Loading...
HomeMy WebLinkAboutPW14-234 - Original - Transportation Systems, Inc. - 2014 Downtown Parking Sign Replacement - 09/26/2014 �. Records l�l �nagemen KENT ;==rv, Document W asniHcrnn a i CONTRACT COVER SHEET i 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: Transportation Systems Inc. Vendor Number: JD Edwards Number as Contract Number: This is assigned by City Clerk's Office Project Name: 2014 Downtown Parking Sign Replacement Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: Date of the Mayor's signature Termination Date: 40 working days Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kelly Peterson Department: Engineering Contract Amount: $66 075 00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Replacing faced parking signs and provide a consistent message for parking in the w downton area. ' As of: 08/27/14 I KEPT WA Agenda Item: Bids - 9B S!{�NGTgk TO: City Council I DATE: September 16, 2014 SUBJECT: 2014 Downtown Parking Sign Replacement - Award MOTION: Move to award the 2014 Downtown Parking Sign Replacement Project to Transportation Systems Inc. in the amount of $66,075.00 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 2014 Downtown Parking Sign Replacement Project will replace faded parking signs and provide a consistent message for parking in the downtown area. This project implements recommendations of a parking study that included input from the Kent Downtown Partnership, Public Works, and Economic and Community Development. EXHIBITS: Memorandum, dated September 9, 2014 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: This contract will be funded out of the Downtown Subarea Action Plan Implementation budget. i i i TABINDEX Tab 1 Bidder"s Package PaymentTab 2 and Performance and Contract i Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Sign Plate Images Tab 7 Downtown Area Maps Tab 6 Sidewalk Closure Plan Tab 9 Prevailing Wage a Rates i I, IT'S OF KENT KING COUNTY, WASHINGTON i KENT SPECIAL PROVISIONS FOR Parking2014 Downtown Replacement BIDS ACCEPTED UNTIL September 9, 2014 1.2.00 P.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 WASHINGTON � BIDDER'S NAME Transportation Systems Inc. CITY OF KENT KING COUNTY, WASHINGTON ENT SPECIAL PROVISIONS FOR Parking2014 Downtown Replacement BIDS ACCEPTED UNTIL September 9, 2014 12:00 P.M. i 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 � II N WASHINGTON j BIRDER OF CONTENTS Invitation to Bid Contractor Compliance Statement I Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement i Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Sign Plate Images Downtown Area Maps I Sidewalk Closure Plan 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 September 9, 2014 up to 12:00 p.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 12:00 p.m. for the City of Kent project named as follows: 2014 Downtown Parking Sign Replacement The project consists of removing 146 parking signs and installing 151 parking signs provided by i the City in the downtown core. The Engineer's estimated range for this project is approximately $55,000 - $70,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Kelly Peterson at (253) 856- 5547. 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 sixt (60) days after the day of bid opening. Dated this 21s` day of August, 2014, - > BY: Awl- `Ronald F. oor2,'City Clerk Published in Kent Reporter on August 29, 2014 Daily Journal of Commerce on August 26 & September 2 2014 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 9/8/2014 This statement relates to a proposed contract with the City of Kent named 2014 Downtown Parking Sign Replacement I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, tmve-rmat, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Transportation Systems Inc. NAME OF BIDDER President BY: SIGNAT RE/TITLE Bryson D Huie 6917 166th Ave E i Sumner, WA 98390 ADDRESS I� (Note to Bidders: The information required in this Compliance Statement is informational only) j Downtown Parking Sign Replacement/Peterson 1 August 21, 2014 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. I 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. I By signing below, I agree to fulfill the five requirements referenced above. By: For: Tran partation Systems, Inc . i President Title: Date: 919t2014 I Downtown Parking Sign Replacement/Peterson 2 August 21, 2014 CITY OF SCENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. Downtown Parking Sign Replacement/Peterson 3 August 21, 2014 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 Downtown Parking Sign Replacement 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. By: For: Title: Date: Ili I' Downtown Parking Sign Replacement/Peterson 4 August 21, 2014 PROP0SAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Transportation systems 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 Downtown Parking Sign Replacement 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. 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 a 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 SCHEDULEI - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. I Downtown Parking Sign Replacement/Peterson 5 August 21, 2014 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRYCE AMOUNT 1000 1-09.7 1 Mobilization $6000 $6000 WSDOT LUMP SUM Per LS 1045 8-21.5 1 Sign Removal $ 15, 400 $15, 400 KSP LUMP SUM Per LS 1050 8-21.5 112 Sign-Post Installation $ 310 $ 34 , 720 KSP EACH Per EA 1055 8-21.5 15 Sign-Pedestal Mount $ 180 $2 , 700 KSP EACH Installation Per EA 1060 8-21.5 34 Sign-On StreetLight/Pole $ 75 $2, 550 KSP EACH Installation Per EA 1355 1-04.4(1) 1 Minor Changes $2,500.00* $2,500.00 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 63, 670 . 00 Downtown Parking Sign Replacement/Peterson 6 August 21, 2014 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5 10 Traffic Control Labor $60 $ 600 KSP HOURS Per HR 5015 1-10.5 5 Traffic Control Supervisor $ 121 $605 KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $1, 000 $ 1, 000 KSP LUMP SUM Devices Per LS Schedule V Total $ 2 , 20S . 00 Downtown Parking Sign Replacement/Peterson 7 August 21, 2014 BID SUMMARY Schedule I $63, 870 . 00 Schedule V $2, 205 . 00 TOTAL BID AMOUNT $66, 075 . 00 l i I I Downtown Parking Sign Replacement/Peterson 8 August 21, 2014 III CITY OF KENT SUBCONTRACTOR LIST (contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 100/6 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 Downtown Parkina Sign Replacement Subcontractor Name NONE Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers I CONTRACTOR'S SIGNATURE / I I I i Downtown Parking Sign Replacement/Peterson 9 August 21, 2014 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Transportation Systems Inc . Project Name: 2414 Downtown Parking Sian Replacement Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: NONE Plumbing Subcontractor Name: NONE Electrical Subcontractor Name: NONE -4,1, -- 9/9/2014 SignatLAre of Bidder Date i i I i I i I Downtown Parking Sign Replacement/Peterson 10 August 21, 2014 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. i Downtown Parking Sign Replacement/Peterson 11 August 21, 2014 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 and oath that the information provided herein is true and sufficiently complete so as oyybe s ading. SUBMITTED BY: e/ NAME: Bryson D Huie ADDRESS: 6917 166th Ave E Sumner, WA 98390 PRINCIPAL OFFICE: Transportation Systems Inc. ADDRESS: 6917 166th Ave E Sumner, WA 98390 PHONE: (253) 750-0284 FAX: (253) 863-9626 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See Attached 1.2 Provide your current state unified business identifier number. UBI # : 602 726 209 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. see Attached 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39,06.010 or 39.12.065 (3). See Attached Downtown Parking Sign Replacement/Peterson 12 August 21, 2014 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 7 Years 2.2 How many years has your organization been in business under its present business name? 7 years 2.2.1 Under what other or former names has your organization operated? None 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2007 2.3.2 State of incorporation:Washington 2.3.3 President's name: Bryson Buie 2.3.4 Vice-president's name(s):Bryson Buie 2.3.5 Secretary's name:Bryson Buie 2.3.6 Treasurer's name:Bryson Buie 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): N/A 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: N/A 2.6 If the form of your organization is other than those listed above, describe it and name the principals: N/A 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Electrical Reg# : TRANSS1928NO General Reg# : TRANNS1923BP 3.2 List jurisdictions in which your organization's partnership or trade name is filed. state of Washington 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Traffic Signals, street Lights, ITS, Signing 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No Downtown Parking Sign Replacement/Peterson 13 August 21, 2014 4.2.2 Are there any judgments, claims, arbitration proceedings or suits No pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached 4.4.1 State total worth of work in progress and under contract: $7, 591, 236 . 00 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. See Attached 4.5.1 State average annual amount of construction work performed during the past five years: $5-10 million 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached 4.7 On a separate sheet, list your major equipment. See Attached S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: Western Surety Company 5.3.1 Name of bonding company:mcm Basic 5.3.2 Name and address of agent: Regan Hupf 6. FINANCING MCM 1325 Fourth Ave #2100 6.1 Financial Statement. Seattle, WA 98101 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. Downtown Parking Sign Replacement/Peterson 14 August 21, 2014 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this 9 day of September , 2014. Name of Orga i ation: Transportation Systems Inc. Z By: Title: President 7.2 13q -)� 0 Nu,4 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 day of S"P k4,—� 2014. SHERRIE L TURNER Notary Public: 'Sk— Notary Public ,17 State of Washington My Commission Expires: Commission Expires July 25, 2017 Downtown Parking Sign Replacement/Peterson 15 August 21, 2014 1.4 Per statutory requirement 1.4, I, Bryson Huie, President of Transportation Systems, Inc. (TSI) confirm that TSI is not and has not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12.065(3) within the past three years. Signature: 741 President Date: 9 9 / Department of Labor and Industries TRANSPORTATION SYSTEMS INC PO Box 44460 Olympia, WA 98504-4460 Lie: EC TRANSSI927NO UBI: 602-726-209 Licensed as provided by Law as: Electrical Contractor (ECO1) - GENERAL 619 TRANSPORTATION SYSTEMS INC Effective Date: 8/20/2008 6917 166TH AVE E Expiration Date: 8/23/2016 SUMNER WA 98390 Department of Labor and Industries TRANSPORTATION SYSTEMS INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC TRANSSI923BP UBI: 602-726-209 Registered as provided by Law as: Construction Contractor (CCO1) - GENERAL TRANSPORTATION SYSTEMS INC Effective Date: 1/17/2008 6917 - 166TH AVENUE E Expiration Date: 3/29/2016 SUMNER WA 9839O l i I i i I I S+rrs A EMPLOYER: This official certificate of industrial insurance coverage - is in lieu of a policy. It remains in effect until your account,is officially ' closed. There is no limitation of benefits. You are required by law to post Q,s,' FJ both this certificate and copies of the posters listed below. You will soon be receiving 1 copy of each. If you require additional copies, call Labor Insurance Services Division and Industries at 360-902-4817. Employer Services ®Job Safety and Health Protection (available in Spanish) ®Your Rights as a Worker/Family Care Department of Labor & Industries 0 Notice to Employees PO Box 44144 Olympia WA 98504-4144 WORKER: The employer named below is an insured policyholder with www.LNI.wa.gov the Washington State Industrial Insurance Trust Fund. UBf*: - Policy LLffeLl ve.Date Location *Your Unified Business Identifier is the only number you need to discuss your business account with the Washington state deparnnents of Revenue,Licensing,Fmployment Security,Labor and Industries and the Office of the Secretary of State.Other state licenses or registrations may be required for proper licensing of your business. veii-iat-eoo-(M) '... i j 5 STAVE OF WASHINGTON Department of Labor & Industries Ceruf1cate of Workers' Compensation Coverage August 22, 2014 WA UBI No. 602 726 209 L&I Account ID 137,341-00 Legal Business Name TRANSPORTATION SYSTEMS INC Doing Business As TRANSPORTATION SYSTEMS INC Workers' Comp Premium Status: Account is current. Estimated Workers Reported Quarter 2 of Year 2014"21 to 30 Workers" (See Description Below) Account Representative TO J GARY HONC (360)902-4823- Email: HONC235@lni.wa.gov i Licensed Contractor? Yes License No. TRANSS1923BP License Expiration 03/29/2016 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.190). i j Major Construction Projects in Progress 1. Alaskan Way Viaduct North Access Connection Owner: Washington State Department of Transportation Design Engineer: Y. Gonzalez (WSDOT) Contract Amount: $2,995,569.00 Percent Complete: 20% Scheduled Completion Date: August 2016 2. Citywide Safety Improvements— 16"' Ave Yakima Owner: City of Yakima Design Engineer: City of Yakima Engineering Division Contract Amount: $382,166.50 Percent Complete: 50°% Scheduled Completion Date: October 2015 3. Trosper Road to Marvin Road Signal Upgrade Owner: WSDOT Design Engineer: F. Jackson(WSDOT) Contract Amount: $526,705.00 Percent Complete: 5% Scheduled Completion Date: January 2015 4. Yesler Terrace Early Infrastructure Owner: Seattle Housing Authority Design Engineer: SvR Design Company and Seattle Department of Transportation Contract Arnount: $853,000.00 Percent Complete: 5% Scheduled Completion Date: December 2015 5. 1981"Ave E Road Improvements—Bonney Lake Owner: Pierce County Public Works and Utilities Design Engineer: Goldsmith Land Development Services Contract Amount: $891,214,00 Percent Complete: 50°% Scheduled Completion Date: January 2015 Major Construction Projects Completed ion Past 5 Years 1. Walmart 93801 New Supercenter—Marysville, WA Owner: Walmart Design Engineer: David Evans and Associates Contract Amount: $967,150.00 Completion Date: July 2014 Work Performed with Own Forces: 95% 2. South Lake Washington Roadway Improvements Owner: Walmart Design Engineer: David Evans and Associates Contract Amount: $608,128.00 Completion Date: October 2013 Work Performed with Own Forces: 95% 3. Pacific Avenue Streetscape Phase I Owner: Walmart Design Engineer: AHBL Contract Amount; $849,331.00 Completion Date: December 2013 Work Performed with Own Forces: 93% 4. Southworth Ferry Terminal Upland Parking Luminaire Owner: WSDOT Design Engineer: S Levengood (WSDOT) Contract Amount: $204,787.50 Completion Date: December 2013 Work Performed with Own Forces: 98% 5. Strander Blvd/SW 27a' St Extension Project Owner: City of Renton Design Engineer: Berger ARAM Contract Amount: $630,834 Completion Date: July 2014 Work Performed with Own Forces: 90°% Workforce Jerry Beaudry—Journeyman Electrician, works on various projects for the company Jimmy Clark—Journeyman Electrician, works on various projects for the company Brad Hoffman—Journeyman Electrician, works on various projects for the company Eric Dendy—Journeyman Electrician, works on various projects for the company Armando Fuentes—Laborer, Has experience working with sign installations,traffic electrical systems and is used on various jobs for the company Clint Termini—Equipment Operator, works as an operator for the company on various project. Todd Sotak- Equipment Operator, works as an operator for the company on various project. Mike Nachazel—Superintendant(Office) Ken McEntyre—Estimator/Project Manager(Office) Sherrie Turner—Office Manager/Accounting (Office) Tyler Kawaoka—Project Engineer(Office) Angie Hiatt—Submittals/Procurement(Office) I i I Transportation Systems,Inc. Equipment List Eq. No. Year Make/Model Description T-1 2006 Chevy Silverado 3/4 Ton 2500 2WD Ltz Exl Service Truck T-2 2007 Chevy Silverado 1 Ton 3500 Chassis 2WD Service Truck 7-3 2007 Chevy Silverado 1 Ton 3500 Chassis 2WD Service Truck T-0 2008 Chevy Silverado 1/2 Ton Service Truck T-5 2001 Ford F150 Service Truck T-7 2000 GMC Sierra Reg Cab 135.5 WB 1 Ton 29'Lift Truck '.. T-8 2000 Case 590M 590 Super M Extendahoe '.. T-9 2005 Allmand Arrowboard-Solar '.. T-10 2000 Sullivan Sulli Air Compressor '.. T-11 2009 TNT Dump Trailer T- 22 2000 Bran Dual Aso Trailer T-13 2006 Bobcat430 430 Zero Swing Mini Excavator T-14 2008 Towmaster CV12 Equipment Trailer T- 55 2008 Lowe's Utility Trailer 5 x8 7-16 2008 Cleasby Cleasby Tar Pot T-17 2007 Wacker Jumping Jack T- 88 2007 Wacker Plate Compactor-WPI550 4,5 kW/6.0 HIP T-19 2009 Honda Pressure Washer-3500 PSI T-20 2005 Honda 5000 W Honda Generator T-21 2008 SUN Stihl Cho saw 14 Inch T-22 2001 International International Auger/Boom Truck T-23 2009 Chevy Chevy 1 Ton Flatbed Service Truck 7-24 2008 Bosch Bosch Electric Jackhammer T-25 2010 Huskavarna Huskavarna Cho saw 14 inch T-26 2009 Greenlee Greenlee Knockout Set T-27 2006 Crafoo Crafco Hot Tar Machine 7-28 2008 Ford F450 Service Truck,Generator,Tools T-29 2011 Chevy Silverado Chevrolet C15004x4 LTZ T-30 1994 Ford F8000 5 YD Dump Truck T-31 2009 Greenlee Rigid Conduit Bender T-32 1996 Vermeer 4130 Vermeer Ride on Trencher T-33 2008 Wacker Wacker Jumping Jack-BS60-2 T-34 2007 Bobcat 430 Bobcat 430 Zero Swing Mini Excavator T-35 2011 Bobcat Bobcat AugerAttachment-w/24 inch Aug&36 inch T36 20091nterstate Interstate Trailer APC20-40 Tilt Trailer 30I 7-37 2011 Chevy Silverado Chevrolet C15004x4 IT 7-38 1992 Ford Ford F700,16'S/A,F/B Diesel 6 Bad,PIS,FIB,Altec 50 H T-39 1990 International International 4700,12'SIA,FIB T-40 1996 Ingersoll/Rand 185 Air Compressor-Ingersoll/Rand T-41 2009 Oft Auger Bit T-42 2012 Ditchwitch Catamount Mole 3"(30922 Hammerhead 7-43 2007 Ford F150 Service Truck 7-44 2006 M160 Jackhammer T-45 1995 Ford F250 Service Truck T 46 2012 Stihl Chainsaw 7-47 2013 Chevy Silverado Chevrolet C3500 Service Truckw/small tools&Generator T48 1999 International 4700 Low Pro 12ft Flatbed,diesel T-09 2007 Case 580M Backhoe Loader 60-90HP 4WD T-501 20130argo CargoMate Utility Trailer-Dual Axle T-51 1996 Ford Ambulance T-52 lHyster Forklift T-53 2013 Ford F350 Service Truck j i I 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 forty (40) 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 None to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 9/9/2014 i n Systems Inc. 17 1 NAME OF ER BY: Signature Bryson D Huie, President (Print Name and Title) 6917 166th Ave E Address Sumner, WA 98390 II Downtown Parking Sign Replacement/Peterson 16 August 21, 2014 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Transportation Systems, Inc. as Principal, and Western Surety Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of five percent(s%)ofthetotal bid amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2014 Downtown Parking Sign Replacement According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 3rd DAY F September 2014. Transp ion Systems Inc. PRINCIPAL Western Surety Company SURETY Regah upf attorney-in-fact i i 20�. Received return of deposit in the sum of $ Downtown Parking Sign Replacement/Peterson 17 August 21, 2014 Provided to Builders Exchange of WA, Inc.For usage Conditions Agreement see www.bxwecom-Always Verify Scale Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT i Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make,constitute and appoint Don Bacie, Maria Moss, Marilyn Larson, Brian Daniels, Brian O'Neil, Regan Hupf, Individually I of Seattle,WA,its true and lawful Attomey(s)-in-Fact with fall power and authority hereby conferred to sign,seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature i In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,am hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seat to be hereto affixed on this 29th day of July,2014. zvac"r"r�x WESTERN SURETY COMPANY in 3W[V� ATfi7id 4 'auI T.Bruilat,Vica A�asidant State of South Dakota as County of Minnehaha On this 29th day of July,2014,before me personalty came Paul T.Brutlat,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Palls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires "^"i4S J.bIDH12 June 23,201$ NOTARY PUDLIO ^, — jJ sEai. SOUTH DAKOTA SEAL tS"Y M1Fbk"h"%.hh"F„46S0.RF4{ r J.Mohr,Notary Public CERTIFICATE I, L. Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force,and further certify that the By-Law of the corporation pr tried on the reverse hereof is nit in force, �I_n testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this /' day of 41gURETy"% WESTERN SURETY COMPANY ?A.0PQDAq.`,l.- =w10 fijz- z% CA .111- L.Nelson,Assistant Secretary Farm F4280-7-2012 Authorizing By-Law '.... ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile. ! �I CITY OF (CENT" COMBINED DECLARATION FORM: NON—CaOLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2014 Downtown Parking Sign Replacement NAME OF PROJECT i Transportation Systems, Inc . NAME OF BIDDER'S FIRM !w/<� qA111 SIGNA URE OF AUTHORIZED REPR SE TATIVE OF BIDDER Ili Downtown Parking Sign Replacement/Peterson is August 21, 2014 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 a mends 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) I Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ i Original Time for Completion Working days j 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 Downtown Parking Sign Replacennent/Peterson 19 August 21, 2014 In accordance with Sections 1-04.4 and 1-04.5 of th e 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 re garding 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 o therwise provided, does no t 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 I i Downtown Parking Sign ReplacernentjPeterson 20 August 21, 2014 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 ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................ Er' Date............................................................................................L=Y Have/have not participated acknowledgment.............................C3' Signatureand address................................................................I Declaration - City of Kent Equal Employment Opportunity Policy ........till Dateand signature .....................................................................81 AdministrativePolicy ...........................................................................ET" Proposal...............................................................................................CJ First line of proposal - filled in ...................................................I? Unit prices are correct ................................................................EEl Subcontractor List (contracts over $100K) ..........................................B'� Subcontractors listed properly....................................................ZY Signature ....................................................................................S' Subcontractor List (contracts over $1 million).....................................a- Subcontractors listed properly....................................................12' Dateand signature .....................................................................u, Contractor's Qualification Statement ...................................................B Completeand notarized ..............................................................0, Proposal Signature Page......................................................................B9 AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.."....................................................................❑ (Amount of bid bond shall equal S% of the total bid amount) Combined Declaration Form Signature p' ChangeOrder Form..............................................................................Lfl" Bidder's Checklist ................................................................................B The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. I Downtown Parking Sign Replacement/Peterson 21 August 21, 2014 Bond#58715135 PAYMENT AND PERFORMANCE BOND KE ON TT TO CITY OF KENT w.axxo+ax KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Transportation Systems,Inca as Principal, and Western Surety Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 66,075.00 , 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, 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 Downtown Parking Sign Replacement (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. Downtown Parking Sign Replacement/Peterson 22 August 21, 2014 TWO WITNESSES: Transportation Systems, Inc. PRINCIPAL (ente lncipars n above) BY: y� TITLE: DATE: 22 ( _ DATE: CORPORATE SEAL: ��C�W1 ►)O.AtiL'.�S PRINT NAME DATE: !9 1dj 7o1y Western Surety Company SURETY CORPORATE SEAL: BY: DATE: 9/19/2014 ''...... TITLE: Attorney-in-fact ADDRESS: 1325 Fourth Ave Suite 2100 Seattle,WA 98101 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_ Hyi&' Who signed the said bond on behalf oft eh Principal Tn-s�a� '�� S sfer,, f ivt 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. I SECRETARY OR ASSISTANT SECRETARY SHERRIE L TURNER Notary Public State of Washington My Commission Expires July 25, 2017 i Downtown Parking Sign Replacement/Peterson 23 August 21, 2014 Weste.rn Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duty organized and existing corporation having its principal office in the City of Sioux Palls,and State of South Dakota,and that it does by virtue of the signature and seal berein affixed hereby make,constitute and appoint i Don Bacic, Maria Moss, Marilyn Larson, Brian Daniels, Brian O'Neil, Regan I3ullf, Individually i of Seattle,WA,its true and lawfulAttorney(s)-in-Fact with full power and authority hereby conferred to sign,seal and oxeeuto for and on its bebalf bonds, _ undertakings and other obligatory instruments of similar nature In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof,duly adopted,as indicated,by ' the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto Affixed on this 29th day of July,2014. �uuRErY+,a1 WESTERN SURETY COMPANY , ?.�� -.........� ? f P40Rq'Q3''s a23av7ry ORyea"` G *an]T.Bruflat,Vice President State of South Dakota is County of Minnehaha - On this 29th day of July,2014,before me personally came Paul T.Bmflat,tome known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seat;'that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. - My commission expires +yhwemu+,«awhha..w,v,.v,.a+ i J.MOHR t t �-L NOTARYPUBLIO IA June 23,2015 fSf sn^L SOUTH OAKOTA sEAr 4ShWnwAAA4M1N441,hh4h4�✓n!YaM+ F J.Mohr,Notary Public CERTIFICATE I, L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still In force,and further certify that the By, of the corporation yy printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this day of ` Sug'Err�,, WESTERN SURETY COMPANY s4$ 1?01?."M L.Ne1soR,Assistant Secretary Form F4280-9-2012 . Authorizing By-Law ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY This Power of Attorney.is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders of the Company. Section 7. All bonds, policies, undertakings;Powers of Attorney, or other obligations of the corporation shall be executed in the II'i i corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other officers as the Board of Directors may autharize. The President, any Vice President,Secretary,any Assistant Secretary,or the Treasurer , may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile, i j CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and "f fz �.n organized under the laws of the State of V9tlShina}oil located and doing business at Oil tiyl, F ._`�txmner ��PAG ("Contractor"). i 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 Downtown Parking Sign Replacement 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 forty (40) 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. i 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. Downtown Parking Sign Replacennent/Peterson 24 August 21, 2014 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. Downtown Parking Sign Replacernent/Peterson 25 August 21, 2014 CITY OF KENT BY: SUZEtT, GO KE, MAYOR DATE i i ATTEST F :/ n,.•A 1 F'`f's'rfr' ss e.. �{�,/7 RONALD F„dfOORE,-(ITY CLEKK APPRO ED AS TO F�RM: ! l KENT LAW DEPARTMENT CONTRALTO BY: PRINT NAME: q)fy',.,� TITLE: DATE: I Downtown Parking Sign Replacement/Peterson 26 August 21, 2014 EXHIBIT INSURANCE UI REMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. 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 limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 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 insurance: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. Downtown Parking Sign Replacement/Peterson 27 August 21, 2014 EXH I (Continued) 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. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 insurance requirements of the Contractor before commencement of the work. F. 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. i j Downtown Parking Sign Replacement/Peterson 28 August 21, 2014 i i © °on%a 4"' � s 2T THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the ,, certificate holder in lieu of such endorsement(s). PRODUCER WA#712152 1-206-343-2323 CONTACTE: NAM IdCM Insurance Services, LLD ribs MOM PHONE FAX i MOM Benefits and Insurance Services, LLC, CA Lic #OF82099 Aallo Exl' (AIC.No: 1325 Fourth Avenue, Suite 2100 EMAIL ADDRESS: i Seattle, WA 98101 INSURER(S)AFFORDING COVERAGE NAIL# INSURERA: CONTINENTAL WESTERN INS CO 10804 INSURED ,INSURER B: Transportation Systems Inc. INSURER C 3218 142nd Ave E INSURER D: __. Sumner, WA 98390 ,INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 41515319 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH TI-IIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSft TypE OF INSURANCE AODL SU_EFRemus POLICY NUMBER POLICY EFF MMIDDNYYXP LIMITS TRINSR A GENERAL LIABILITY X X CWP293586125 J 09/19/14 09/19/15 EACH OCCURRENCE $ 1,000,000 X D MAGE TO RENTED 100,000 COMMERCIAL GENERAL LIABILITY PREMISES Ea ocrurrencs $ _ CLAIMS-MADE OCCUR MEDEXP{An one arson) $ 5,000 X Ded. $1,000.00 PERSONAL&ADV INJURY $ 1,000,000 X WA Stop Gap GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG $ 2,000,000 X POLICY JF PRO- LOG $ CI A AUTOMOBILE DABILITY X CWP293586125 v 09 19 1 09/19/15 COMBINED SINGLE LIMIT 1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per parson) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS eraccident Ix Comp, $1,0 Q Coll: $1,00 $ A X UMBRELLALIAB X OCCUR X X CU293586223 09/19/1 09/19/15 EACHOCCURRENCE $5r000r000 EXCESS LIAR GLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ A WORKERS COMPENSATION CWP293586125 09/19/1 09/19/15 WC BTATU- OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETORdARTNEWEXECUTIVE YIN NIA EL EACH ACCIOEN'r $ 1,000,000 OFFICER/MEMBER EXCLUOEDT (Mandatory le NH) E.L.DISEASE-EA EMPLOYE If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICYLIMIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach AGGRD 101,Additional Remarks Schedule,if more space is required) RE: 2014 Downtown parking sign replacement Per the attached the following are additional insured - products completed operations, primary & noncontributory, j waiver of subrogation applies$ City of Kent I CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gone AUTHORIZED REPRESENTATIVE Kent, WA 98032 USA ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD rachelmercer 41515319 Policy #CWP293586125 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM i This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM The following provides a broad range of coverage in addition to that provided by the basic policy. In �i some instances, a higher limit or broader coverage is available. Should the policy indicate broader coverage or higher limits than provided by this endorsement,the higher limits or broader coverage shall apply, A. BROADENED NAMED INSURED (2) A person's or organization's status The Named Insured shown In the Declarations is as an additional Insured exists only amended to Include: while you are performing operations for that additional insured. Any organization,other than a joint venture,over (3) Section II, Paragraph C. Limits of which you maintain ownership or majority inter- Sectionc11 for person h organization est of more than 50%, unless that organization added as additional insured am is an "Insured" under any other automobile poi- those specified i the written con- icy or would be an "insured" under such a policy tract or agreement, or in this cover- but for the exhaustion of Its Limit of insurance, age form,whichever Is less. These however; limits of insurance are inclusive of 1. Coverage under this provision is afforded and are not in addition to the Limits only until the 180th day after you acquire or of Insurance shown In the Declare- form the organization or the end of the policy bons. period,whichever Is earlier, (4) This Insurance applies on a primary 2. Coverage does not apply to"bodily injury"or and non-contributory basis if that is "property damage" that occurred before you required by the written contract or acquired or formed the organization. agreement, B. ADDITIONAL INSURED BY CONTRACT OR (5) This insurance does not apply AGREEMENT unless the written contract or The following Is added to Section II - Liability agreement has been executed prior Coverage, Paragraph AA.: to the "bodily Injury" or "property domaga", d. Any person or organization for whom you C. ADDITIONAL INSURED-EMPLOYEES are performing operations If you and such person or organization have agreed In writ- The following is added to the Section tl—Liability ing In a contract or agreement that such Coverage, Paragraph A.I. Who is An Insured person or organization be added as an addi- Provision: tional insured on your policy, Any"employee" of yours Is an "insured"while us- (1) Such person or organization Is an ing a covered "auto"you don't own, hire or borrow additional Insured only with respect in your business or your personal affairs. to liability for"bodily injury"or"prop- D. EXTENDED COVERAGE"BAIL BONDS erty damage': Section 11 — Liability Coverage, Paragraph (a) Caused by an"accident",and A.2.a.(2). is deleted and replaced by the follow- (b) Resulting from the ownership, ing: maintenance or use of a cov- (2) Up to $5,000 for oust of bail bonds ered"auto". (including bonds for related traffic law violations) required because of an"accident" we cover, We do not have to furnish these bonds. CW 34 68 0112 Includes Copyrighted material of Insurance Services Page 1 of 5 Office,Ina,with Its permission I E. EXTENDED COVERAGE - LOSS OF EARN- J, LEASED OR FINANCED "AUTOS" - PHYSI- ING CAL DAMAGE COVERAGE Section 11 — Liability Coverage, Paragraph The following is added to Section III— Physical A.2.a.(4) is deleted and replaced by the follow- Damage Coverage,Paragraph C. ing: 4. In the event of a total "loss" to a covered (4) All reasonable expenses incurred by auto", we will pay any unpaid amount due the "insured" at our request, includ- on the lease or loan for a covered "auto", ing actual loss of earning up to$500 less: a day because of time off from work. a. The amount under the Physical Damage F. FELLOW EMPLOYEE COVERAGE Coverage section of the policy;and The Fellow Employee Exclusion contained In b. Any: Section 11 —Liability, Coverage does not apply. (1) Overdue lease/loan payments at the This coverage Is excess over any other collect- time of the"loss"; able Insurance. G. AUTO MEDICAL PAYMENTS COVERAGE - (2) Financial penalties Imposed under a INCREASED LIMIT lease for excessive use, abnormal wear and tear or high mileage; If the"insured"is wearing a seat belt at the time (3) Security deposits not returned by an "accident" occurs, the LIMIT OF INSUR- the lessor; ANCE for AUTOMOBILE MEDICAL PAYMENTS COVERAGE shown in the Declarations will be (4) Costs for extended warranties, double the limit shown. All other terms and con- Credit Life Insurance, Health, Acci- ditions applicable to MEDICAL PAYMENTS re- dent or Disability Insurance pur- main unchanged, chased with the loan or lease;and H. COVERAGE EXTENSION AS A CONSE- (5) Carry-over balances from previous QUENCE OF THEFT OF AN"AUTO" loans or leases. 1. Transportation Expense K. GLASS DEDUCTIBLE Section III — Physical Damage Coverage, Section III— Physical Damage Coverage, Para- Paragraph A.4.a, is deleted and replaced by graph D. Is deleted and replaced by the follow- the following: ing; a. We will also pay up to$75 per day to a D. DEDUCTIBLE maximum of $2.500 for temporary For each covered "auto" our obligation to transportation expense Incurred by you because of the total theft of a covered pay for,repair,return or replaceytheadamaged or "auto" of the "private passenger type". stolen property will be reduced e the Lions. We will pay only for those covered cable deductible shown in the Declarations. Any Comprehensive Coverage deductible "autos"for which you carry either Com- prehensive or Specified Causes of Loss shown in the Declarations does not apply to: Coverage. We will pay for temporary 1. "Loss"caused by fire or lightning;or transportation expenses Incurred during 2. "Loss"when you elect to patch or repair the period beginning 48 hours after the theft end ending, regardless of the pol- glass rather than replace. Icy's expiration,when the covered'auto' L. EXTENDED COVERAGE - ELECTRONIC Is returned to use or we pay for its EQUIPMENT "loss". Paragraph C.2.a. Limits of Insurance of Section We will also pay reasonable and neces- III—Physical Damage Coverage Is deleted.: sary expenses to facilitate the return of We will pay with aspects to a covered "auto'for the stolen"auto"to you. 'loss' to antennas and other accessories neces- 1. EXTENDED COVERAGE-AIRBAGS sary for use of the electronic equipment. How- Section III—Physical Damage Coverage, Para- ever, this does not include tapes, records or graph B.3.a. does not apply to the unintended discs. discharge of an airbag. Coverage Is excess over any other collectible insurance or warranty specifically designed to provide coverage. CW 34 68 0112 Includes Copyrighted material of Insurance Services Page 2 of 5 Office,Inc.,with its permission I i j M. EXTENDED COVERAGE - PERSONAL EF- P. PHYSICAL DAMAGE COVERAGE - HIRED FECTS "AUTOS The following is added to Section III - Physical You may extend the Comprehensive, Specified Damage Coverage, Paragraph AA.: Causes of Loss and Collision coverages pro- d. Physical Damage Coverage on a cov- vlded on your owned `autos" to any "auto' you Bred"auto"maybe extended to"loss"to lease, rent, hire or borrow from someone other your personal property if you are an than your employees or partners or members of individual, the personal property of a their households subject to the following: family member, that is in the covered 1. The most we will pay in any one"loss'is the "autd'of the time of"loss". least of $100,000, the actual cash value of The most we will pay for any one"loss" the"auto"or the cost to repair or replace the under this coverage extension is$500. "auto", except that such amount will be re- duced by a deductible to be determined as N. TOWING AND LABOR�COVERAGE follows: Section III- Physical Damage Coverage, Para- a. The deductible shall be equal to the graph A.2.is deleted and replaced by the follow- amount of the highest deductible shown Ing: for any owned"auto"of the same classi- If aprivate passenger type "auto" or Tight truck fication for that coverage. In the event "auto" (0-10,000 Lbs. GVW) is provided both there is no owned "auto" the same Comprehensive and Collision Coverage, we will classification, the highest deductible far pay up to $150 for towing and labor costs In- any owned"auto"will apply for that con- curred each time such "auto" is disabled. If a erage, medium, heavy or extra-heavy truck or extra- b. No deductible will apply to"loss"caused heavy Tmek-tractor"auto" (greater than 10,000 by fire or lightning. Lbs. GVW)Is provided both Comprehensive and 2. Coverage provided under this extension will: Collision Coverage, we will pay up to $250 for towing and labor costs incurred each time such a. Be excess over any other collectible "auto" is disabled. However, the labor must be insurance; performed at the place of disablement. b, Pay, in addition to the limit set forth in O. EXTENDED COVERAGE - CUSTOMIZED P.1. above, up to $500 per day, not to FURNISHINGS exceed-$3,500 per"loss"for: The following is added to Section III - Physical (1) Any costs or fees associated with Damage Coverage,Paragraph AA.: the"loss"to a hired"auto';and e. Physical Damage Coverage on a cov- (2) Loss of use, provided It is the con- ered "auto' maybe extended to`loss"to sequence of an "scoident'for which custom furnishings Including, but not you are legally liable,and as a result limited to special carpeting and insular of which a monetary loss is sus- tied, helght-extending roofs, and custom talned by the leasing or rental con- murals, paintings, or other decals or cern. graphics, custom signage and custom Q. RENTAL REIMBURSEMENT COVERAGE non-factory paint. W Our limit of liability for loss to custom e will pay for rental reimbursement expenses furnishings shall be the least of: incurred by you for the rental of an "auto" be- cause of"loss"to a covered"auto". (1) Actual cash value of the stolen or 1. Payment applies in addition to the otherwise damaged property; applicable amount of each coverage you (2) Amount necessary to repair or re- have on the covered"auto', place the property;or 2. No deductible applies to this coverage. (3) $1,000 3. We will pay only for those expenses incurred This coverage extension does not apply during the policy period beginning 24 hours to electronic equipment. after the"loss"and ending, regardless of the expiration date of the policy, with the lesser of the following: CW 34 88 0112 Includes Copyrighted material of Insurance Services Page 3 of 5 Office,Inc„with its permission i a. When the covered "auto" has been re- (b) Any"auto"used by that Individual paired or replaced,or or his or her spouse while working in a business of selling, servicing, b. When the total amount paid under this repairing or parking"autos". coverage extension reaches$2,500. 2. Changes In Auto Medical Payments And 4. Our payment is limited to the lesser of the Uninsured And Underinsured Motorists following amounts: Coverages a. Necessary and actual expenses in- The following is added to Who is An Insured: curred. Any individual named in R.1.a and his or her b. Not more than$75 per day. 'family members"are'Insured"while"occupy- ing" or while a pedestrian when being struck 5. We will pay up to an additional $300 for the by any"auto"you don't own except: reasonable and necessary expenses you in- cur to remove your materials and equipment Any"auto"owned by that individual or by any from the covered "auto" and replace such "family member". materials and equipment on the rental 3. Changes In Physical Damage Coverage "auto". Any private passenger type "auto" you don't 6. This coverage does not apply while there own,hire or borrow is a covered"auto"while in are spare or reserve"autos"available to you the care, custody or control of any individual for your operations, named in R.1.a or his or her spouse while a 7. If"loss" results from the total theft of a cov- resident of the same household except: ered "auto" of the "private passenger type", a. Any "auto" owned by that individual or by we will pay under this coverage only that any member of his or her household. amount of your rental reimbursement ex- b.Any"auto" used by that individual or his or penses which is not already provided for un- her spouse while working in a business of der the Physical Damage Coverage Exten- selling, servicing, repairing or parking sion. "autos". R. DRIVE OTHER CAR COVERAGE 4. The most we will pay for the total of all dam- 1. Changes In Liability Coverage ages under LIABILITY COVERAGE, AUTO MEDICAL PAYMENTS, UNINSURED MO- M. Any"auto"you don't own,hire or borrow Is TORISTS COVERAGE and UNDERIN- a covered "auto' for Liability Coverage SURED MOTORISTS COVERAGE is the while being used by; LIMIT OF INSURANCE shown In the Deela- (1) You, if you are designated In the rations as applicable to owned"autos". Declarations as an individual; 5. Our obligation to pay for, repair, return or (2) Your partners or members, if you replace damaged or stolen property under are designated in the Declarations PHYSICAL DAMAGE COVERAGE, will be as a partnership or]olnt venture; reduced by a deductible equal to the amount of the largest deductible shown for any (3) Your members or managers, if you owned private passenger type "auto" appli- are designated in the Declarations cable to that coverage. If there are no as a limited liability company; owned private passenger type "autos", the (4) Your "executive officers", if you are deductible shall be $50 for Comprehensive designed In the Declarations as an Coverage and $100 for Collision Coverage. organization other than an individ- No deductible will apply to "loss"caused by ual, partnership,joint venture or lim- fire or lightning. ited liability company;and E. Additional Definition 5{ ) The spouse of any parson named in As used in this section; R. DRIVE OTHER R.1.a.1. through R.1,a.(4) while a CAR COVERAGE: resident of the same household. "Family member" means a person related to except: the individual named in R_1.a by blood, mar- (a) Any"auto" owned by that individ- rage or adoption who is a resident of the indl- ual or by any member of his or vidual's household, including a ward or foster her household. child. i CW 34 68 0112 Includes Copyrighted matedal of Insurance Services Page 4 of 6 Office,Inc.,with its permission j it S. KNOWLEDGE OF OCCURRENCE T. WAIVER OF SUBROGATION BY CONTRACT The following is added to Section IV—Business OR AGREEMENT Auto Conditions, Paragraph A.2.: The following is added to Section IV- Business d. Notice of an "accident" or "loss" will be Auto Conditions,Paragraph A.S.: considered knowledge of yours only if We waive any right of recovery we may have reported to you, if you are an individual, against any "insured" provided coverage under a partner, an executive officer or an em- this endorsement under B,, ADDITIONAL IN- ployee designated by you to give us SURED BY CONTRACT OR AGREEMENT,but such notice. only as respects "loss" arising out of the opera- e. Notice of an "accident"or "loss" to your tion, maintenance or use of a covered "auto" Workers Compensation Insurer, for an pursuant to the provisions or conditions of the event which later develops Into a claim written contract or agreement for which there Is coverage under this U. UNINTENTIONAL OMISSIONS policy, shall be considered notice to us, The following is added Section IV - Business but only if we are notified as soon as Auto Conditions,Paragraph B.2.: you know that the claim should be ad- dressed by this policy, rather than your We will not deny coverage under this policy If Workers Compensation policy. you fail to disclose all hazards existing as of the C Your rights under this policy shall not be inception date of the policy, provided such fail- prejudiced if you fail to give us notice of ure is not intentional. an "accident" or "loss", solely due to V LIBERALIZATION your reasonable and documented belief If we revise this endorsement to provide greater that the event is not covered by this poi- coverage without additional premium charge,we Icy' will automatically provide the additional cover- The following is added to Section IV—Busk age to all endorsement holders as of the day the ness Auto Conditions, Paragraph 2.b.: revision is effective in your state. (6) Knowledge of the receipt of docu- ments concerning a claim or "suit" will be considered knowledge of yours only if receipt of such docu- ments is known to you,if you are an individual, a partner, an executive officer or an employee designated by you to forward such documents to us. CW 34 68 0112 Includes Copyrighted material of Insurance Services Page 5 of 5 Office,Inc.,with its permission Policy #CWP293586125 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS -AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY I This endorsement modifies insurance provided under the following: I COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION 11 -WHO IS AN INSURED is amended to include as an additional insured any person(s) or organization(s)when you are obligated by virtue of a written contract or agreement that such person be added as an additional insured to your policy, but only with respect to "bodily injury", "property damage"or"personal and advertising injury"caused, in whole or in part, by: 1. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; for that additional insured and Included in the"products-completed operations hazard". B. LIMITS OF INSURANCE Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not In addition to the Limits Of Insurance shown in the Declarations. C. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to"bodily injury", 'property damage"or"personal and advertising injury"arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring Independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to paragraph 3.below, professional services include: a. Preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders, or drawings and specifications; and It. Supervisory or inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your products-completed operations. D. PRIMARY NON-CONTRIBUTORY When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED — OWNERS, LESSEES, CONTRACTORS OR OTHERS — COMPLETED OPERATIONS — AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY will be on a primary basis I I CL CG 20 48 01 12 Includes Copyrighted material of Insurance Services Page 1 of 1 Office,Inc with its permission ICI POLICY NUMBER: CHP293586125 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organ lzation s : Locations Of Covered Operations City of Rent Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section If — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only sions apply: with respect to liability for"bodily injury", "property This insurance does not apply to "bodily Injury" or damage" or "personal and advertising injury' "property damage"occurring after: caused, In whole or in part, by: 1. Your acts or omissions; or 1• All work, including materials, parts work ment furnished in connection with such woh work, 2. The acts or omissions of those acting on your on the project(other than service, maintenance behalf; or repairs) to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed; or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a princi- pal as a part of the same project. CG 20 10 07 04 O ISO Properties, Inc.,2004 Page 1 of 1 ❑ Policy #CWP293586125 COMMERCIAL GENERAL LIABILITY CL CG 0013 08 13 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL. LIABILITY PLATINUM ENDORSEMENT i This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS If SECTION I -COVERAGE C MEDICAL PAYMENTS is not otherwise excluded from this Coverage Part: 1, The Medical Expense Limit provided by this policy, subject to the terms of SECTION III-LIMITS OF INSURANCE, shall be the greater of: a. $10,000; or b. The Medical Expense Limit shown in the Declarations of this Coverage Part. B. FIRE, LIGHTNING,EXPLOSION, SMOKE AND SPRINKLER LEAKAGE DAMAGE TO PREMISES YOU RENT If damage to premises rented to you under Coverage A. is not otherwise excluded from this policy, the following applies: 1. The last paragraph of SECTION I -COVERAGE A.2. Exclusions is deleted and replaced by the following: Exclusions c, through n. do not apply to damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described In SECTION III - LIMITS OF INSURANCE. 2. Paragraph 6, of SECTION III - LIMITS OF INSURANCE is deleted and replaced by the following: 6. Subject to Paragraph 5, above, the greater of: a. $300,000; or b. the Damage To Premises Rented To You Limit shown In the Declarations; is the most we will pay under COVERAGE A for damages because of"property damage" to any one premises,while rented to you or temporarily occupied by you with the permission of the owner. 3. Paragraph 4.b.(1)(a)(11) Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (11) That is Fire, Lightning, Explosion, Smoke or Sprinkler Leakage insurance for premises rented to you or temporarily occupied by you with the permission of the owner; 4. Paragraph 9.a.of SECTION V-DEFINITIONS is deleted and replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract'; I CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 1 of 6 Office,Inc.with Its permission I C. LIMITED NON-OWNED WATERCRAFT 1. Paragraph g.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the following: A watercraft you do not own that is: I a. less than 51 feet long;and b: Not used to carry persons or property for a charge_ D. SUPPLEMENTARY PAYMENTS SECTION I-SUPPLEMENTARY PAYMENTS COVERAGES A AND B is amended as follows: 1. The limit of insurance In paragraph 1.b,is increased from $250 to$2,500; and 2. The limit of insurance in paragraph 1.d,is increased from $250 to$500. E. AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS - PRIMARY NON-CONTRIBUTORY The following is added to Paragraph 2.of SECTION II-WHO IS AN INSURED: e. Any person or organization described below, when you are obligated by virtue of a written contract or agreement that such person 17e added as an additional insured on your policy. When required by virtue of a written contract or agreement, coverage provided to any additional insured will be on a primary basis and will not seek contribution from the additional insured's policy. Only the following persons or organizations are additional insureds under this endorsement: (1) Managers Or Lessors Of Premises. The manager or lessor of a premise leased to you, but only with respect to liability arising from the ownership, maintenance or use of that part of the premises leased to you and subject to the following additional exclusions: This insurance does not apply to: (a) Any"occurrence"which takes place after you cease to be a tenant of that premises. (b) Structural alterations, new construction or demolition operations performed by or on behalf of the manager or lessor. (2) Lessor Of Leased Equipment. Any person or organization from whore you lease equipment, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising Injury" caused, in whole or in part, by your maintenance, operation or use of equipment leased to you by such person(s)or organlzation(s)., However, this Insurance does not apply to any "occurrence" which takes place after the equipment lease expires. I (3) Vendors. Any person or organization, but only with respect to "bodily injury" or "property damage" arising out of "your products" shown In the Schedule which are distributed or sold in the regular course of the vendor's business, subject to the following additional exclusions: a. The insurance afforded the vendor does not apply to: 1, "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; 2. Any express warranty unauthorized by you; j 3. Any physical or chemical change in the product inade intentionally by the vendor; CL CG 00 13 08 13 copyrighted material of Insurance services Includes co Page 2 of 6 Office,Inc,with its permission 4. Repackaging, unless unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; 5, Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; 5. Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; 7. Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor. b. This insurance does not apply to any insured person or organization, from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products. (4) State Or Political Subdivision - Permits Or Authorizations Relating To Premises. Any state or political subdivision, subject to the following additional provision: This Insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connection with premises you own, rent, or control and to which this insurance applies: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures;or (b) The construction,erection,or removal of elevators;or (c) The ownership, maintenance, or use of any elevators covered by this Insurance. Limits of insurance for such additional Insured are the limits in this coverage form or the limits you and such additional Insured agreed to by virtue of a contract or agreement,whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations, When required by Virtue of a written contract or agreement, coverage provided to any additional insured AUTOMATIC ADDITIONAL INSURED - SPECIFIED RELATIONSHIPS 7 PRIMARY NON-CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional Insured's policy. F. BROADENED NAMED INSURED- NEWLY ACQUIRED 180 DAYS Paragraph 3.of SECTION II-WHO IS AN INSURED is deleted and replaced by the following: Any organization you newly acquire or form, other than a joint venture, and over which you maintain ownership or majority interest of more than 50% will be a Named Insured if there Is no other similar Insurance available to that organization. However: a. Coverage under this provision is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier. b. COVERAGE A does not apply to "bodily injury' or "property damage" that occurred before you acquired or formed the organization. i c. COVERAGE B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to each of your: i CL CO 00 13 08 13 Includes copyrighted material of Insurance services Page 3 of 0 Office,Inc.with its permission 1. Projects away from premises owned by or rented to you, 2. "Locations"awned by or rented to you.: "Location" means premises involving the same or connecting lots, or premises whose connection is interrupted only by a street, roadway,waterway or right-of-way of a railroad. When paragraph B. Construction Project General Aggregate Limit on form CL CG 00 20 is a part of this policy, then paragraph G. Aggregate Limits of Insurance of this endorsement does not apply.. H. KNOWLEDGE OF OCCURRENCE The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS: e. A report of an"occurrence", offense, claim or"suit" to: i (1) You, if you are an individual, (2) A partner, if you are a partnership, j (3) An executive officer, if you are a corporation,or (4) A manager, if you are a limited liability company; is considered knowledge and requires you to notify us of the 'occurrence', offense, claim, or"suit"as soon as practicable., f., We are considered on notice of an "occurrence", offense, claim or "suit" that is reported to your Workers' Compensation insurer for an event which later develops Into an 'occurrence", offense, claim or"suit" for which there is coverage under this policy. However, we will only be considered on notice if you notify us as soon as you know the claim should be addressed by this policy rather than your Workers' Compensation policy.. I. UNINTENTIONAL OMISSIONS The following Is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fait to disclose any exposures existing at the inception date of your policy, we will not deny coverage under this Coverage Part solely because of such failure to disclose. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This provision does not apply to any known Injury or damage which is excluded under any other provision of this policy. J. MENTAL ANGUISH Paragraph 3,of SECTION V•DEFINITIONS Is deleted and replaced by the following: 3. "Bodily injury" means bodily injury, sickness or disease sustained by a person, including mental anguish or death resulting from any of these at any time. K. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of SECTION IV COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by the addition of the following: We waive any right of recovery we may have because of payments we make for "bodily injury" or "property damage" arising out of your ongoing operations or "your work" done under a contract requiring such walver with that person or organization and included In the "products-completed operations hazard". However; our rights may only be waived prior to the "occurrence"giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce those rights,; I CL CG 00 13 08 13 Includes copyrighted material of Insurance service's Page 4 of 6 Office,Inc,Wth Its permission Paragraph K.WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS does not apply if another waiver of transfer of rights of recovery against others is endorsed separately to this policy. L. OTHERINSURANCE When Coverage applies in this General Liability Enhancement Endorsement; no other coverage or limit of insurance in the policy applies to loss or damage insured by this coverage, M. NON-EMPLOYMENT DISCRIMINATION LIABILITY(DEFENSE WITHIN LIMITS) The following is added to paragraph 14. "Personal and advertising injury" SECTION V - DEFINITIONS of COMMERCIAL GENERAL LIABILITY COVERAGE FORM: h. Non-employment discrimination. Non-employment discrimination means violation of a person's civil rights with respect to such person's race, color, national origin, religion, gender, marital status, age, sexual orientation or preference, physical or mental condition, or any other protected class or characteristic established by any federal, state or local statutes; rules or regulations. Non-employment discrimination does not Include violation of civil rights arising out of past, present or prospective employment. Our obligation under the Personal and Advertising Injury Liability Coverage to pay non- employment discrimination liability damages on your behalf applies only to the amount of damages in excess of$5,000 deductible as the result of any one offense regardless of the number of persons or organizations who sustain damages because of the offense. The most we will pay for all damages for non-employment discrimination Is '$15,000 annual aggregate. No other liability to pay sums or perform acts or services is covered. Supplemental Payments - Coverages A and B do not apply to non-employment discrimination coverage. N. ADDITIONAL INSURED -OWNERS, LESSEES OR CONTRACTORS OR OTHERS-AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY 1. SECTION II -WHO IS AN INSURED Is amended to include as an additional insured any person or organization for whom you are performing operations when you are obligated by virtue of a written contract or agreement that such person or organization be added as an additional Insured on your policy. Such person or organization is an additional Insured only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused by your ongoing operations for the additional insured and only to the extent that such "bodily injury", "property damage" or "personal and advertising injury" is caused by your negligence or the negligence of those performing operations on your behalf. This insurance does not apply to "bodily Injury", "property damage", "personal and advertising injury" Included within the"products-completed operations hazard". This insurance does not apply to any additional insured scheduled on your policy by separate endorsement I 2. Limits of Insurance Limits of insurance for such additional insured are the limits in this coverage form or the limits you and such additional Insured agreed to by virtue of a contract or agreement, whichever is less. These limits are inclusive of and are not in addition to the Limits Of Insurance shown in the Declarations. 3. Exclusions A. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of: 1. The rendering of or failure to render any professional services by you or on your behalf, but only with respect to either or both of the following operations: CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 5 of 6 Office,Inc,with Its permission i a. Providing engineering, architectural or surveying services to others in your capacity as an engineer, architect or surveyor; and b. Providing, or hiring independent professionals to provide, engineering, architectural or surveying services in connection with construction work you perform. 2. Subject to Paragraph 3, below, professional services include: a. Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders, or drawings and specifications; and b: Supervisory or Inspection activities performed as part of any related architectural or engineering activities. 3. Professional services do not include services within construction means, methods, techniques, sequences and procedures employed by you or performed by or for the construction manager, its employees or its subcontractors in connection with your ongoing operations, I B. 'Bodily injury"or"property damage"occurring after: 1, All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2, That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. A.. Primary Non-Contributory When required by virtue of a written contract or agreement, coverage provided to any additional insured by ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - ONGOING OPERATIONS -AUTOMATIC, INCLUDING PRIMARY NON CONTRIBUTORY will be on a primary basis and will not seek contribution from the additional insured's policy. I I CL CG 00 13 08 13 Includes copyrighted material of Insurance services Page 6 of 6 Office,Inc.with Its permission i Policy #CWP293586125 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTOR GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. PROPERTY DAMAGE TO BORROWED EQUIPMENT 1. Paragraph 2.j. of SECTION 1 - COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY is amended as follows: Paragraphs (3) and (4) of this exclusion do not apply to tools or equipment loaned to you, provided they are not being used to perform operations at the time of loss. 2. SECTION III—LIMITS OF INSURANCE is deleted and replaced by the following: The most we will pay in any one `occurrence" for "property damage" to borrowed equipment Is $15,000. This limit of insurance is the most we will pay regardless of the number of: a. Insureds; b. Claims made or"suits" brought;or c. Persons or organizations making claims or bringing"suits". 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as applicable to "property damage" as the result of any one "occurrence", regardless of the number of persons or organizations who sustain damages because of that"occurrence". b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any "suits" seeking those damages; and your duties in the event of an "occurrence",claim,or"suit'apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. B. CONSTRUCTION PROJECT GENERAL AGGREGATE LIMIT 1. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to the insured: a. A Single Construction Project General Aggregate Limit applies to each construction project away from premises owned by or rented to the insured, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. b. The Single Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of"bodily injury" or"property damage" included in the "products-completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of: (1) Insureds; (2) Claims made or"suits"brought; or (3) Persons or organizations making claims or bringing "suits". c. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Single Construction Project General Aggregate Limit for that construction project away from premises owned by or rented to the insured. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Single Construction Project General Aggregate Limit for any other separate construction project away from premises owned by or rented to the insured. CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 1 of 4 Office, Inc with its permission d. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Single Construction Project General Aggregate Limit. I 2. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project away from premises owned by or rented to the insured: a. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever is applicable; and b. Such payments shall not reduce any Single Construction Project General Aggregate Limit. 3. When coverage for liability arising out of the "products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage' Included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit or the Single Construction Project General Aggregate Limit. 4. If the applicable construction project away from premises owned by or rented to the insured has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. 5. The provisions of Limits Of Insurance (SECTION III) not otherwise modified by this endorsement shall continue to apply as stipulated. C. LIMITED JOB SITE POLLUTION 1. Exclusion f. under Section I—Coverage A is replaced by the following: 2. Exclusions This insurance does not apply to: f. Pollution (1) "Bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal,seepage, migration, release or escape of"pollutants": (a) At or from any premises, site or location on which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the operations are to test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or (b) At or from a storage tank or other container, ducts or piping which is below or partially below the surface of the ground or water or which, at any time, has been buried under the surface of the ground or water and then subsequently exposed by erosion, excavation or any other means if the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants"arises at or from any premises, site or location which any insured or any contractors or subcontractors working directly or indirectly on any insured's behalf are performing operations if the "pollutants" are brought on or to the premises,site or location in connection with such operations by such insured, contractor or subcontractor. Subparagraph (b) does not apply to "bodily injury" or "property damage" arising out of heat, smoke or fumes from a "hostile fire". (2) Any loss, cost or expense arising out of any: (a) Request, demand, order or statutory or regulatory requirement issued or made pursuant to any environmental protection or environmental liability statutes or regulations that any insured test for, monitor, clean up, remove, contain, treat, detoxify or neutralize, or in any way respond to, or assess the effects of, "pollutants"; or I i I CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 2 of 4 Office, Inc with its permission (b) Claim or suit by or on behalf of a governmental authority for damages because of testing for, monitoring, cleaning up, removing, containing, treating, detoxifying, or neutralizing or in anyway responding to or assessing the effects of, "pollutants". However, this paragraph does not apply to liability for those sums the insured becomes legally obligated to pay as damages because of"property damage"that the insured would have in the absence of such request, demand, order or statutory or regulatory requirement, or such claim or "suit" by or on behalf of a governmental authority. 2. With respect to "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal,seepage, migration, release or escape of"pollutants": a. The "Each Occurrence Limit"shown in the Declarations does not apply. b. Paragraph 7.of Limits Of Insurance(Section III)does not apply. c. Paragraph 1.of Section III—Limits Of Insurance is replaced by the following: The Limits Of Insurance shown in this endorsement, or in the Declarations and the rules below fix the most we will pay regardless of the number of: (1) Insureds; (2) Claims made or"suits" brought; or (3) Persons or organizations making claims or bringing "suits". d. The following are added to Section III—Limits Of Insurance: 8. Subject to 2.or 3.above,whichever applies, the most we will pay for the sum of: a. Damages under Coverage A; and b. Medical expenses under Coverage C because of "bodily injury" or "property damage" arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants" is $100,000 aggregate. 9. Subject to 8. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of"bodily injury" sustained by any one person arising out of the actual, alleged or threatened discharge, dispersal, seepage, migration, release or escape of"pollutants". D. VOLUNTARY PROPERTY DAMAGE 1. The following is added to Section 1 —COVERAGES: We will pay, at your request for"property damage"to that part of any property: a. Which you or any subcontractors working directly or indirectly on your behalf are performing operations;or b. That must be restored, repaired or replaced because "your work" was incorrectly performed on it. This insurance applies only to "property damage" to property of others while in your care, custody, or control, and arising out of operations away from your insured premises and incidental to your business. Exclusions j.(3),(4),(5)and (6)do not apply to this coverage. This insurance does not apply to "property damage" included within the "explosion hazard", the"collapse hazard"or the"underground property damage hazard". 2. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION III—LIMITS OF INSURANCE is replaced by the following: A. Limits of Insurance 1. Unless a higher limit Is shown in the Declarations, the most we will pay in any one "occurrence"for"property damage'under this endorsement is $15,000. 2. Unless a higher limit Is shown in the Declarations, the most we will pay for all covered "occurrences"during any one policy period is $15,000 Aggregate Limit of Insurance. i CL CG 00 20 01 12 Includes copyrighted material of Insurance Services Page 3 of 4 Office, Inc with its permission i i The Limits of Insurance of this endorsement apply separately to each consecutive annual period and to any remaining period of less than 12 months, starting with the beginning of the policy period shown in the Declarations, unless the policy period is extended after issuance for an additional period of less than 12 months. In that case, the additional period will be deemed part of the last preceding period for purposes of determining the Limits of Insurance. 3. Deductible a. Our obligation to pay damages on behalf of the insured applies only to the amount of damages in excess of $250 as the result of any one "occurrence', regardless of the number of persons or organizations who sustain damages because of that"occurrence". b. The terms of this insurance, including those with respect to our right and duty to defend the insured against any"suits"seeking those damages; and your duties in the event of an "occurrence", claim, or "suit" apply irrespective of the application of the deductible amount. c. We may pay any part or all of the deductible amount to effect settlement of any claim or suit and, upon notification of the action taken; you shall promptly reimburse us for such part of the deductible amount as we have paid. 4. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS Is amended as follows: a. The following is added to paragraph 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: In the event of loss covered by this endorsement, the insured shall, if requested by us, replace the property or furnish the labor and materials necessary for repairs at actual cost to the insured, excluding prospective profit or overhead charges of any nature. Any property so paid for or replaced shall, at our option, become our property. Any payment made by us shall not constitute an admission of liability by an Insured, or by us. b. Paragraph 4. Other Insurance is amended as follows: (1) Paragraph 4.a. Primary Insurance is deleted. (2) Subparagraphs (1) and (2) of paragraph 4.b. Excess Insurance are deleted and replaced with the following: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis. All other provisions that apply to paragraph 4. Other Insurance contained in the Commercial General Liability Coverage Form are applicable. 5. For the purposes of the coverage provided by D. VOLUNTARY PROPERTY DAMAGE, the following definitions are added to SECTION V—DEFINITIONS: a. "Collapse hazard" includes "structural property damage" and any resulting "property damage"to any other property at any time. b. "Explosion hazard" includes "property damage" arising out of blasting or explosion. The "explosion hazard" does not include"property damage" arising out of the explosion of air or steam vessels, piping under pressure, prime movers, machinery or power transmitting equipment. c. "Structural property damage" means the collapse of or structural injury to any building or structure due to: (1) Grading of land, excavating, borrowing, filling, back-filling, tunneling, pile driving, cofferdam work or caisson work; or (2) Moving, shoring, underpinning, raising or demolition of any building or structure or removal or rebuilding of any structural support of that building or structure. d. "Underground property damage hazard" includes "underground property damage" and any resulting "property damage"to any other property at any time. e. "Underground property damage" means "property damage" to wires, conduits, pipes, mains, sewers, tanks, tunnels, any similar property, and any apparatus used with them beneath the surface of the ground or water, caused by and occurring during the use of mechanical equipment for the purpose of grading land, paving, excavating, drilling, 'borrowing, filling, back-filling or pile driving. CL CG 00 20 0112 Includes copyrighted material of Insurance Services Page 4 of 4 Office, Inc with its permission i I Policy # CU2935862-23 f. The indemnitee: (3) A limited liability company, you are an in- sured.writing Your members are also insureds, but only with respect to the conduct of your (a) Cooperate with us in the investigation, business, Your managers are insureds, but settlement or defense of the"suit' only with respect to their duties as your (b) Immediately send us copies of any managers. demands, notices, summonses or legal (4) An organization other than a partnership, papers received in connection with the joint venture or limited liability company, "suit"; you are an insured. Your "executive offi- (c) Notify any other insurer whose coverage cers" and directors are insureds, but only is available to the Indemnitee;and with respect to their duties as your officers or directors. Your stockholders are also in- (d) Cooperate with us with respect to coor- sureds, but only with respect to their liability dinating other applicable Insurance as stockholders: available to the indemnitee; and (2) Provides us with written authorization to: (5) A trust,you are an insured. Your trustees are also Insureds, but only with respect to (a) Obtain records and other information their duties as trustees. related to the"suit" and b: Each of the following is also an Insured: (b) Conduct and control the defense of the (1) Your "volunteer workers" only while per- indemnitee in such"suit". forming duties related to the conduct of So long as the above conditions are met, attar- your business, or your "employees", other nays'fees Incurred by us In the defense of that in- than either your "executive officers" (if you demnitee, necessary litigation expenses incurred are an organization other than a partner- by us and necessary litigation expenses incurred ship, joint venture or limited liability com- by the indemnitee at our request will be paid as pany)or your managers(if you are a limited Supplementary Payments. Notwithstanding the liability company), but only for acts within provisions of Paragraph 2.b.(2) of Section I — the scope of their employment by you or coverage A— Bodily Injury And Property Damage while performing duties related to the con- Liability, such payments will not be deemed to be duct of your business. However, none of damages for"bodily injury" and "property damage" these "employees" or "volunteer workers" and will not reduce the limits of insurance. are Insureds for: Our obligation to defend an Insured's indemnitee (a) "Bodily Injury" or "personal and advertis- and to pay for attorneys'fees and necessary litiga- ing Injury"; tion expenses as Supplementary Payments ends (I) To you, to your partners or members When we have used up the applicable limit of in- (if you are a partnership orjoint ven- surance in the payment of judgments or settle- ture), to your members (if you are a ments or the conditions set forth above, or the limited liability company), to a co- terms of the agreement described in Paragraph f. "employee" in the course of his or above, are no longer met. her employment or performing duties SECTION II —WHO IS AN INSURED related to the conduct of your busi- 1. Except for liability arising out of the ownership, ness or to your other "volunteer maintenance or use of"covered autos": workers" while performing duties re- lated to the conduct of your busi- ness; If you are designated in the Declarations as: ness; (1) An individual, you and your spouse are (II) To the spouse, child, parent, brother Insureds, but only with respect to the con- or sister of that co-"employee" or duct of a business of which you are the sole "volunteer worker" as a consequence owner, of Paragraph(a)(i)above; or (2) A partnership or joint venture, you are an ( 11) For which there is any obligation to insured. Your members, your partners, and share damages with or repay some- their spouses are also insureds, but only one else who must pay damages with respect to the conduct of your busi- because of the injury described in ness, Paragraphs (a)(i)or(it)above. I CU 00 01 12 07 OO ISO Properties, Inc., 2007 Page 9 of 17 ❑ i Policy # CU2935862-23 (b) "Properly damage"to property: b. Anyone else while using with your permission a (i) Owned, occupied or used by, "covered auto" you own, hire or borrow is also (it) Rented to, in the care, custody or an insured except: control of, or over which physical (1) The owner or anyone else from whom you control is being exercised for any hire or borrow a"covered auto". This excep purpose by tion does not apply if the"covered auto" Is a you, any of your"employees", "volunteer trailer or semitrailer connected to a "cov- workers", any partner or member (if you eyed auto"you own. are a partnership or joint venture), or (2) Your "employee" if the "covered auto" is any member(if you are a limited liability owned by that "employee" or a member of company). his or her household, (2) Any person (other than your "employee" or (3) Someone using a "covered auto"while he "volunteer worker")' or any organization or she is working in a business of selling, while acting as your real estate manager. servicing, repairing, parking or storing (3) Any person or organization having proper "autos" unless that business is yours. temporary custody of your property if you (4) Anyone other than your "employees", part- die, but only: ners (if you are a partnership), members (if (a) With respect to liability arising out of the you are a limited liability company), or a maintenance or use of that property; lessee or borrower or any of their "employ- and sea", while moving property to or from a (b) Until your legal representative has been "covered auto". appointed, (5) A partner (if you are a partnerrship), or a (4) Your legal representative If you die, but only member (if you are a limited liability com- pany)fora "covered auto" o him or sentative will have all your rights and duties her or a member of his or her r household. seehh old. under this Coverage Part. (6) "Employees" with respect to "bodily injury" c. Any organization you newly acquire or form, to any fellow"employee"of the insured aris other than a partnership,joint venture or limited ing out o and In the course of the fellow liability company, and over which you maintain "employee's" employment while perform- liability ownership or majority Interest, will qualify as a ing duties related to the conduct of your Named Insured if there is no other similar In- surance available to that organization. How- c. Anyone liable for the conduct of an insured ever: described above is also an insured, but only to (1) Coverage under this provision is afforded the extent of that liability. only until the 90th day after you acquire or Any additional insured under any policy of"und@r- form the organization or the end of the pol- lying insurance" will automatically be an insured icy period,whichever Is earlier; under this insurance. (2) Coverage A does not apply to"bodily Injury" If coverage provided to the additional insured, is or "property damage" that occurred before required by a contract or agreement, the most we you, acquired or formed the organization; will pay on behalf of the additional insured is the and amount of insurance required by the contract, less (3) Coverage B does not apply to "personal any amounts payable by any "underlying insur- ance". and advertising injury" arising out of an of- fense committed before you acquired or Additional insured coverage provided by this in- formed the organization,, surance will not be broader than coverage pro- 2. Only with respect to liability arising out of the own- vided by the"underlying insurance". ership, maintenance or use of"covered autos": No person or organization is an insured with respect a. You are an insured. to the conduct of any current or past partnership,joint venture or limited liability company that is not shown as a Named Insured in the Declarations. Page 10 of 17 9) ISO Properties, Inc., 2007 CU 00 01 12 07 b 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 .... ......—......................... 1-11 1-07 Legal Relations and Responsibilities to the Public.................. 1-14 1-08 Prosecution and Progress ............. ................... ..........-.— 1 -18 1-09 Measurement and Payment ....... ......1.-......................... 1-23 1-10 Temporary Traffic Control ...... ....................... ...... ..... 1-25 DIVISION 8 MISCELLANEOUS CONSTRUCTION ............................8-1 8-21 Permanent Signing........... ........... ...................... ......----8-1 KENT STANDARD PLANS .................................................................. A-1 SIGN PLATE IMAGES........................................................................ A-2 DOWNTOWN AREA MAPS................................................................. A-3 SIDEWALK CLOSURE PLAN .............................................................. A-4 PREVAILING WAGE RATES............................................................... A-5 III Downtown Parking Sign Replacement/Peterson August 21, 2014 i KENT SPEC 1 AL PROV 1 S 6 ONS 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 'I - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions, SECTION 1-01.2(2) IS SUPPLEMENTED 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 I The written agreement between the Contracting Agency and the Contractor. It describes, among other things: Downtown Parking Sign Replacement/Peterson 1 -.1 August 21, 2014 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. i 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). I 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 i Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the 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"). Downtown Parking Sign Replacement/Peterson 1 - 2 August 21, 2014 �i 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. I SECTION 1-02.6' 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 BYADDING 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 INOWRESPOINSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit i 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. j The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Downtown Parking Sign Replacement/Peterson 1 - 3 August 21, 2014 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. i SECTION 1-02,3(2) LOBBYING CERTIFICATION IS REVISED WITFI TIdE FOLLOWING CLARIFICATION: T141S SECTION ONLY APPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 1S DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Deliverer 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 GYDELETING ITEM 1(a) AND REPLACING ITEM 1(a) WI T14 TI4E FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. Downtown Parking Sign Replacement/Peterson 1 _ q August 21, 2014 i i SECTION 1-02.14 IS REVISED BYDELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders i 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03. 1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION; 1-03.1 Consideration of Bids i 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 "50 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR DID 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. Downtown Parking Sign Replacement/Peterson 1 - 5 August 21, 2014 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 1S SUPPLEMENTED BY ADDING THE FOLLOWING TO THE FIRST PARAGRAPH; 1-03.4 Contract Bond I 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 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.-1(2) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING B 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 Downtown Parking Sign Replacement/Peterson 1 - 6 August 21, 2014 i 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans I 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 7-04.7 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: I 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. Downtown Parking Sign Replacement/Peterson 1 - 7 August 21, 2014 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits, 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. 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 9-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK 1-05.8 City`s Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Downtown Parking Sign Replacement/Peterson 1 - 8 August 21, 2014 i1 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 EYADDING THE FOLLOWING: 1-05.10 Guarantees The Contractor shall be available approximately sixty (60) calendar days prior to the expiration of the guarantee period to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work required under the guarantee. Upon receipt of written notice of such required corrective work, the Contractor shall pursue vigorously, diligently, and without unauthorized interruption of city facilities, the work necessary to correct the items listed. SECTION 1-05.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.11 Final Inspection 1-05.11 (1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall notify the Engineer and request in writing that the Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. I Downtown Parking Sign Replacement/Peterson 1 - 9 August 21, 2014 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. i 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. Downtown Parking Sign Replacement/Peterson 1 - 10 August 21, 2014 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 �I Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED RYADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows. N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED RYADDING THE FOLLOWING NEW SECTIONS. Downtown Parking Sign Replacement/Peterson 1 - 11 August 21, 2014 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: i 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, 1 B, 1 C, 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. 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. I 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 Downtown Parking Sign Replacement/Peterson 1 - 12 August 21, 2014 i i 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. 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 Downtown Parking Sign Replacement/Peterson 1 - 13 August 21, 2014 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. 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 15 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 Downtown Parking Sign Replacement/Peterson 1 - 14 August 21, 2014 i sales tax will not be included. Section 1-07.2(3) describes this exception. i i 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 systems unless those sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of the street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not this personal property becomes a part of the realty by virtue of installation. For work performed in these cases, the Contractor shall collect from the City, retail sales tax on the full contract price. The City will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit Bid Item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The City will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit Bid Item prices or in any other contract amount. Downtown Parking Sign Replacement/Peterson 1 - 15 August 21, 2014 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 j Washington State Department of Revenue Rules 138 and 224). SECTION 1-07.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-07.6 Permits and Licenses The City has obtained the following permits: None Contractor shall obtain, at its sole cost, all other permits required to complete this project. A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract with the laws, ordinances, rules, regulations, and orders. SECTION 1-07.6(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH. 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date. SECTION '-07. 13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic I 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. Downtown Parking Sign Replacement/Peterson 1 - 16 August 21, 2014 j SECTION 1-07. 17 IS REVISED BYADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities i If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is j not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners j 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. Downtown Parking Sign Replacement/Peterson 1 - 17 August 21, 2014 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. Centuryl-ink Comcast Nevie Jake Jerry Steele (253) 372-5368 (206) 391-1763 (425) 761-0471 (cell) Puget Sound Energy Verizon Anita Vurovchak m Brad Landis (253) 476-6304 (425) 201-0901 (206) 276-3635 (425) 766-1740 SECTION 1-07.18 15 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 Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. 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 I SECTION 1-08 IS SUPPLEMENTED OYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to five 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 Downtown Parking Sign Replacement/Peterson 1 - 18 August 21, 2014 promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. i 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. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 9-08.4 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 Downtown Parking Sign Replacement/Peterson 1 - 19 August 21, 2014 I 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, j Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work j 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 tirne 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. Permission to work between the hours of 10:00 p.m. and 7:00 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 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 i Downtown Parking Sign Replacement/Peterson 1 - 20 August 21, 2014 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 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. I 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 Downtown Parking Sign Replacement/Peterson 1 - 21 August 21, 2014 l 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 I-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. SECTION I-08.8 IS REVISED BY DELETING PARAGRAPHS I 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. I The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1- 05.1. ITEM I IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. Downtown Parking Sign ReplacemenUPeterson 1 - 22 August 21, 2014 i 1-09 MEASUREMENT AND PAYMEPJT SECTION 1-09.2(9) IS REMISED BY REPLACING "TRUCKS AND TICKETS- WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment i 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. 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 9-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: I 1-09.9(2) City`s Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. j 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. Downtown Parking Sign Replacement/Peterson 1 - 23 August 21, 2014 III 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 1-09.9 9(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 9-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. i Downtown Parking sign Replacement/Peterson 1 - 24 August 21, 2014 i ! 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10. 1 IS SUPPLEMENTED OYADDING THE FOLLOWING. I 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 vvay until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BYADDING 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 I 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." Downtown Parking Sign Replacement/Peterson 1 - 25 August 21, 2014 i SECTION 1-10.3 IS SUPPLEMENTED SYADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control 0eviees When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 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 TCK and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. i 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: 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 Downtown Parking Sign Replacement/Peterson 1 - 26 August 21, 2014 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. I I i i Downtown Parking Sign Replacement/Peterson 1 - 27 August 21, 2014 DIVISION 8 ® MISCELLANEOUS CONSTRUCTION 8-21 PERMANENT SIGNING i SECTION 8-21.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: i 8-21.1 Description Where possible, signs shall be installed using the anchor square imbedded in concrete and square post consistent with Kent Standard Detail 6-82M, unless installation on an existing pole is indicated in the plans. Contractor shall call 811 prior to digging to locate any utilities. If utility conflicts prohibit signs from being installed in the proposed location consistent with Kent Standard Detail 6-82M, the Engineer may permit the contractor to use the pedestal mount as described in the Kent Standard Detail 6-82M(B). If the pedestal mount is used, the contractor shall be paid the "Sign-Pedestal Mount Installation" bid price. All installation work on either side of a continuous street block, defined as the portion of a street between named cross-streets shall be completed within 24 hours of removing signs on that side of the street within that block, such that applicable parking restrictions are signed. The City will provide the sign plates to the Contractor. SECTION 5-21.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-21.3(1) Location of Signs Signs are located on the maps listed in the tabs of these specifications. These are approximate and tentative locations subject to change by the Engineer. Exact locations may be marked by the City, subject to change up to the time of installation. The posts lengths specified in the plans are for Bid purposes only. All sign posts shall be installed consistent with the standard details and the lowest edge of all sign plates or assemblies shall be 7-feet above the sidewalk. SECTION 5-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs and telespars shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs and telespars to the Sign Shop at the City Maintenance Facility located at 5821 South 240`h Street (a.k.a. West James Street.) All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2,00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Downtown Parking Sign Replacement/Peterson 8 - 1 August 21, 2014 If signs are located on a post other than "No Parking" signs, notify the Engineer. i SECTION 8-21.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING. i If existing signs are to be relocated, the Contractor shall repair any holes from removal of old posts consistent with the surrounding material. In areas where Portland concrete is present the Contractor shall remove any PVC spacers present, back fill the hole and provide a minimum of 3-inches of Portland concrete and finish consistent with surrounding concrete. In areas where asphalt concrete is present, the Contractor shall back fill the hole and provide a minimum of 3-inches of asphalt concrete and compact to match surrounding surface. In areas where earth is present, the Contractor shall back fill the hole and provide a minimum of 6-inches topsoil at the surface. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-21.3(5) Sign Relocation Relocated signs shall be installed on new metal sign posts as noted in Kent Standard Detail 6-82M unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5'IS SUPPLEMENTED BY ADDING THE FOLLOWING. 8-21.5 Payment The unit contract price per lump sum for "Sian Removal" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. The unit contract price per each "Sign-Post Installation" constitutes complete compensation for all labor, materials (except sign plates, which will be provided by the City), supplies, and equipment necessary to install an anchor square, metal post and sign described in standard j detail 6-82M. The unit contract per each "Sian-Pedestal Mount Installation" constitutes complete compensation for all labor,` materials (except sign plates, which will be provided by the City), supplies, and equipment necessary to install signs using a pedestal mount as described in standard detail 6-82M(B). Some or all of the signs to be placed on posts might be paid under this bid item, the City does not know what ratio of the signs will be Sign- Post Installation vs. Sign-Pedestal Installation. Sign-Post Installation is the preferred alternative if there is no conflict with utilities, Downtown Parking Sign Replacement/Peterson 8 - 2 August 21, 2014 The unit contract per each "Sign-On Street Light/Pole Installation" constitutes complete compensation for all labor, materials (except sign plates, which will be provided by the City), supplies, and equipment necessary to install signs on street light poles, power poles other similar j poles as described in standard detail 6-82M. I I I i i Downtown Parking Sign Replacement/Peterson 8 - 3 August 21, 2014 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-82M Sign Installation 6-82M(B) Surface Mount for Downtown Sign Installation it i Downtown Parking Sign Replacement/Peterson A - 1 August 21, 2014 J w � O tlL � W p ZD J I� r n U 1 m G p (D W N J Iw LLJ O u Z O 4 < ~4. in (n OR \\ c� F W O U S cC ¢ o w � w � ~ O z ¢ z F- J N ¢ N m w z S mj w m 1 O W ce U' w Z a' VI Z ^ N O WO O V S VJ W t^ O p w W W m Z w i \l o = LL Q m0 o z F CL I— > O= H Q Z p N ¢ K p E W m a N > m p t W cco � cc u O 6q' a 0 w ¢ LL CD p pV m 0 0 iX cc m . Q p p ¢ x N s ¢5 O p 1-, }G O p u 11) Z W O wy. K Z .0 '�a R Svl Ow p � vaz } J do ¢ w < u J a4 o'=u c¢7 ¢ c> ¢ > m � c¢.0� m 17, Ex u \ � U = xa %` zoo wm G ¢ wo �N w U \ ¢ O W pQxF Z u w 'r tD ago a �a� ,%��\\ �zo N u u> wo Z� > O Q o O W o o re x S N Y a > pO a'a Q w � Qm Q OFpw O O O O O O O O 0 0 0 0 0 0 0 0 \� Lo �S w Q O N w O Z 5 = a ,C, wa m U w w „¢ 'VAA�AA��A ui= tWi z0 Q m a i' z ru x z u cif m ¢ H � w1:D o p g Qa > /! O W ztn z N a w K x0x Z .. .. W O 0 J W J W pW J U1 rE 0 a� cxn in Z N N in d scro NOTE;THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT / THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. gym( CITY OF KENT ENGINEERING DEPARTMENT vau aic • T DOWNTOWN CALL 811 �ry KEN SIGN INSTALLATION BEFORE YOU DIG DESIGNED DWH DRAWN DR SCALE NONE STANDARD PLAN CHECKED-- DATE — _r 8 6- 2M Wc�Nrfr VG APPROVED._.... G:\Desfgn\14-3011 Traffic Caiming\DWG\6-82M DOWNTOWN.dwg,8/20/2014 2:12:36 PM 1"TT 3/4" DIAMETER HOLES i i i 7"x7x1/4"STEEL BOTTOM PLATE(ASTM A1101 SS = GRADE 33) 2� 0 i I I i c PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33)PERFORATED SQUARE TUBING CENTERED ON BASE PLATE I a o BASE PLATE-PLAN 7/16"ON 1"CENTER DIA.HOLES -. PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33)PERFORATED SQUARE TUBING CENTERED O ON BASE PLATE 0 WELD ALL AROUND 0 Q 0 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) a i 1/2"x5 1/2"STAINLESS STEEL WEDGE ANCHORS, STAINLESS STEEL WASHERS AND NUTS BASE PLATE-ELEVATION NOTE: PyL 9Cr SEE SHEET 6-82M FOR ADDITIONAL NOTES AND SIGN DETAILS G - NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. +II4� CITY OF KENT ENGINEERING DEPARTMENT you Dic KENT SURFACE MOUNT FOR DOWNTOWN CALL 811 w........" SIGN INSTALLATION BEFORE YOU DIG DESIGNED DWH DRAWN BB SCALE NONE STANDARD PAN CHECKED DATE EX� 6-82M(B) APPROVED G:\Design\14-3011 Traffic Calming\DWG\6-82M DOWNTOWN.dwg,8/1512014 8:37:59 AM The following tables show sign assemblies to be installed. The City will provide the sign plates to the Contractor, some sign assemblies may require more than one plate. Assemblies will be referenced in the legend by the Sign ID from the following tables. I I l i I Downtown Parking Sign Replacement/Peterson A - 2 August 21, 2014 SIGN PLATE IMAGES The following tables show sign assemblies to be installed. The City will provide the sign plates to the Contractor, some sign assemblies may require more than one plate. Assemblies will be referenced in the legend by the Sign ID from the following tables. SIGN TYPE 1A 1B 1C 2A 2C QUANTITY 31 15 34 9 10 DIMENSIONS 12"x27" 12"x27" 12"x27" 12"x18" 12"X18" MOCK-UP , t III% IN �• yV F kn 2HOUR 2 IOlails 21-iom "M "M 4AM�1AM 9AM-FIV! 9AM 4 NI'm �; f)Ai'd-G�M MONDAYS ONLY MONDAYS ONLY Dy _ NO PARItING NO' 7'AM' NO PARKING 4AM 1Aty CAM 7AM 4AP� 7AN1 MONDAYS ONIY MDh DAYS ONLY MONDAYS ONLY SIGN TYPE 4A 4B 4C 5 6 QUANTITY 9 1 5 41 2 DIMENSIONS 12"x18" 12"x18" 12"x18" 12"x18" 12"x18" MOCK-UP I LOADING LOADING LOADING 2 HOU[I ZONE ZONE ZONE TOW AWAY 9AMAM'M ZONE SIGN TYPE 7 e a QUANTITY ! ! ! DIMENSIONS " " !mil MOCK-UP \ +> ( \ / y � \ � . , • � 100 d\UTE HERE +R ( 9AW/PNI, ) TO CORNER TO CORNER � � DOWNTOWN AREA MAPS The following maps show the legend and approximate location of signs to be removed, and those to be installed. Exact locations for installation will be marked by City staff prior to commencement of work. The downtown area is displayed on 9 maps for removal and 9 maps for installation. The extents of each map are shown below. i i Downtown Parking Sign Replacement/Peterson A - 3 August 21, 2014 DOWNTOWN AREA MAPS The following maps show the legend and approximate location of signs to be removed and those to be installed. Exact locations will be marked by City staff in a manner that will be communicated to the Contractor prior to commencement of work. In the event of a conflict with a utility, the Contractor shall contact the Engineer for permission to adjust the location or type of installation. The downtown area is displayed on 9 maps for removal and 9 maps for installation. The extents of each map are shown below. NOTE: Map pages do overlap - - EXHIBIT f. � 1 � ( i � � �� i. � � i �tl Ii tljs.i �{� r yy t t II 1 t �i Regional Justice CBntBIj { 70 'i 16ht station �. if 1 L `- 1 f . ; Sentorr'EXHIBIT Libra Canter �! J' cr eb's'� V EXHIBIT 1 1 EXHIBITI �i � <I 1 f 1 �u s , I �s�i t �11' v� `� •n :� 1 -} � I L� l t q � 1 N rl r t s S� _ II 4 ram ' C i i n� s 1 I ill=.fin ��I• i - � � i t-. - LEGEND FOR REMOVAL MAPS �q Remove signs indicating"2 hour parking 4AM-6PM, no parking 4AM-7AM Mondays" or"2 hour parking." If on CA"wooden or 2"x2" metal post supporting only parking signs, remove post as well. Remove signs indicating"30 minute parking." If on 4"x4" wooden or 2'W" metal post supporting only L_1 parking signs, remove post as well. Remove signs indicating"loading zone." If on 4"x4" wooden or 2"x2" metal post supporting only parking .__.J signs, remove post as well Remove signs indicating"no loading." If on 4"x4"wooden post supporting only parking signs, remove post as well. Remove signs indicating"no parking." If on 4"x4"wooden post supporting only parking signs, remove post as well. If on or 2'W" metal post supporting only parking signs, remove post unless plans and field markings indicate that a new sign will be installed there. _ Remove signs indicating"no parking 4AM-7AM Mondays." If on 4"x4"wooden or 2"x2" metal post k.. ,J supporting only parking signs, remove post as well. LEGEND FOR INS`fALLATION MAPS [1A] Install sign type 1A on new 2"square metal post at 45' inward angle to roadway.See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade, — Install sign type 1B on new 2"square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. �C Install sign type 1C on new 2"square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. 16 Install sign type 1A on existing streetlight pole at 45° inward angle to roadway.See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. Vj nB) Install sign type 1B on existing streetlight pole at 45' inward angle to roadway.See Kent Standard Plan 6- �� 82M. Lower edge of sign to be T from grade. (10 Install sign type 1C on existing streetlight pole at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. ® Install sign type 2A on new 2"square metal post at 450 inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be T from grade. Install sign type 2C on new 2"square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. Install sign type 2C on existing streetlight pole at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be T from grade. Install sign type 4A on new 2"square metal post at 45°inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7' from grade. Install sign type 4B on new 2" square metal post at 45' inward angle to roadway.See Kent Standard Plan 6- 82M. Lower edge of sign to be T from grade. ® Install sign type 4C on new 2"square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. j Install sign type 5 on existing streetlight or telespar pole perpendicular to roadway.See Kent Standard Plan 6-82M. Lower edge of sign to be T from grade. Install sign type 5 on new 2" square metal post perpendicular to roadway. See Kent Standard Plan 6-82M. Lower edge of sign to be T from grade. c8 F] Install sign type 8F on new 2" square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. ® Install sign type 8R on new 2" square metal post at 45' inward angle to roadway. See Kent Standard Plan 6- 82M. Lower edge of sign to be 7'from grade. ® Install sign type 6 on new 2" square metal post perpendicular to roadway. See Kent Standard Plan 6-82M. Lower edge of sign to be T from grade. Install sign type 7 on new 2" square metal post perpendicular to roadway. See Kent Standard Plan 6-82M. Lower edge of sign to be T from grade. LEGEND INSTALLATION MAPS (CONT.) �{ Install sign type 1C below sign type 4A on new 2" square metal post at 45'inward angle to roadway. See Kent Standard Plan 6-82M. Lower edge of sign to be 7' from grade, Install sign type 1A below sign type 4C on new 2" square metal post at 45' inward angle to roadway. See — Kent Standard Plan 6-82M. Lower edge of sign to be 7' from grade. Install sign type 1C below sign type 4A on existing streetlight pole at 45' inward angle to roadway. See Kent Standard Plan 6-82M. Lower edge of sign to be 7' from grade. _ _ Light or phone pole (wood, metal, or concrete)for reference only i� 'T1 dD - — � - W Kent Station St Cs} _. _ Rams-61 + z � z z fh f to ti, = _ > it _ -! W Temperence St , _ 5 (5 t i l5i 51 !t _ W Smith St o Feet � � a T LL: EXHIBIT 1 , �� N -W Kent 'Station-St 'II I Ramp U )n� Z Z � � )I z Kf , t fi;oW Tem 6� p i CsZI i 1 � t W Smith St Feet W James Stj REMOVE: EXHIBIT y 0 1200 i Feet it �. � a �s Pioneer St r � t { ) - 7 k , � i If Q�r M iffen I I- 1 ff E Smith St gm��h i i W;James St __ ► IEXHIBIT �� ( IZ i � 1 ij 0 200 Feet \ [ r if LL Pioneer St TM J I , l B- i r i i fir' k i i i I ► E Smith St r W Srn r - I ti 1 3 1 � ! 1 W Harrison St L 41 - r 1 1 t „ 01 5 — W Meeker St i , h Q 5) 1 r � r ly 5 1 lkW Gowe St i 11 �4 v `- il 4 1 4 - (n U} LO Y9� S 1(5 i 0 200 Feet ' INSTALL: EXHIBIT 3 W Smith St L 1 ` W Harrison St 1 > 1N Meeker St i 5❑ Cz___ _�,, Oic � W Gowe St .,� �— — 1 � 7 il LO j m ( _� , r �4 (s) I W _ t 0 200 t Feet , r � 0 200-- . ____.__.__ t . W Smith St REMOVE EXHIBIT Feet E Q N E "Libra 4# W Harrison St 4) 4'( - - t r 4 W Meeker st `� , J i J) W Gowe St ITT J 1 , r —} [ -j 1 t �� 1 'IT � H���rfa t J.� I W Titus St I CS — 1 , i 0----- - - ""200 TT!6iiE!!9iiiii W Smith St INSTALL: EXHIBIT 4 Feet Z(l > Libra [5] 1h L5] J, W Harrison St IB lc tjA� 5 1A] E W Meeker" f 5, 3 1A i ic c Ad W Gowe St -------F OF—I -- aT ( ------ �IA­N­ 5 co > CO fill, Half 110 1 I 1A C5)1 '%2C W Titus t 2C] F2A L2CI:T bs REMOVE: EXHIBIT 5 W Smith St j > zli z LiOrary > >1 70 co c Aft lift LJ4 j) W Meeker St E Meeker St ------- -- -----UT 16 W Gowe 8t E Gowe St--- (22� 05 U)i U) ry I-D W Titus St E Titus St (t 0 200 5) 1 EFeet I INSTALL: EXHIBIT 5 CC `W Smith'St, i J, if z Z� i ra ry Ic mo co Ljlftft FIB] -IC LOW ---9 S2-LICI—C2 Ic W Meeke�r-`St E M'e- eker St ---is- 5- '31 c 2-1 --j 'kI Fl��-Ill C c --FIA 115j- W Go\Arg St E Gowel St IDA c -Cl [24 W U) > J� CO > < B, 21 2A] A f W Tit—us'St E Titus St r 200' FK 0 1 I MFeet J� E Smith St REMOVE: EXHIBIT 6 { �t E Ward St i i; t i __ E Meeker St ._ _-- -- , t 1 E 1 f_ U)76 r_ QP _..._ 1 f- -- 0 200 Feet E Smith St INSTALL EXHIBIT 6 J IN, > > (D ... E Ward 8t A, Q) Ir -5" A] E Meeker St T- r)!1A 11C cl I cl, A D) -—- < E Gowe St ..0 co CO ZD- -4;) D2C 0 2 0 cn Feet�\ \ = REMOVE: EkHIBIT 7 P t > J I VV Meeker St � Q 1 i i St Gowe W _ a , 1 E , U) HC S 1 J t i I tt 1 I i t __W T_Itus St____ , - , { - _ W `Saar St - Cs) ' I o 120o INSTALL: EXHIBIT 7 5� W Meeker St > : '511 1Y L5 �1 F-51- W-Gowe St [I 7A > < U) 5 J� ISR W Saar-st-- F 5 . ............. d� �z 51 Cl _ r REMOVE: EXHIBIT 8 CV _._�_.Nieeker St (1) 5_U _�53 _� '. (�} � t�� — W Gowe St I , i L HalU L Q W Titus St Q d r ( _ z) C�) [6) ) , t 4-1 I16) l s _ w o - zoo 4^ ' Feet ! ', �z INSTALL: EXHIBIT 81( Nt 5 .� . -,- W I�leeker cu j� Lic I in L l la ( W Gowe St iC 5 IG ty H� rl I 05 , �I �_� __�`__._ _� .. �_..�.�_ 2 ___. CO ..._��I > W Titus 8t > , 0 ,—, N� ]11 r . I I 5 � O 5 i ) I ( I I i I 7 I J 2CLN Saar St. -_ — I I w. o C zoo �I ' Feet+ T -7 R� OVE: EXHIBIT 9 m cQ (oi U) w Meeker St E Meeker St --m q) W Gowe S E Gowe St 1 (5) C/) > 01 U) CO > U), 5 126 E ........ 7 200 %A get 'Rom IIN' HIBIT- 9 STALUEX t LICI-- A EMeekerSt A]w ker St - U) 7:� " ci PC �Z w Gowe Sl E Gowe St i5i C 12A 2A i t U) a) j U) U) 51 > > U) 0 zw 2A (DI Saar St 2ob \A Ift �Kqet �I I i i i i Downtown Parking Sign Replacement/Peterson A - 4 August 21, 2014 i LEGEND SZ SIGN LOCATION (Type II Barricade) TEMPORARY TRAFFIC ® DEVICE (CONES) PROTECTIVE/WORK VEHICLE GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES, 3. ALERT METRO TRANSIT 5 BUSINESS DAYS IN ADVANCE (206) 684-2732. 4. PROTECTIVE VEHICLE RECOMMENDED—MAY BE A WORK VEHICLE, 5. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC CONES. 7. ALERT AFFECTED RESIDENTS AND BUSINESSES. WORK VEHICLE m 0 RPM a e • m o • SIDEWALK CLOSED 4—� CROSS HERE i R9-11A ` SIDEWALK CLOSED R9-9 I I ,,..� SIDEWALK CLOSURE �•�' KENT PLAN CITY OF KENT SCALE NTS weir ENGINEERING DEPARTMENT DATE 1.1 2014 I Downtown Parking Sign Replacement/Peterson A - 5 August 21, 2014 Page 'I of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 i Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 09/09/2014 County Trade Job Classification Wage lHolidaylOvertinne Note'; King Asbestos Abatement Workers Journey Level $42,671 5D 1 H King Boilermakers Journey Level $64.441 5N 1c King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Buildino Service Employees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $24.94 5S 2F King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Car ep nters Acoustical Worker $52.32 5D 1M King Carpenters Bridge, Dock And Wharf $52.32 5D 1M Carpenters King Carpenters Carpenter $52.32 5D 1M King Carpenters Carpenters on Stationary Tools $52.45 5D 1M King Carpenters Creosoted Material $52.42 5D 1M King Car ep nters Floor Finisher $52.32 5D 1M King Car eip �ters Floor Layer $52.32 5D 1M King Carpenters Scaffold Erector $52.32 5D 1M King Cement Masons . Journey Level $52.38 7A 1M King Divers & Tenders Diver $105.37 5D 1M 8A King Divers & Tenders Diver On Standby $59.50 5D 1M '.King Divers & Tenders Diver Tender $54.82 5D 1M King Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 1M King Divers & Tenders Surface Rcv & Rov Operator $51,07 5A 113 Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Dockhand) $52.58 5D 3F King Dredge Workers Boatmen $52.301 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F King Dredqe Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredqe Workers Oiler $52.58 5D 3F King Qjrwall Applicator Journey Level $52.32 5D 1H King Drywall Ta ep_rs Journey Level $52.37 5P I King Electrical Fixture Maintenance Journey Level $25.84 5L 1E Workers King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) $70,52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W King Electricians - Inside Certified Welder (tunnel) $68.10 7C 2W King Electricians - Inside Construction Stock Person $35.69 7C 2W King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $68.33 5A 4A Construction King Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians Powerline Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.77 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1R Products Work Only King Fence Erectors Fence Erector $15.18 1 King FWgers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1Y King Heat & Frost Insulators And Journeyman $60.93 5J 1s Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers & Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.32 1 httnc //fnrtreec IAM nrnr/InIAA7anPlnnk1 in/nr\AAlanalnnki in acnx R/?n/?nl4 Nage s OF -i t Cleaner King Inland Boatmen Boat Operator $54,57 5B 1K King Inland Boatmen Cook $5M5 5B 1K King Inland Boatmen Backhand $51.19 5B 1K King Inland Boatmen Dockhand Engineer $52.18 5B 1K King Inland Boatmen Launch Operator $53.40 58 I 1K King Inland Boatmen Mate $53,40 5B 1K King Inspect ion/C leaning/Sea Iin Of Cleaner Operator, Foamer $31.49 1 Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $11,48 1 Sewer &Water Systems By Remote Control I King Inspection/C lean rnglSea fin a Of Head Operator $24.91 1 Sewer &Water Systems By Remote Control King Inspection/Cleaning_/Sealing Of Technician $19.33 1 Sewer &Water Systems By Remote Control King Inspection/Cleanin /Sg ealing Of Tv Truck Operator $20.45 1 Sewer &Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 1M King Ironworkers Journeyman $61.62 7N 10 King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.17 7A 31 King Laborers Brick Pavers $42.671 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42,67 7A 31 King , Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42,67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs, And $43.46 7A 31 Over) King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.67 7A 31 King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42,67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King Laborers Crusher Feeder $36,17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking & Moving $42.67 7A 31 (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.00 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.671 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller & Bucker Chain Saw $43.46 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker & Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker (level $44.00 7A 31 A) King Laborers Hazardous Waste Worker (level $43.46 7A 31 B) ' King Laborers Hazardous Waste Worker (level $42.67 7A 31 C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & httn¢•//fnrtrPe- \nrA_nnu/Ini/vranPlnnkun/nrv\AlanPlnnkun.asnx wen/9n14 Hage b of -I t I i Rock, Sandblast, Gunite, Shotcrete, Water Bla i King Laborers Pavement Breaker $43.46 7A 31 King Laborers Pilot Car $36,17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 j King Laborers Pot Tender $42.67 7A 31 King Laborers Powderman $44.00 7A 31 King Laborers Powderman's Helper $42,67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Piler $42.67 7A 31 King Laborers Tamper & Similar Electric, Air $43.46 7A 31 & Gas Operated Tools King Laborers Tamper (multiple & Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer (lagger, $43.46 7A 31 Sharer & Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 3I King Laborers Topper $42.67 lA 31 j King Laborers Track Laborer $42.67 7A 31 j King Laborers Track Liner (power) $43,46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 88 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 88 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 SD Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 SC Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $81.52 7A 31 8Q Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 SD Worker 64.01-68.00 psi King , Laborers Tunnel Work-Compressed Air $88.52 7A 31 88 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8Q Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 BQ Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 8D ! Tender King Laborers Tunnel Work-Miner $44.101 7A 31 88 King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Scarcer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.46 7A 31 King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer & Topman $42.67 7A 31 & Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 &Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop). Welder $15.48 1 King Millwright Journey Level $53.42 5D 1M King MOdularBUllding5 Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.40 1 i httns //fnrtrPss Ara nnv/Ini/\Aranalnnkun/nr\AA/anelnnkiin acnx R/?n/9n14 Page of -i r j 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 $52.57 5D 1M King Plasterers Journey Level $50.42 7Q I King Playground & Park Equipment Journey Level $9.32 1 Installers King Plumbers & Pipefitters Journey Level $74.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $55.24 7A 3C 8P j i King Power Equipment Operators Assistant Engineer $51.771 7A 3C SP King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.77 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.77 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.771 7A I 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 813 King Power Equipment Operators Compressor $51.77 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C SP With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.77 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operate rs Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m King Power E ui ment Operators Conveyors $54.33 7A 3C aP King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C SP Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C SP Or 250' Of Boom (including Jib With Attachments) King Power E uipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.77 7A 3C 8P Under i King Power Equ pment Operators Cranes: Friction 100 Tons $56.36 7A 3C 813 Through 199 Tons King Power Equipment Operators, Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: Through 19 Tons With $54.33 7A 3C SP Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equ pment Operators Deck Engineer/deck Winches $54.75 7A 3C SP (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 813 King Power Equipment Operators Dozers D-9 & Under $54.33 7A 3C 8P King Power Equament Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 813 King Power Egumment Operators Elevator And Man-lift: $51.77 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $54.75 7A 3C 8P Gamace & Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $51.77 7A 3C 813 Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.77 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydraliftsfboom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.77 7A 3C BP Tons And Under King Power Equi m>� erp ators Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. But $55.24 7A 3C SP Not Including 8 Yards King Power Equi mp ent Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards httnq-//fnrtrpee XAM nrnr/Ini/XAranalnnkrrnfnrv\Alanpinnkun acnx RI9N9C114 i-age � of -I i King Power Equipment Operators Loaders, Plant Feed $54.751 7A 3C 1 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Eciumment Operators Locomotives, All $54.75 7A 3C BID King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators Mechanics, All (leadmen - $55.79 7A 3C SP $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A X SP finishing King Power Equipment Operators Motor Patrol Graders, Finishing $55.24 7A 3C 813 King Power Equipment Operators Mucking Machine, Mole, Tunnel $55.24 7A 3C 8P Drill, Boring, Road Header And/or Shield King Power Equipment Opematoi s Oil Distributors, Blower $51.77 7A 3C 8P, Distribution & Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Rower uipmentOperators Overhead; Bridge Type Crane: $54.78P5 7A 3C 8 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Eguipment Operators Pavement Breaker $51.771 LA 3C I BP King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $54.33 7A 3C 8P King Power Equipment Operators Pesthole Digger, Mechanical $51.77 7A 3C 8P King RgLNer Equipment Operators Power Plant $51.77 7A 3C 8P King Power E Equipment Operators Pumps - Water $51.77 7A 3C 813 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 813 King Power Equipment Operators Quick Tower - No Cab, Under $51.77 7A 3C 813 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $51.77 7A Kc 8P King Power_Equipment Operators Rollagon $55.24 7A 3C BP King Power Eqqipment Operators Roller, Other Than Plant Mix $51.77 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 813 Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P King Power Equipment Operators Saws - Concrete $54.33 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete & Carry All $54,33 7A 3C BP King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 8P�_c Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Egu pment 0 erp ators Shotcrete/gunite Equipment $51.77 7A 3C 813 King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P ' Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power EcLlipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider & $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.331 LA 3C I 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power E mpment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C BP Tons And Over King Power Equipment Operators Truck Crane Oiler/driver Under $54.33 7A 3C 8P 100 Tons King Power Equipment Operators Truck Mount Portable Conveyor $54.75 7A 3C BP King Power Equipment Operators Welder $55.24 7A 3C 8P i King Power Equipment Operators Wheel Tractors, Farmall Type $51.77 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Assistant Engineer $51.77 7A 3C BP Underground Sewer &Water King Power Equipment Operators- Barrier Machine (zipper) $5435 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer& Water Concrete King Power Equipment Operators- Bobcat $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Brokk - Remote Demolition $51.77 7A 3C 8P Underground Sewer &Water Equipment King Power Equipment Operators- Brooms $51.77 7A 3C 8P Underground Sewer & Water httnq-//fnrtrPce XAM nnvllniANAnalnnki in/nrxAAla rip lnnki in agnx R/7n19n1 A Page "1 -1 of I r King Power Equipment Operators- Bump Cutter $54.75 7A I 3C 8P Underground Sewer & Water King Power Equipment Operators- Cableways $55.24 7A 3C 8P j Underground Sewer & Water j King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Compressor $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer &Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.77 7A 3C 8P j Underground Sewer & Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Under rog and Sewer & Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer & Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C BP Underground Sewer & Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment 0 erp rtors- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Eq_ufpment 0 erp ators- Cranes: 200 Tons To 300 Tons, $56,36 7A 3C 8P Underground Sewer&Water Or 250'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C BP Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.77 7A 3C 813 Underground Sewer &Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer &Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C BP Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C BP Underground Sewer & Water Of Boom (including Jib With Attachments) King Power EquuiDment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer &Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $55,24 7A 3C BP i Underground Sewer & Water King Power Equipment Operators- Dozers D-9 & Under $54,33 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer &Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer &Water King Power E ui ment Operators- Elevator And Man-lift: $51.77 7A 3C 8P Underground Sewer &Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $54.75 7A 3C 8P Underground Sewer&Water Gamaco & Similar Equipment i King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer &Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $51.77 7A 3C 8P Underground Sewer &Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer & Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $5137 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer &Water Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer &Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer &Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer & Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51,77 7A 3C 8P Underground Sewer &Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. & $55.79 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. But $55.24 7A 3C 8P Underground Sewer &Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer &Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C SP Underground Sewer &Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 813 Underground Sewer &Water i King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P httnq•//tnrtrP.CC +Ara nntt/InihAianalnnknn/nrv\A/analnnkrrn asnx R/?n/?nl4 Page 13Of 1Underoround Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment OpgLators- Motor Patrol Grader - Non- $54.33 7A X 8P Underground Sower & Water finishing King Power Equipment ORqLqtors- Motor Patrol Graders, Finishing $55.24 7A 3C 8P Underground Sewer &Water King Power Equipment ORem-tors- Mucking Machine, Mole, Tunnel $55.24 7A 3C BP Underground Sewer & Water Drill, Boring, Road Header And/or Shield jors- Oil Distributors, Blower 8P Underground Sewer & Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer & Water Manlifts), Air Tuggers,strato King Power Eauioment ODerators- Overhead, Bridge Type Crane: $54.75 7A X BP Underground Sewer & Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer&Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A X 813 Underground Sewer &Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer&Water Mount) King Power Equipment Operators- Plant Oiler- Asphalt, Crusher $54.33 7A X 8P Underground Sewer &Water King Power Equipment Operators- Pesthole Digger, Mechanical $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Power Plant $51.77 7A X 8P Underground Sewer & Water I King Power Equipment Operators- Pumps - Water $51.77 7A 3C BID Underground Sewer & Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55,24 7A 3C 8P Underground Sewer & Water King Power Equirment Operators- Quick Tower - No Cab, Under $51.77 7A X 8P Underground Sewer & Water 100 Feet In Height Based To Boom King Po��2tQperators- Remote Control Operator On $55.24 7A X 8P Underground Sewer & Water Rubber Tired Earth Moving Equipment King Power Eguipment Operators- Rigger And Bellman $51.77 7A X BID Underground Sower & Water King Power Equipment Operators- Rollagon $55.24 7A X 8P Underground Sewer & Water King Power Equipment Operators- Roller, Other Than Plant Mix $51 77 7A 3C 8P Underground Sewer & Water King Power EQUiDment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A X 8P Underground Sewer & Water Materials Underground Sewer &Water King Power Equipment Operators- Saws - Concrete � | Underground Sewer & Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer & Water 45 Yards King Power Equipment Operators- Scrapers - Concrete & Carry All $54.33 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer &Water Yards And Over King Power Equipment O erp ators- Service Engineers - Equipment $54.33 7A 3C 813 Underground Sewer&Water King Power EQUbrnent Operators- Shotcrete/gunite Equipment $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54,33 7A 3C BP 1 Underground Sewer &Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer &Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer & Water Tractors: 15 To 30 Metric Tons King Power Equipmenterators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer & Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer& Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer& Water King Power Equipment Operators- Spreader, Topsider & $55.24 7A 3C 8P Underground Sewer & Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer & Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer & Water Height Base To Boom i King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer & Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer&Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver Under $54.33 7A 3C 8P Underground Sewer &Water 100 Tons i King Power Equipment Operators- Truck Mount Portable Conveyor $54.75 7A 3C 8P Underground Sewer &Water King Power EqUiDment Operators- Welder $55.24 7A 3C BP Underground Sewer &Water King Power Equipment Operators- Wheel Tractors, Farmall Type $51.77 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P httns //fnrtrPgs MIA_nnv/IniAAianPlnnkiin/nr\r1A/anPlnnkun q-nm R1?n19l11,4 Page I of 1 7 i Underground Sewer & 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 & Air Journey Level $72.46 6Z 1G Conditioning Mechanics I King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Car ep mots Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Dr waV II Applicators Journey Level $40.14 5D 1M King Residential Drywall Tapers Journey Level $52.37 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24,091 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers & Journey Level $34.69 1 ftefitters King Residential Refrigeration & Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R Workers King Residential Soft Floor Lavers Journey Level $42.41 5A 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $44.71 5A 3H King Roofers Using Irritable Bituminous $47.71 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding & Ship Repair Boilermaker $40.72 7M 1H King Shipbuilding & Ship Repair Carpenter $39.24 7T 2B King Shipbuilding& Ship Repair Electrician $39.28 7T 4B King Shipbuilding & Ship Repair Heat & Frost Insulator $60.93 5J 1S / u King Shipbuilding & Shin Repair Operator $39,22 7T 4B King Shipbuilding & Shin Repair Painter $39.31 7T 4B King Shipbuilding & Ship Repair Sheet Metal $39.27 7T LB King Shipbuilding & Ship Repair Trucker $39.10 7T 4B King Shipbuilding & Shin Repair Warehouse $39.17 7T 413 King Shmbuilding & Ship Repair Welder/Burner $39,30 7T 413 King Sion Makers & Installers Sign Installer $22.92 1 King �Makers & Installers Sign Maker $21.36 1 ffiectrigall King Sign Makers & Installers (Non- Sign Installer $27.28 1 ELectrical King Sign Makers & Installers Non- Sign Maker $33,25 1 Etectricall King Solar Controls For W indows Journey Level $12.44 1 King SDrinkler Fitters (Fire Journey Level $6959 5C ix Erotection King Staoe Riciaing Mechanics (Non Journey Level $13.23 1 King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19,09 1 King Surveyors Assistant Construction Site $54,33 7A 3C 8P Surveyor King &EY-eyers Construction Site Surveyor $55.24 7A 3C BID King Tel ecorn mun i cation Journey Level $22.76 1 Technicians I King TeleDhone Line Construction - Cable Splicer $36.96 5A 213 Outside King TeleDhone Line Construction - Hole Digger/Ground Person $2049 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer 11 $36.19 5A 213 Outside King Telephone Line Construction - Telephone Equipment Operator $36.96 5A 213 Outside (Heavy) King LqLeDhone Line Construction - Telephone Equipment Operator $34.34 5A 2B Outside (Light) hUn--//foMre-,qmm oov/|ni/mmne|nnk||n/nroN/nnt--|nnk|mo-nx 2/7D/?O14 | Page 17 or 17 King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 213 Outside King Telephone Line Construction - Television Lineperson/Installer $25.89 5A 2B Outside King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside i King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 5A 1M King Tile Setters Journey Level $21.65 1 King Tile Marble & Terrazzo Finisher $37.79 5A I Finishers King Traffic Control stripers Journey Level $43.111 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 & 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 81_ Council 28) King Truck Drivers Transit Mixer $43.231 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers & Irrigation Pump Well Driller $18.00 1 Installers I I I L.aa...,.. tic.....a M...... ..... .......,n»: t.........�.i_.-�....-. i..._. . n ......-i_.-i...._- ..__., n inn tnn� n Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 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. ALL HOURS WORICED IN EXCESS OF FIGHT (8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. 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. 'File first two(2)hours after eight(8)regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(9)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 HoUdy 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 tell(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. Cr. The first tell (10) hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar workday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid atone and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over tell (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 i Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 1. N. All horns worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) horns 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)horns on i Saturday shall be paid at double the hourly rate of wage. - R All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half tines 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 often(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked oil Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage.All hours worked.on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays(except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday,and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pill (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 ona-half times the hourly rate of wage. (except for employees who are absent from work without prior approval oil a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 flours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 i I I Benefit Code I<ey—Effective 8-31-2014 thru 3-3-2015 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY (40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES'PHE HOURLY RATE OF WAGE, I 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 l holiday pay. All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of 1 wage. I G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 0. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage, W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid 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 mur-day, ten-hour weekly schedule,either Monday dire Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly one of wage.All other homy worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF'TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight(8)hours of straight time per clay,or ten(10)homes of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift.'the employer j shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. III 3 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 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 air 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 horns worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week,once 40 hours of straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. I 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 including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at 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(1-112)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 Live day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday though 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 though 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 1N EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of.wage.All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked our holidays shall be paid at double the hourly rate of wage. Holiday Codes j 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). I 4 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 5. D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). :[. Holidays:New Year's Day, Memorial Day,Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6) i J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). I I 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, bndependence 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, 'Fire 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 Dry,One-Half Day Before Christmas Day,And Christmas Day.(7 112). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day; Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). Holiday Codes Continued 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, Day After Thanksgiving Day, Christmas Day,And A Half-Day On Christmas Eve Day. (9 112). 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, Cbristmas Day,And Christmas Eve Day(11). 5 Benefit Code I(ey—Effective 8-31-2014 thru 3-3-2015 i 6. it. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). I T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). I Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday And Saturday After Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. I£any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. I B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and. Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday our the following Monday.Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence 'Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day,Independence Day, Labor Day,Thanksgiving Day, and Clristmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. r H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Tbanksgiving 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 flue following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 6 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 j 7. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day,Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. i K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday 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 on a Saturday shall be observed as a holiday on the preceding Friday. I L. Holidays: New Year's Day,Memorial Day,Labor Day, Independence Day, Thanksgiving Day,the Last Work Day before Christmas Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M, Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, hndependence 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 clay. R. Paid Holidays:New Year's Day,the day after or before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Satrday,the preceding Friday shall be observed as the holiday.If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays:New Year's Day,The Day After Or Before New Year's Day,President's Day,Memorial Day, Independence Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day, and The Day After Or Before Christmas Day. (10).If any of the listed holidays falls on a Sunday,the.day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 i Benefit Cade Key—Effective 5-31-2014 thru 3-3-2015 Note Codes 8. A. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet � Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220'-$5A0 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$L50 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 haztnat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$0.75,Level B: $0.50,And Level C: $0.25. M. Workers on 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 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 31,2011 S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All 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 31,2011 8