROVAL: 5/20/14 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation;of Document: The attached construction agreement is with Apply-A-Line, Inc. for the 2014 Thermoplastic Markings Project. The project consists of installing 3,930 linear feet of plastic stop lines, 14,900 square feet of plastic crosswalk lines, 16 each of plastic carpool lane symbols, 22 each of plastic railroad crossing symbols, and 141 each of plastic arrow symbols. For additional information, see the attached Council motion sheet. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department). f , Received: �'"�s # � {JiJ "� Approval of Law Dept.: p p Law Dept. Comments: i✓ � � Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: �� .. Recommendations and Comments: Lx4+y, Disposition: r � `,� I€t � ' Date Returned: 1