Loading...
HomeMy WebLinkAboutPW15-131 - Original - Pioneer Cable, Inc. - Vehicle Detector Loops - 04/02/2015 Tiu it p Records a �� e e"ri `t KENT �( Document WASHINGTON CS N.'i _ CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name: Pioneer Cable, Inc. Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: 2015 Vehicle Detector Loops Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: r -I �7i"3 Contract Effective Date: Date of the Mayor's signature Termination Date: Fall 2015 Contract Renewal Notice (Days): Number of days required notice for to i nor renewal or amendment Contract Manager: Mark Howlett Department: Engineering Contract Amount: $123 513 75 _ Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The project consists of installating approximately 68 traffic loops at various locations throughout the city. As of: 08/27/14 Ab KENT Nnsuiaciou Agenda Item: Bids - 9A ',. TO: City Council DATE: March 17, 2015 SUBJECT: 2015 Vehicle Detector Loops - Award MOTION: Award the 2015 Vehicle Detector Loops project to Pioneer Cable Inc. in the amount of $123,513.75 and authorize the mayor to sign all necessary documents, subject to final terms and conditions acceptable to the city attorney and public works director. SUMMARY: Vehicle traffic detection loops are a critical part of the City's signal system. They greatly improve the efficiency of the traffic flow by detecting when vehicles are approaching or waiting at an intersection. Annually the City has loops that fail for a variety of reasons including age or impacts from other construction projects. This project will replace 68 traffic loops at various locations scattered throughout the City that have failed and are in need of replacement. EXHIBITS: Memo Dated March 10, 2015 RECOMMENDED BY: Public Works Director YEA: N/A NAY: N/A BUDGET IMPACTS: Funding for this project is from the City's Business and Occupation Tax fund. *aty i s L k 2' �.i`�F' n '>•'s.d v d "+.r +.,i 4 3 t - ;- w e i i s 1 4 P t P''� rx('r���:# t3 •" a 4i v e r n p �X',`F J T r r+. rr �- t a t t I t k' �br �s ., x tr'f"`ti °F ia✓ � £ f k t ✓� � t� x v a s r a 4 � i � � � h � (� ' � ,'#Sr4r`j• Se x't4Y^,,r"S{;�'*."4"°d^� `� J * nv y`r,>i F 'z€^' l l rx % .r.+ r �S "„ a - y h r h t 'iJl' �h�i kf' '�� ��x.A�a*a �� ,�srer� yr ✓ rF" � ss4¢n: I a s r � Rx " x 4 + � 'r i," i 1" t4� {�< 1 s f# t t r P.r +":r,yi ,� 'FFer° r .xY✓ ;*r x i r- z �, "§ ,t 've t 4r + ✓$ r &,� .T t :r F ",Sw. !'t" '` s r ;lr r`. r, V r 'ii4 i z r q o- u r r i ! �h''="q��5��''�dy, i^�'�z 'nvX�. r "� S d l�'"4.v' 3"' 7r""��S '"�Yt J � i z s r ✓ t r r y � i r ` i s�zj�'$�@'s'R 3p Yy�,gk t ;f ;',y„s, a ��r- G.-w* 2 Sn,,c.. ✓: p ,"`"�£ r x. t F 0 y � � 11 i F� f# Y �� g{ t£!44 a9a � x✓ � yu r try �� Sl r`fi a r F � ! y r ii F�1 F� _5 ttk3 7+rrw�. `t fi y x t'<fr y ✓ �* `x1 r € e tr *. '` i �� I �'j��(� { ' ��� � .fir t"� �� `r'�„�, �A�{s f` �4'?t� F f • ✓ r >t < � r A r � � �i� yit�r€�` �.��kTj`t' ���kte* y" k,ry :�ss,_sr, f 4 e a.+:S`" Pr r x e y, �. ■��.t �(.�C i ° i '"F v; � I t � r;'i ". P� �� ��t� �,,(�ki�'S'���,`t F'i� 4r4�.=�-o. �y��r_� �t`^x� �r("�r { �`x �✓'rX r �r'tty�,.� � � x s r `�°i t h �t , »4vu.� �,j r s Y { x 4 4 rG�Ss„ a s {F k{r `a 's✓ I x x 4.r i {i.I (i r >; *7�f gy �"r'e xy;' G`+�r�,v� ,.7r ar:✓r �v �kr,;, ,,rr' s' L e� slt �l �,t � '� F. 1 � �' �4 nt� r s *�""'��`"`i.vv"ri � r• a s`t er 7 .v � _ '.. � �,�� '€d�t°�i �r�'zs��� � fyr`+�x^*„'v� s i r'ze '✓ 9r f '� r I t S; ( }1't.� e `� k E%*4 t�.i kay%4 •�§*t1 �zr.ai 4 k Y`G t5ja . f .��f �� � II Ad- OWL i { zS t k•`*na 4n,4 nvf r' Y .gym -2s` s ,A: is r w „, k t rlil o �y`a§; S`5�' F 4�.'z7i y w�`'r�-G„eµ,5 # �t s qk ' F✓ ✓r57 <x r s� tr � � '�sv. rk �( ��i��ts�,> 'irsv 4�`ysi xu'";,w x rt rk Fx. s4�"^ w r>✓'� .d t^- S x % r n F i- �� �'}e'. T 'V^ F '1".l 1f '�"��tf'r�' t 'K�✓-'t h3 F' Y Yt 1 Y rz' r l� * ��I r ✓� h'r '�,.r�* r> s .'.w �,�v-6r *,�zs x t`d A r ,:' �.' �',�tavk tp,yw 3� s: x,n st^ � y"�Y #is`sytrr f� as�' A, rF tri i ti Cl ii 7. t,°�"'` 3St 4 :xi-aT`��;v ".+;''.;sra. , �>r�th ks, a✓�M 4f JJ z' � vtxr ?' t * s ,' r ,,z= r � i � tlit II ( I (i 't z y rani'F x, ` m x r i F ° � �✓' j `' ✓ > t d_ 3 r x r„t C r �t� �'^'€5=,s k Ps`FY �,'t � ,,rh, '4„ri+� N z e r ✓f t{^' t t i i A r �; f y va t r r ,e r t i � �� (� O n� tP�x���"l1e �r s- s F:. F -stl "� t ✓ r •4 i_ d ,, : r t iu,ti i� � ti fat'F,u n,. a4rar'r re. d. ';� f .y ✓ r x s e 4 4 ) 4 ZI ! 7 J) TABINDEX Tab 1 idder's Package Tab 2 Payment and Performance Bond and Contract Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Kent Standard Plans Tab 6 Location Maps Tab 7 Traffic Control Plans Tab 8 2015 Grind/ Inlay Projects Tab 9 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON I KEN T SPECIAL PROVISIONS 2015 Vehmide Detector Loops BIDS ACCEPTED UNTIL March 1 1 g 11:00 A.M. BID OPENINGIMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5 95 TXMOTHY 3. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 00f�W� 'S4 KENTr, WASHINGTON {f/ AL tk. <t t i �rz BIDDER'S NAME r 1= 4 .f[5€ _:i- t , CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2015 Vehicle Detector Loops BIDS ACCEPTED UNTIL March 10, 2015 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 I TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASHINGTON f Page 1 Bid Package Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration — City of Kent Equal Employment Opportunity Policy Administrative Policy 1 .2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $10OK) Subcontractor List (over $1 million) i Contractor's Qualification Statement Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans Location Maps Traffic Control Plans 2015 Grind/Inlay Projects 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 March 10, 2015 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: 2015 Vehicle Detector Loops The project consists of installing approximately 68 traffic loops at various locations scattered throughout the City. The Engineer's estimated range for this project is approximately $110,000 - $140,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5508. For technical questions, please call Joseph Araucto at (253) 856- 5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $25.00 for each set. Plans and specifications can also be downloaded at no charge at www.kentwa.gov/procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid is required. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 18th day of February, 2015. -Rona­4-F•eKo4&r�}ty Zarb/ Published in Kent Reporter on February 27, 2015 ` S Daily Journal of Commerce on February 24 and March 3 2015 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) r Date `z -";r' ' 5r, This statement relates to a proposed contract with the City of Kent named 2015 Vehicle Detector Loops I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. / C413L _, a' t, NAME OF BIDDER -f Signature/Title Ic ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) I 2015 Vehicle Detector Loops/Araucto 1 February 18, 2015 Page 4 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale I I DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this contract the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this s `� day of sirtO 2015. r For: Title: Date: 3 c / 2015 Vehicle Detector Loops/Araucto 2 February 18, 2015 Page 5 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale '... I CITY OF (CENT ADMINISTRATIVE POLICY I 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. 2015 Vehicle Detector Loops/Araucto 3 February 18, 2015 Page 6 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 I, the undersigned, a duly represented agent of i-g ;"J1—f Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as 2015 Vehicle Detector Loops that was entered into on the Date `yr� } between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. Dated this day of 4219 (cl� 2015, By: For: e « /.. t' s ✓eg. .� 7 , Title: Date: c t�— 2015 Vehicle Detector Loops/Araucto 4 February 18, 2015 Page 7 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that rDfu,=t/� C If3z k 7(� (_ 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 2015 Vehicle Detector Loops for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO 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 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 note-responsive. 2015 Vehicle Detector Loops/Araucto 5 February 18, 2015 -� Page 8 e` Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale SCHEDULEI ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT rs 1000 1-09.7 1 Mobilization $ $ WSDOT LUMP SUM Per LS III 1005 8-20.5 68 6' Diameter Traffic Loop $ `� KSP EACH Per EA 77 1010 8-20.5 1,965 Additional Lead-In Wire $ KSP LN FT Per LF 1015 1-10.5 730 Traffic Control Labor $ 'f $ ' 7, Z3c KSP HOURS Per HR 1020 1-10.5 290 Traffic Control Supervisor $ $ 7 ,ir2 KSP HOURS Per HR 1025 1-10.5 1 Temporary Traffic Control $ $ 'g, f 5� `. KSP LUMP SUM Devices Per LS 1030 1-10.5 40 Sequential Arrow Sign (SAS) $ Wo L $ ,�°cif KSP DAYS Per DAY 1035 8-01.5 45 Inlet Protection $ 7`- $ _ '> 7' KSP EACH Per EA 1040 1-04.4(1) 1 Minor Changes $2,000.00* $2,000.06 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ G r m la3 5r3a 2015 Vehicle Detector Loops/Araucto 6 1 45 Page 9 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wv✓w.bxwa.com-Always Verify Scale CIT`( OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 100/a or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid, Project Name: 2015 Vehicle Detector Loons Subcontractor Name 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 ,Y CONTRACTOR'S SIGNATURE X,-- 2.015 Vehicle Detector Loops/Araucto 7 February 18, 2015 Page 10 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.ccm-Always Verify Scale SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Project Name: 2015 Vehicle Detector Loops Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: ivl Plumbing Subcontractor Name: A-11/4 Electrical Subcontractor Name: i # "u'r` f2 3Lt . .fir t Signature of Bidder Date 2015 Vehicle Detector Loops/Araucto 8 February 18, 2015 Page 1 f Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify scale CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work, These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 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. 2015 Vehicle Detector Loops/Araucto 9 February 18, 2015 Page 12 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify scale If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID, FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: 1i`r ?%2p?<.r2i j2P� ADDRESS: PRINCIPAL OFFICE: �`= t lr" j t_ fC Lea ADDRESS: PHONE: Z >`f 16La FAX: 1. STATUTORY REQUIREMENTS i 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065 (3). 2015 Vehicle Detector Loops/Araucto 10 February 18, 2015E Page 13 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bx✓a.com-Always Verify Scale 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? k f ,s 2.2.1 Under what other or former names has your organization operated? lv ­f 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: u­4 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: } 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): ? 2.4.3 Name(s) of general partner(s): I 2.5 If your organization is individually owned, answer the following: I 2.5.1 Date of organization: , _, - 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: ,,,C/ 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. 7. S7A71 e 7,E 3.2 List jurisdictions in which your organization's partnership or trade name is filed. �1F�, s7 . 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. (). ,9c,7C c,.-r'4 S �-i f0i?j + 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? htc 2015 Vehicle Detector Loops/Araucto 11 February 18, 2015 Page 14 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale i 4.2.2 Are there any judgments, claims, arbitration proceedings or suits f. 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?ACEO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) �) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract:,,, 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: rr. 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: C (?AY,)AP< 74o,1,40 r`eT- 5.2 Bank References: va 5.3 Surety: 14CM 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: itt NUp�` SkF�Tt!C 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 2015 Vehicle Detector Loops/Araucto 12 February 18, 2015 Page 15 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale 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 day of 2015. Name of 9, ization: It�vt 4�f U,&e By: Title: c r � r 7.2 °� g _ • (-- , being duly sworn, deposes and says that the information provided �erein is true and sufficiently complete so as not to r i Visleading. / IS4> ertd end swornbefo�ethis day of 2015. �rt ttaistsSion Expires: OF 2015 Vehicle Detector Loops/Araucto 13 February 18, 2015 Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see wwv✓.bxwa.com -Always Verify Scale Department of Labor and Industries , PIONEER CABLE CONTRACTORS INC PO Box 44460 Olympia, WA 98504-4460 1. :Ltc:,EC PIONFCC889BP :iJBI `600=464<320 Licensed as p ovided by Law as: EIectrical'Contractor -(ECo1) - GENERAL PIONEER CABLE CONTRACTORS INC "E£fectivelDate: 1/17/2012 PO BOX 2868 E plration Date:-1/17/2016 EVERETT WA 982130868 i L i i �I _ w I w V F+ o G w N � N = o I PIONEER CABLE CONTRACTORS, INC. PO BOX 2868 005322 EVERETT WA 98213-0868 6ETACi B[FOR@ POSTING r I , 4•_ 01T STATE OF WASHINQION i Unified Business ID $: GDO 464 320 Domestic Profit Corporation Business ID #k: 1 Location: 1 ! Expires: 11-30-2015 PIONEER CABLE CONTRACTORS, INC. 10819 AIRPORT RD EVERETT WA 98204 3754 } TAX REGISTRATION UNEMPLOYMENT INSURANCE INDUSTRIAL INSURANCE MINOR WORK PERMIT I" CITY LICENSES/REGISTRATIONS: Ii,! BELLEVUE GENERAL BUSINESS #t129190 ch FIFE GENERAL BUSINESS NON-RESIDENT y! BELLINGHAM GENERAL BUSINESS it CARNATION GENERAL BUSINESS � ENUMCLAW GENERAL BUSINESS la# SEDRO WOOLLEY GENERAL BUSINESS GOLD BAR GENERAL BUSINESS ' VANCOUVER GENERAL BUSINESS NEWCASTLE GENERAL BUSINESS UNIVERSITY PLACE GENERAL BUSINESS EDGEWOOD GENERAL BUSINESS ' MILTON GENERAL BUSINESS � DUPONT GENERAL BUSINESS ##1246 l OLYMPIA GENERAL BUSINESS GRANITE FALLS GENERAL BUSINESS " BUCKLEY GENERAL BUSINESS r_ CLYDE HILL GENERAL BUSINESS 1)', EATONVILLE GENERAL BUSINESS ;l FIRCREST GENERAL BUSINESS � + BLAINE GENERAL BUSINESS ' r,l RUSTON GENERAL BUSINESS It STANWOOD GENERAL BUSINESS � I COVINGTON GENERAL BUSINESS LAKE STEVENS GENERAL BUSINESS ,i.. Page I of 2 1,c' .i� Ihi,dxum<ntb kdtcr +istnno ns endrn+enu nts end licentius authorized Gn the business # mnied about By TwcvptmT thisdocumcnt the Lr.:ncccc�rtihesihe information on thcipph,aliol, tI wa,complole,true,mid accure[etoil;c bust of hisor her knowledge,and that bu ho:.5 will lie, Uv croq De,a nn r rt c[Revcni+ + 'i I cn nducted in compliance with all applicable WashmQlon stale,county,and city ie6ulilmn; 1 — w ' rd = o ry .r a e PIONEER CABLE CONTRACTORS, INC. PO BOX 2868 005323 EVERETT WA 98213-0868 DE190,ceFone VO571NO STn IZ OF WAS)iINC ION ,! Unified Business ID n: 600 464 320 � ! Domestic Profit Corporation Business ID 1 �rl , ... Location; 1 +, Expires: 11-30-2015 PIONEER CABLE CONTRACTORS, INC. 10819 AIRPORT RD EVERETT WA 98204 3754 CITY LICENSES/REGISTRATIONS: CONTINUED. . . ANACORTES GENERAL BUSINESS Ire. + � SHORELINE GENERAL BUSINESS MARYSVILLE GENERAL BUSINESS #3976CON1012 � + ISSAQUAH GENERAL BUSINESS DUVALL GENERAL BUSINESS r ri GIG HARBOR GENERAL BUSINESS + SULTAN GENERAL BUSINESS TUMWATER GENERAL BUSINESS SAMMAMISH GENERAL BUSINESS DUTIES OF MINORS: In-office filing, data entry, copying, scanning LICENSING RESTRICTIONS: Ci . Minors employed in construction must be at least 16 years of age. =i WAC 296-125-033 (4) � I Court permission and a variance from L&I is required to hire minors 'I under the age of 14 in non-agriculture Jobs. Call 360-902-5316 or \ ( � email teensafetyaLni.wa.gov for information. + i �l , t.( I Page 2 of 2 �+{ lhis dncum n+ h Is the ii F,sn ations,cndonuments end li<enses authorized lorth: business ,z naroedebovc {3ya,:eeptinithmdocum+nt,the lic,.nsee mrh(icslhe m(nrnaationon dar�pphcalian 01, -�_- , '( I was ron,plck true,anderu:rate to the bustyhis ol her knowladgc,and that bu inc,swill be -. --- Dirurinr O M1nle I of Rev....... conducted un omplianrewilh all.tpphcabe Wash n(Ion sUge,county rod ci Ly icpuhoons P - , rs 3/11/15 i City Of Kent 220 4 th ave south Kent,Wa 98032-585 RE: 2015 vehicle loop detector To whom it may concern: This letter is to fulfill the requirements of the bid proposal documents and RCW 39,04,350. Pioneer- Cable Contractors,Inc, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of Pioneer Cable, are not and have not been in the last(3) three years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3), As a duly authorized employee to speak and act on behalf of Pioneer Cable,lnc I deem this statement to be true correct, and made of free will. BRANDON JUDGE KELLY McBRIDE ELECTRICAL ADMINISTARTOR CONTROLLER d� r' ICI i � 3/11/15 F i i 4.4 projects under construction 1. Renton airport Blast wall Contract Value/%complete: $57,739 80% Contact: Bob Pipinich 206 510 7664 2. Renton city wide safety improvements Contract Value/%complete: $245,235 50% Contact: michelle Faltaous 425 430 7301 3. City of Des Moines Generator Contract value/% complete:$70,143 70% Contact: Scott Romano sromano@desmoineswa.gov 4. BNSFAuburn Contract Value/%complete: $42,005.00 40% Contact: Randy Durr 253 874 3965 5, City of Renton Highlands park Contract Value/%complete: $103,980.00 0% Contact:Todd Black 425 430 6571 E � I 3/11/1s u 4.5 major completed projects 1. Renton Tech. College Exterior lighting project Contract Value;$874,544,00 Contact:Jerry Osborn 425 624 2777 IerrV smstemper.com Barry Baker 425 235 2352 bbal<er@rtc.edu 2. Wilmot park lighting upgrade Contract Value: $146,847 Contact: Ryan Miller 425 489 2700 rVanm@woodinville.wa.us 3. Port Angeles airport lighting Contract value: $ 89,755.00 Contact: Mike Wilson /Lea Bonebreal< 425 9514762 4. Smokey Point Transit Center Com,Trans, Contract Value; $ 366,569 Contact: Dan Jerome 425 348 2312 '. I 5. Edmonds Citywide Safety improvements Contract Value: $ 189,624,00 Contact: Bertrand Hauss 425 7710235 ® P 1/27/15 a � P. Similar scope job reference list, Highlands park 1. Renton Tech. College Exterior lighting project Contract Value: $874,544.00 Contact:Jerry Osborn 425 624 2777 lerry@smstemper.com Barry Baler 425 235 2352 bbal<er@rtc.edu 2. Wilmot park lighting upgrade Contract Value: $146,847 Contact: Ryan Miller 425 489 2700 ryanm@woodinville.wa.us 3. City of Renton Safety Improvements Contract value:$245,235.00 Contact: Michelle Faltaous 425 430 7301 mfaltaous@rentonwa.Bov 3/11/15 PROPOSED EMPLOYEE LIST 2015 VEHICLE LOOPS PROJECT Brandon Judge— Project manager/Electrical administrator Certifications: Master Electrician, Cert. Erosion sediment control lead, IMSA signal tech level II, LEED certified, 21 yrs. Electrical contracting experience, B.S construction management (1998) Currently employed last three years at Pioneer. Daniel Gunter—Superintendent Certifications: NCCO Crane/heavy equipment cert, Cert. Flagger,Cert. Erosion sediment control lead, IMSA signal tech. level I, Drexel construction management certification. 18+years of public works construction experience. Currently employed last two years at Pioneer. David Shipley—Electrician Certifications: EL01 certified electrician, Class A CDL, Cert. Flagger, David has 12+years as a certified electrician performing mainly commercial and public works electrical installations. He was formally trained through IBEW local 46. David has been employed the last 2 years at Pioneer. Kelly McBride—Controller Certifications: Certified Public Accountant, Certified prevailing wage/affidavit/intent specialist. Kelly handles all of the A/P, A/R, insurance and filings. Pioneer Cable, INC- www.pioneercable.com I I II 3/11/15 City Of Kent 220 4 th ave south Kent, Wa 98032-585 LIST OF EQUIPMENT TO BE USED ON 2015 LOOP DETECTOR PROJECT 1, 07' FORD SERVICE TRUCK 1 TON DIESEL 2, 06' FORD TRAFFIC CONTROL DEVICE TRUCK'%TON GAS 3. 98' FORD F700 SAWCUTTING VAN DIESEL 4. 08' CONCUT CIRCLE LOOP SAW DIESEL S. 99' CONCUT STRAIGHT CUT SAW 6. 02' AIITRADE SEQUENTIAL ARROW BOARD 7. 10' CRAFTCO HOT MELT SEALANT APLICATOR 8. 06' F800 5CUYD DUMP TRUCK DIESEL 9. 09' INGERSOLL RAND 185CFM AIRCOMPRESSOR 10, 01' VACTRON VACTOR TRAILER 1 ppp PROPOSAL SIGNATURE PACE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed. Work shall be phased by the City over the summer and fall of 2015. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within forty- five (45) working days from the time the City gives notice to proceed for each new location. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 11a- , to the plans and/or i specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. i 1 NAME OF BIDDER Signature (Print Name and Title) Address 7.015 Uehlcle Detector Loops/Araucto 14 February 18, 2018 i Page 17 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Pioneer Cable Contractors, Inc. as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, In the penal sum of five percent(5%)of the total 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 2015 Vehicle Detector Loop According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 5th DAY OF March 2015. Pioneer Cable Coptractors,Jnc. PRINCIPAL The Ohio Casualty Insurance Company SURE Reganlduplf,attorney in-fact 20—. Received return of deposit in the sum of $ py.. 2015 Vehicle Detector Loops/Araucto 15 February 18, 2015 Page 18 Prnvlr9sd fn Rudders Exchanoe of WA. Inc. For usage Conditions Agreement see www.bxwa.com-Always verify Scale THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. i - This Powerof Attorney limits the acts of those named herein,and they have no authorityto bind the Company except in the manner and to the extent herein stated. Certificate No. 5816429 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company 1 , i POWER OF ATTORNEY I KNOWNALL PERSONS BYTHESE PRESENTS: ThatAmerican Fire&Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized underthe laws of the State of New Hampshire,that Liberty Mutual Insurance Company is acorporatlon dulyorganized underthe laws ofthe State of Massachusetts,and WestAmedcan Insurance Company is a corporation duly organized under the laws of the State of Indiana berein collectively called the"Companies°l,pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Regan Hupf;Jolene Reed; Marilyn Larson;Brian Daniels;Donald W.8acic;Kathleen M.Moss;Brian O'Neil i all of the city of Seattle state of WA each individually if there be mom than one named,its We and lawful attomey-in-fact to make,execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as.binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized off icor or official of the Companies and the corporate seals of the Companies have been affixed thereto this 1st dayof December 2012 mi American Fire and Casualty Company p' The Ohio Casualty Insurance Company U p r',` 01 ' r " r , a ` ` ` -' Liberty Mutual Insurance Company d{ C West American Insurance Company a� Y y � n! d C STATE OF WASHINGTON as Gregory 11V.Davenport Assistant Secretary C 10 R COUNTY OF KING c dOn this 1st day of December 2012 ,before me personally appeared Gregory W. Davenport,who acknowledged himself to be the Assistant.Secretary of American M F u.a) Fire and Casualty Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do, >,y 46.2 execute the foregoing instrument for the.purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. c d > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at Seattle,Washington on the day and year first above written. `p Q M a FiLJTit.. p�t fin By: ` KD Riley,NotN Public C. n7 c This Power ofAttomey is madeandexecuted pursuantto and byauthorilyofthefoilovang By-laws and Authorizations ofAmencan Fire and Casualty Company The Ohio Casuahy Insurance V) y Y Company,Liberty Mutual Insurance Company,and WestAmedcan Insurance.Companywhlch resolutions are now in full force and effect reading as follows: . .L.of dNi ARTICLE IV—OFFICERS—Section 12.Power of Attorney.Any officer or other official of the Corporation authorized for that purpose In writing by the Chairman or the President,and subject O c rm to such limitation as the Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal, �.,?;€ p S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective :O I E 4; .powers of attorney,shall have full power to bind the Corporation by their signature and exacullon of any such Instruments and to attach thereto the seal of the Corporation. When so. w` executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or adomey-in-fact under >s .a the provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. d ARTICLE XIII—Execution of Contracts—SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized forthat purpose in writing by the chairman orthe president, E co > ` and subject to such limitations as the chairman or the president may prescribe,shall appoint such attorneys-in4act,as may be necessary to act in behalf of the Company to make,execute, .M 0 seal,acknowledge and deliver as surety any and all undertakings,bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their c o0 Z.C) respective powers of attorney,shall have full powerto bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretary. - C m� Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes Gregory W.Davenport,Assistant Secretary to appoint such F— attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute seal,acknowledge and deliver as surety any and all undertakings,bonds recognizances and I other surety obligations Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary ofthe Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed 1,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify thatthe original power of attorney of which the foregoing Is a full,true and correct copy of the Power ofAttorney executed by said Companies, is in full force and effect and has not been revoked. . IN TESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies this day of r', 20__4 . - 1 44 i r � r 'n # rr r 3 r i. By: David M.Carej,Assistant Secretary i i I 1 LMS_12873_092012 30 of 100 1 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned persorl 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. 2015 Vehicle Detector Loops NAME OF PROJECT I I NAME OF BIDDER'S FIRM SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER j 2015 Vehicle Detector Loops/Araucto 16 February 18, 2015 Page 19 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER Date: Change Order No.: 1 City Project Name: Project Number: Contractor: , 7 Original Contract Date: R. This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. The section of the Agreement which outlines the Description of Work, is hereby modified as follows: Provide all labor, materials, and equipment necessary to: 2. The contract amount and time for performance are hereby modified as follows: Original Contract Sum, Including $ applicable alternates and WSST. Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ Original Time for Completion Working days Revised Time for Completion under -0- Working days prior Change Orders Days Required f for this Change Order -0- Working days Revised Time for Completion Working days 2015 Vehicle Detector Loops/Araucto 17 February 18, 2015 I Page 20 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com -Always Verify Scale i In accordance with Sections 1-04A and 1-04.5 of the Kent and WSDOT Standard Specifications, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest or claim it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes full payment and final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: By, (signature) (signature) Print Name: Print Name: Timothy J. LaPorte , P.E. Its Its Public Works Director (Title) (Title) DATE: DATE: 2015 Vehicle Detector Loo s/Araucto 18 n February 18, 2015 Page 21 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: f Bid Document Cover Sheet filled out with Bidder's Name .................... Order of Contents........................................................................... Invitationto Bid...................................................................................� Contractor Compliance Statement........................................................In/ Date............................................................................................Ef Have/have not participated acknowledgment.............................bz,, Signatureand address ................................................................EL, Declaration — City of Kent Equal Employment Opportunity Policy ........P1 Dateand signature .....................................................................Elf " AdministrativePolicy ...........................................................................® Proposal...............................................................................................W 11 First line of proposal — filled in ...................................................EI Unit prices are correct ................................................................ Subcontractor List (contracts over $100K) .......................................... .` Subcontractors listed properly....................................................EIV Signature .................................................................................... ' Subcontractor List (contracts over $1 million).....................................PJ;' Subcontractors listed properly....................................................1`J;` Dateand signature .....................................................................D,F Contractor's Qualification Statement ...................................................131,11 Completeand notarized ..............................................................Ey", Proposal Signature Page......................................................................191/ AllAddenda acknowledged .................................... 0..................... Date, signature and address .......................................................E f" BidBond Form .....................................................................................M/ Signature, sealed and dated .......................................................11, Powerof Attorney.......................................................................El (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form .................................................................l7fr Signature ....................................................................................ff 0 ChangeOrder Form..............................................................................12f-' Bidder's Checklist ................................................................................Q 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. 2015 Vehicle Detector Loops/Araucto 19 February 18, 2015 Page 22 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www,bxwa.com -Always Verify Scale bona rrutw3uvui PAYMENT AND PERFORMANCE BOND KEAIT TO CITY OF KENT Wn vuuoiox '.. KNOW ALL MEN BY THESE PRESENTS: That we, the Undersigned, Pioneer Cable Contractors Inc. as Principal, and The Ohio Casualty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 123 513.00 , 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 2015 Vehicle Detector Loops (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by ! law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. I 2015 Vehicle Detector Loops/Araucto 20 February 18, 2015 i TWO WITNESSES: 4-5 PR INC I PAL (enter principal's name above) T ¢� •��° f P 6! _ BY: ems- ffi � ` 1 e TITLE: e^� rat` DATE: �•� DATE: �1 � 3 woe q CORPORATE SEAL: PRINT NAME 77 DATE: Z3 2©f�� Y'tZ 6J, SURETY f CORPORATE SEAL: BY: DATE: .2 d -- TITLE: k lzf r .. - -- . ADDRESS: CERTIFICATE AS TO CORPORATE SEAL 1 hereby certify that I am the (Assistant Secretary of the Corporatin med as Principal in the within Bond; that Who signed the said bond on behalf of the Principal , +-•e Of the said Corporation; that I know his signature thereto is genuine, and that id Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. I ilk $ ) l SECRETARY OR ASSISTANT SECRETARY I 21 February 18, 2015 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Powsrof Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 5e1e438 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWNALL PERSONS BY THESE PRESENTS: ThatAmerican Fire&Casually Company and The Ohio Casualty Insurance Company are corporations duly organized underthe laws of i the Slate of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the'Companies' pursuant to and by authority herein set forth,does hereby name,constitute and appoint, RegamHupf;Jalene Reed; Marilyn Larson;.Brian Daniels;Donald W.Bacic;. athleen M.Moss,Brian O'Neil .l I i I all of the city of Seattle ,state of WA each individually if there be more than one named,its true and lawful attomey-in-fact to make,execute,seal,acknowledge j and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this tat day of December 2012 i American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Company a o fr a „ M l I C r West American Insurance Company C N By: Gregory Davenport,Assistant Secretary c STATE OF WASHINGTON ss COUNTY OF KING dOn this 1st day of December 2012 ,before the personally appeared Gregory:W. Davenport,who acknowledged himself to be the Assistant Secretary of American v o.N Fire and Casually Company,Liberty Mutual Insurance Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do, T O m execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. d c `y > IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal aCBeahie Washington,on the day and year first above written O yO By: K-/UGi.I ^ , a) .. - KD RileyNot Public u This Power ofAttomey is made and executed pursuant to and by authority ofthe following Bylaws and Authorizations ofAmerican Fire and Casually Company,The Ohio Casualty Insurance y y-w Company,liberty Mutual Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows. A wq 4 ARTICLE IV—OFFICERS—Section 12.PowerofAfforney.Any officer or other official of the Corporation authorized format purpose in writing bythe Chairman orthe President,and subject p Cl t to such limitation as the.Chairman or the President may prescribe,shall appoint such attomeys-in-fact,as may be necessary to act In behalf of the Corporation to make,execute,seal,. p S acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact,subject to the limitations set forth in their respective E..y powers of attorney,shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the.seal of the Corporation. Men so executed,such instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or affomey-in-fact under > .0 the provisions of this article maybe revoked at any time by the Board,the Chairman the President or by the officer or officers granting such power or authority. ARTICLE All—Executlon of Contracts-SECTION 5.Surety Bonds and Undertakings.Any officer of the Company authorized for that purpose in writing by the chairman or the president, ` > Q and subject to such limitations as the chairman or the president may prescribe,shall appoint such afforneys-in-fact,as may be necessary to act in behalf of the Company to make,execute, E p 3 seal,acknowledge.and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Such attorneys-in-fact subject to the limitations set forth In their. 2.o respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so u executed such instruments shall be as binding as if signed by the president and attested by the secretary. O Cahn ate of Designation—The President of the Company,acting pursuant to the Bylaws of the.Company,authorizes Gregory W. Davenporl,Assistant Secretary to appoint such ~`7 attomeys-in-fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations: Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the -Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with .the same force and effect as though manually affixed ' 1,David M.Carey,the undersigned,Assistant Secretary,of American Fire and Casualty Company,.The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby cer ilythatthe original power of attorney of which the foregoing is a full,true and correct copy of the PowerofAttorney executed by said Companies, is in full force and effect and has not been revoked. Jt i S 1N TESTIMONY WHEREOF I have hereunto set my hand and affixed the seals of said Companies thisZ day of r✓tr'tr 20 tJ 9g By. f . David M.Carey,Assistant Secretary V T1 t Lms_7287a_oe2012 39 of 100 i CONTRACT THIS AGREEMENT, made in duplicate, is entered into etween the CITY OF KENT, a Washington municipal corporation ("City"), and organized under the laws of the State of ' located and doing business at 10 � l� Vd ("Contractor"). WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: 2015 Vehicle Detector Loops in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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. Work shall be phased by the City over the summer and fall of 2015. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within forty-five (45) working days from the time the City gives notice to proceed for each new location. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 1 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. 2015 Vehicle Detector Loops/Araucto 22 February 18, 2015 i 4. It is further provided that no liability shall attach to the City by reason of j entering into this contract, except as expressly provided herein. 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 competentjurisdiction 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. i 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. 2015 Vehicle Detector Loops/Araucto 23 February 18, 2015 CITY OF KENT SJ7EiTE•)CObKE, MAYOR DATE:L11 f . ATTEST., RONALD F 600R !CITY CLERK p AP�P�OVED A�TO ' RM: KENT LAW DEPARTgNT CONTRACTOR PRINT NAME: 5vd TITLE: �' yo DATE: 2, m i 2015 Vehicle Detector Loops/Araucto 24 February 18, 2015 EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, j 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: j 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2015 Vehicle Detector Loops/Araucto 25 February 18, 2015 EXH 9 B IT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. tither Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2015 Vehicle Detector Loops/Araucto 26 February 18, 2015 i EXHIBIT A (Continued) Fe Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2015 Vehicle Detector Loops/Araucto 27 February 18, 2015 ACOR& CERTIFICATE OF LIABILITY INSURANCE DATE 03/3 /2015 1/20I15 I �. 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 certlflcate 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 CONTACT '.. NAME: ___.. MCM Inauranae Services, LLC dba MCM ' PHONE FAX MCM Benefits and Insurance Services, LLC, CA Lt. #OF82099 __... INC,No);__ 1325 Fourth Avenue, Suite 2100 -MAIL ADDRESS: Seattle, WA 98101 INSURERS AFFORDING COVERAGE NAICp INSURER A: CONTINENTAL WESTERN INS CO 1OB04 INSURED INSURER 8: Pioneer Cable Contractors, Inc. INSURER D: P.O. Box 2868 INSURER D; Everett, WA 9B213-0868 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 43456899 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS ILTR TYPE OF INSURANCE ADDLSUBR - -- POCCYEFF POLICY EXP LIMITS POLICY NUMBER MMIDDIYYVY MMiLDIS l'Y A GENERAL LIABILITY CWP600147723 , 09/06/1 09/06/15 EACH OCCURRENCE $1,000,000 MAGEREN X COMMERCIAL GENERAL LIABILITY PREMSESOEa accurrence $ 300,000 ICLAIMS-MADE C OCCUR DEC EXP(Anyone person) i$10,000 X WA Stop Gap PERSONAL B ADV INJURY $1,000,000 GENERAL AGGREGATE i$2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO 'i s2,000,000 _..'POLICY% PRO-FCT X LOC i$ 09/06/15 COMBINED SINGLE LIMIT A AUTOMOBILE LIABILITY i CWP600147723 ,( '. 09/06/19 Eaarridont 1,000,000 MANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Pernooldent) $ AUTOS ITT - NON OWNED PROPERTY DAMAGE $ IIIRED AUTOS AUTOS Per Pendent)I X $1000 Comp K $1000 Coll $ A X UMBRELLA LIAB X OCCUR CU600147823 09/06/1 09/06/15 EACH OCCURRENCE $ 5,000,000 ' EXCESS LIAB CUUMS-MADE AGGREGATE $ 5,000,000 DEO i RETENTION WORKERS COMPENSATION WRYI-I I - OTH- I, AND EMPLOYERS'LIABILITY YIN EACH t ANY PROPRIETORIPARTNEWEXECUTIVE r� NIA _E_._L.EACH ACCIDENT $ GFFIGERIMEMBER EXCLUDED? u (Mandatary in NH) E.L.DISEASE_-EA EMPLOYEE-$ If yes,desarlbo node, DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ i DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES (Attach ADDED 101,Additional Remarks Schedule,if more space Is required) RE; 2015 Vehicle Detector Loops Per the attached Endorsement the following are additional insured: City of Kent Umbrella Policy is Follow Farm Insurance is Primary and Non-Contributory, Waiver of Subrogation applies. 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 W Gowe AUTHORIZED REPRESENTATIVE / n Kent, WA 98032 /1//AAF>�—//�� USA Zi'tf.LLI / ©1988.2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD tomlacy 43456899 CWP600147723 COMMERCIAL GENERAL LIABILITY CL CG 00 13 08 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. GENERAL LIABILITY PLATINUM ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS It 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)(ii) Other Insurance of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS is deleted and replaced by the following: (if) 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 g.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"; CL CG 00 13 08 13 Includes copyrighted tnatetlal of Insurance Services Page 1 of 6 Office, Ino.with Its permission C. LIMITED NON-OWNED WATERCRAFT 1. Paragraph 9.(2) of SECTION I - COVERAGE A.2. Exclusions is deleted and replaced by the following: A watercraft you do not own that Is: 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 be 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 whom 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 organization(s), However, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. (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; 3. Any physical or chemical change in the product made intentionally by the vendor; CL CG 00 13 08 13 Innhidec copynghted material of insurance Scivlces Page 2 of 6 Office.Inc_with its penni%Sion 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 orlglnal 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; 6. Demonstration, installation, servicing or repair operations, except such operations performed at the vendors 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, marquess, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, of removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. Limps 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 - 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. c, COVERAGE B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or fanned the organization. G. AGGREGATE LIMITS OF INSURANCE The General Aggregate Limit under SECTION III - LIMITS OF INSURANCE applies separately to each of your: CL CG 00 13 08 13 Includes copyrighted material or Insurance services Page 3 of 6 Office, Inc_with its peaulsslon 1. Projects away from premises owned by or rented to you. 2. "Locations" owned by or rented to you. "Loration" means premises involving the salve 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: (1) You, if you are an individual, (2) A partner, if you are a partnership, (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 wider 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. 1. UNINTENTIONAL OMISSIONS The following Is added to paragraph 6. Representations of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: d. If you unintentionally fall 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 waiver 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. CL CG 00 13 08 13 Includes copyrighted material of Insurance Ser)ices Page 4 of 6 Office, Inc.With 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. W 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. fine 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 11 -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 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 slid 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 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 pat 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. 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. 4. 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. CL CG 00 13 08 13 Includes copyrighted material of Insurance Services Page 6 of 6 Office, Inc with Its permission CWP600147723 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES, CONTRACTORS OR OTHERS - COMPLETED OPERATIONS - AUTOMATIC, INCLUDING PRIMARY NON-CONTRIBUTORY This endorsement modifies insurance provided under the following: 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 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 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 CL CG 20 48 01 12 Includes Copyrighted material of Insurance Services Page 1 of 1 Office, Inc with its permission I CWP600147723 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL AUTOMOBILE EXPANSION ENDORSEMENT - PLATINUM I his 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 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 nsumd shown In the Declarations is as an additional insured exists only amended to nclude: while you are performing operations for that additiora insured. Any organization, other than a joint venture, over (3) Section 11, Paragraph C. Limits of which you maintain ownership or majority Inter- Insurance for person or organization est of were than 50%, unless that oigariizstion added as additional insured are is an "insured" under any other automobile pal- those speclied In 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 a Limit of Insurance, age form,whichever Is less. These however; limits of insurance are inclusive of 1. Coverage under this provision is afforded and ere not in addition to the Limits only until the 180th day after you acquire or of Insurance shown In the Declara- '.. 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-wrilributory basis if that is "property damage" that occurred before you required by the written contract or acquired or farmed 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 it - Liability agreement has been executed prior Coverage, Paragraph A.1.: d the "bodily Injury" or "property damage". 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 It— Liability '.. Ing In a contract or agreement that such Coverage, Paragraph A.I. Who Is An Insured person or organization be added as an addl- 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 II — Liability Coverage, Paragraph (a) Caused by an "accident", and A.2.a.(2). Is deleted and replaced by the follow- (b) Resulting from Cne ownership, ing: maintenance or use of a cov- (2) Up to $5,000 for cost of bail bonds ered"auto". (including bands for related traffic law violations) required because of an "accident' we cover. We do not have to furnish these bonds. CW 34 66 01 12 Includes Copyrighted material of Insurance Services Page 1 of 5 Office,Inc.,with its permission ', i E. EXTENDED COVERAGE - LOSS OF EARN- J. LEASED OR FINANCED "AUTOS" - PHYSI- ING CAL DAMAGE COVERAGE Section II — 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, InclJd- 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 conteined in b, Any: Section II —Liability Coverage does not apply. (1) Overdue lease/loan payments at the j 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 AA a. is deleted and replaced by graph 0. 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 pay for,repair, return or replace damaged or because of the total theft of a covered stolen property will be reduced by the appli- "auto" of the "private passenger type". cable deductible shown in the Declarations, We will pay only for those covered or pecified Causes of Losss Any Comprehensive Coverage deductible prehensive or Sp "autos"for S you carry either Co 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 the period beginning 48 hours after the 2. "Loss"when you elect to patch or repair theft and ending, regardless of the pol- glass rather than replace, icy's expiration, when the covered 'auto' L. EXTENDED COVERAGE - ELECTRONIC is returned to Lisa or eve 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 the stolen "auto"to you. We will pay with respects to a covered "auto"for "loss" to antennas and other accessories neces- l. EXTENDED COVERAGE-AIRBAGS sery for use of the electronic equipment. How- '.. Section III — Physical Damage Coverage, Para- ever, this does not include tapes, retards 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 malarial of Insurance Services Page 2 of 5 Office,Inc„with Its permission '.... i 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 an a cov- vided on your owned "autos" to any "auto" you extended "loss"to lease, rent, hire or borrow from someone other ered "auto" may be your personal property if you are an than your employees or partners or members of individual, the personal property of a their households subjectta the following: family member, that is in the covered 1. The most we will pay in any one"loss" is the "auto"at 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 he 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 light truck fication for that coverage. In the event chase Is no owned "auto" of the same "auto" (0-10,000 Lbs. GVW) is provided both Comprehensive and Collision Coverage, we will classification, the highest deductible for pay up to $150 for towing and labor coals in- any owned `auto"will apply for that cov- pay 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 Truck-tmctos "auto" (greater than 10,000 by fire or Ilghtning. Las, 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 t me 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 $600 per day, not to FURNISHINGS exceed $3,500 per"loss"for: The following is added to Section III — Physical (1) Any casts 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" may be extended to"lass"to sequence of an "accident' far which custom furnishings including, but not you are legally liable, and as a result limited to special carpeting and insula- of which a monetary loss is sus- tion, helght-extending roofs, and custom tained by the leasing or rental can- murals, paintings, or other decals or tern, graphics, custom signage and custom Q. RENTAL REIMBURSEMENT COVERAGE non-factory paint. Our lirnit of liability for loss to custom We will pay for rental reimbursement expenses be- 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; applicahle amount o` 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 68 0112 Includes Copyrighted material of Insurance Services Page 3 of 5 Office,Inc,with its pormission 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 paid under this in a business of selling, servicing, b. When the total amount p 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- 5. We will pay up to an additional $300 for the 'occupy- ing" or while a pedestrian when being struck reasonable and necessary expenses you In- try any"aura"you don't own except: 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 an 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.s or his or her spouse while a 7. If "lass" 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 slon. "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, UNINSUREb MO- a. Any"auto"you don't own, hire or borrow is TORISTS COVERAGE and UNDF_RIN- a covered "auto" for Liability Coverage SURED MOTORISTS COVERAGE Is the while being used by: LIMIT OF INSURANCE shown in the Deals- (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 orjoint 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 oYicers", 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 cal, partnership,joint venture o! lim- fire or lightning, ited liability company; and E. Additional Definition (5) The spouse of any person named in As used In tKs section; R. DRIVE OTHER R.1.a.1. through R.1,a.(4) while a CAR COVERAGE: resident of the some household. "Family member' means a person related to except: the Individual named In R.1.a by brood, mar- (a) Any "auto" owned by that individ- rage or adoption who is a resident of the indl- uaI or by any member of his or vidual's household, including a ward or faster her household. child. CW 34 68 01 12 Includes Copyrighted material of Insurance Services Page 4 of 5 Office,Inc,with Its permission i 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.5.: 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 SURER BY CONTRACT OR AGREEMENT, but such notice, only as respects "loss" arising out of the opera- s. Notice of an "accident" or "loss" to your Lion, maintenance or use of a covered "auto" Workers Compensation Insurer, for an pursuant to the provisions or condltlons 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 fallowing 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 rf Workers Compensation policy- you fail to disclose all hazards existing as of the f. 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 tare Is rto(Intentional. an "accident" or "loss", solely due to V LIBERALIZATION your reasonable and documented belief that the event is not covered by this pol- If we revise this endorsement to provide greater icy. coverage without additional premiurn charge,we wilt automatically provide the additional cover- The following is added to Section IV— Busi- 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 01 12 Includes Copyrighted material of Insurance Services Page 5 of 5 Office,Inc.,with i15 perm444ssion KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ....................................... 1-1 1-01 Definitions and Terms.........................................................1-1 1-02 Bid Procedures and Conditions.............................................1-2 1-03 Award and Execution of Contract..........................................1-5 1-04 Scope of the Work .............................................................1-6 1-05 Control of Work .................................................................1-8 1-06 Control of Material ........................................................... 1-12 1 -07 Legal Relations and Responsibilities to the Public.................. 1 -15 1 -08 Prosecution and Progress .................................................. 1 -19 1-09 Measurement and Payment ............................................... 1-23 1-10 Temporary Traffic Control ................................................. 1 -25 DIVISION 8 MISCELLANEOUS CONSTRUCTION ........................... 8-1 8-01 Erosion Control and Water Pollution Control ...........................8-1 8-20 Illumination, Traffic Signal Systems, and Electrical .................8-3 DIVISION 9 MATERIALS.............................................................. 9-1 9-29 Illumination, Signal, Electrical..............................................9-1 KENT STANDARD PLANS .................................................................. A-1 LOCATION MAPS.............................................................................. A-2 TRAFFIC CONTROL PLANS ............................................................... A-3 2015 GRIND/INLAY PROJECTS........................................................ A-4 PREVAILING WAGE RATES............................................................... A-5 2015 Vehicle Detector Loops/Araucto February 18, 2015 PROVISIONSKENT SPECIAL ',.. The following Kent Special Provisions ("Kent Special Provisions") modify and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised appropriately to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. Each specification contains all current specifications applicable to the particular work and may include references which do not apply to this particular project. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General 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 BYADD/NG THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 2015 Vehicle Detector Loops/Araucto 1 - 1 February 18, 2015 I . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21 -01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1 -04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its solejudgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2015 Vehicle Detector Loops/Araucto 1 - 2 February 18, 2015 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. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download documents through City's internet connection, whether or not inability to access is caused by the bidder's or the City's technology. Bid Documents may be requested by mail, or picked up at the Public Works Engineering Department, 400 West Gowe Street, Second Floor, Kent, Washington 98032. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 2015 Vehicle Detector Loops/Araucto 1 - 3 February 18, 2015 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.8(2) LOBBYING CERTIFICATION IS REVISED WITH THE FOLLOWING CLARIFICATION: THIS SECTION ONLYAPPLIES TO FEDERAL- AID CONTRACTS. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: I . The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02. 11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 2015 Vehicle Detector Loops/Araucto 1 - 4 February 18, 2015 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH i THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH 1160 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4 of the WSDOT Standard Specifications. 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 2015 Vehicle Detector Loops/Araucto 1 - 5 February 16, 2015 such areas and for any materials ordered before the contract is executed by the City. 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 1-03.7 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 BYADDING 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 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 2015 Vehicle Detector Loops/Araucto 1 - 6 February 18, 2015 SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.7 IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-04.7 Differing Site Conditions (Changed Conditions) Upon written notification, the Engineer will investigate the conditions and if he/she determines that the conditions materially differ and cause an increase or decrease in the cost or time required for the performance of any Work under the Contract, an adjustment will be made and the Contract modified in writing accordingly. No claim for loss of anticipated profits will be allowed when determining this adjustment. The Engineer will notify the Contractor of his/her determination whether or not an adjustment of the Contract is warranted. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations are part of the Project and must be properly permitted for that use. As a result, if appropriate permits for the selected staging and storage locations have not been obtained, the Contractor will obtain those permits before putting the site to its intended use. It is the Contractor's sole responsibility to obtain a staging and storage area(s) for his equipment and all necessary permits/approvals to use private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the 2015 Vehicle Detector Loops/Araucto 1 - 7 February 18, 2015 I Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary permits/approvals needed to use the property as the Contractor intends. Upon vacating the private property the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. All costs associated with the use of the City-provided site are included in the individual bid items. Should the Contractor choose to use private property for storing his equipment, Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contract for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, or paving. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOOLOW/NG NEW SECTION: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the contract, the Engineer may correct and remedy that work as may be identified in the written notice, by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor 2015 Vehicle Detector Loops/Araucto 1 - 8 February 18, 2015 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 DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. 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 2015 Vehicle Detector Loops/Araucto 1 - 9 February 18, 2015 physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. However, if after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, notify the Contractor giving the reasons for the Engineer's determination. Upon receipt of written notice from the Engineer concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. This process shall be repeated until the Engineer establishes the Substantial Completion Date. 1-05.11 (2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and the Engineer agrees that the work is ready for Final Inspection, the Contractor, by written notice, shall request that the Engineer schedule a Final Inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a Final Inspection and the Engineer, if necessary, will notify the Contractor in writing of all particulars in which the Final Inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take all necessary corrective measures to remedy the listed deficiencies. The Contractor shall allocate the necessary resources to pursue completion of all corrective work vigorously, diligently, and without interruption until achieving physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied that all listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within seven (7) calendar days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take all necessary steps to correct those deficiencies and may deduct all costs incurred to correct the deficiencies from monies due or to become due the Contractor. 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. 2015 Vehicle Detector Loops/Araucto 1 - 10 February 18, 2015 i 1-05.11 (3) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.13 IS REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-05.13 Superintendents, Labor, and Equipment of Contractor Whenever the City evaluates the Contractor's qualifications pursuant to Section 1-02.1, the City may take these or other Contractor performance reports into account. Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. 2015 Vehicle Detector Loops/Araucto 1 - 11 February 18, 2015 SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors The City shall not be responsible for any damages suffered by the Contractor resulting directly or indirectly from the performance or attempted performance of any other City contract or contracts existing or known to be pending at the time of bid. Details of known projects are as follows: City of Kent's 2015 Grind/Inlay Projects identified in Appendix A-4. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.6 Submittals 1-06.6(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2015 Vehicle Detector Loops/Araucto 1 - 12 February 18, 2015 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 (I A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1 -08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2015 Vehicle Detector Loops/Araucto 1 - 13 February 18, 2015 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 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. 2015 Vehicle Detector Loops/Araucto 1 - 14 February 18, 2015 I 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 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General I The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules, The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department 2015 Vehicle Detector Loops/Araucto 1 - 15 February 18, 2015 '.. 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. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the City on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 224). 2015 Vehicle Detector Loops/Araucto 1 - 16 February 18, 2015 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 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General The wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. The City will not adjust the Contractor's bid in the event the State or Federal Government adjusts the prevailing wage rates after the Bid Opening Date, SECTION 1-07. 13(3) IS DELETED IN ITS ENTIRETY. 1-07.13(3) Relief of Responsibility for Damage by Public Traffic SECTION 1-07.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.13(4) Repair of Damage The Contractor shall promptly repair all damage to either temporary or permanent work as directed by the Engineer. Alternatively, the Engineer may elect to accomplish repair by other means; however, the Contractor shall pay for these repairs and the City may deduct these repair costs from monies due or to become due the Contractor. No payment will be made for delay or disruption of work. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the 2015 Vehicle Detector Loops/Araucto 1 - 17 February 18, 2015 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 of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Comcast Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 (425) 761-0471 (cell) (206) 391-1763 (cell) 2015 Vehicle Detector Loops/Araucto 1 - 18 February 18, 2015 Puget Sound Energy Veriaon Anita Yurovchak Brad Landis (253) 476-6304 (425) 201-0901 (253) 381-6714 (cell) (425) 766-1740 (cell) SECTION 1-07. 18 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.18 Public Liability and Property Damage Insurance Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for this project. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study 2015 Vehicle Detector Loops/Araucto 1 - 19 February 18, 2015 and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1 . A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. Work shall be phased by the City over the summer and fall of 2013. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within sixty (60) working days from the time the City gives notice to proceed for each new location. Upon receipt of notice to proceed and commencement of work, it shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of 2015 Vehicle Detector Loops/Araucto 1 - 20 February 18, 2015 operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than a 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 2015 Vehicle Detector Loops/Araucto 1 - 21 February 18, 2015 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 Work shall be phased by the City over the summer and fall of 2015. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses. Work at each location shall be completed within forty five (45) working days from the time the City gives notice to proceed for each new location. SECTION 1-08.8 IS REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall perform work at locations as directed by the Engineer, to allow coordination of the Contractor's work with other related work being performed by City crews or other City Contractors. The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be 2015 Vehicle Detector Loops/Araucto 1 - 22 February 18, 2015 in sufficient detail (as determined by the Engineer) to enable the Engineer to ascertain the basis and amount of the time requested. The Contractor shall be responsible for showing on the progress schedule that the change or event: (1) had a specific impact on the critical path, and except in cases of concurrent delay, was the sole cause of such impact, and (2) could not have been avoided by resequencing of the work or other reasonable alternatives. The reasons for and times of extensions shall be determined by the Engineer, and such determination will be final as provided in Section 1 - 05.1 . ITEM 1 IN PARAGRAPH 7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1 . Failure to obtain all materials and workers. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.2(1) IS REVISED BY REPLACING "TRUCKS AND TICKETS" WITH THE FOLLOWING: 1-09.2(1) General Requirements for Weighing Equipment Trucks and Tickets 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. 2015 Vehicle Detector Loops/Araucto 1 - 23 February 18, 2015 SECTION 1-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-09.5 Deleted or Terminated Work The bidders and Contractor should note that in the case the unit bid prices exceed those anticipated by the City of Kent, the City reserves the right to delete portions of the work to avoid re-bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted funds. Deletions would be made if bids exceed available funds, if weather conditions are poor, or for City resource constraints. Deletions of any particular project location (in part or whole) may be based on the following location list: • Smith St. & State Ave. • West Valley Highway & S. 190th St. • West Valley Highway & S. 204th St. • 84th Ave. S. & S. 2281h St. • 116th Ave. SE & SE 208th St. • Central Ave. & Gowe St. • SE 260th St. & 104th Ave. SE • Pacific Highway S. & S. 272"d St. • 41h Ave. N. & James St. • SE 208th St. & 1081h Ave. SE • S. 2601h St. & Pacific Highway S. • S. Reith Rd. & Military Rd. S. • 641h Ave. S. & S. 2281h St. • SR 516 & 111"' Ave. SE • W. James St. & 64th Ave. S. • 68th Ave. S. & S. 2281h St. SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City'sjudgment, may be necessary to cover the following: 1 . The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 2015 Vehicle Detector Loops/Araucto 1 - 24 February 18, 2015 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030(3). SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11 (3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09. 13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.1 General The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the City. The 2015 Vehicle Detector Loops/Araucto 1 - 25 February 18, 2015 Contractor shall erect and maintain all construction signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations that may occur on highways, roads, streets, sidewalks, pedestrian paths, or bicycle paths. No work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place in accordance with Traffic Control Plans. SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1 (800) 521-0778 or (206) 382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 (360) 297-3035 1-10.3(3) Traffic Control Devices SECTION 1-10.3(3)A IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.3(3)A Construction Signs Payment for setup and take down of construction signs will be under the contract price for "Traffic Control Labor" and will be limited to the work described in Section 1-10.3(1) of the WSDOT Standard Specifications, and for transportation described in Section 1 -10.3(2) of the WSDOT Standard Specifications when there is a contract price for "Traffic Control Vehicle." SECTION 1-10.3 IS SUPPLEMENTED BYADDING THEFOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 2015 Vehicle Detector Loops/Araucto 1 - 26 February 18, 2015 j 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1 -10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor". The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid 2015 Vehicle Detector Loops/Araucto 1 - 27 February 18, 2015 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. 2015 Vehicle Detector Loops/Araucto 1 - 28 February 12, 2015 ®I V I S I ON 8 ® M I SCELLANEOUS CONSTRUCT I ON � 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may 2015 Vehicle Detector Loops/Araucto 8 - 1 February 18, 2015 recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1 . Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1 . WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants prohibited 3. City of Kent 2002 Surface Water Design Manual 8-01 .3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. 2015 Vehicle Detector Loops/Araucto 8 - 2 February 18, 2015 SECTION B-01.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No process waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION B-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-01.5 Payment The unit contract price per each for "Inlet Protection" shall be full pay for all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure for re-establishment of vehicle detector loops. No other compensation will be made. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, AND ELECTRICAL 8-20.3 Construction Requirements SECTION B-20,3(5) IS REVISED AS FOLLOWS: 8-20.3(8) Wiring THE THIRD PARAGRAPH OF THIS SECTION IS DELETED AND REPLACED WITH THE FOLLOWING: All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose of securely joining the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Section 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless 2015 Vehicle Detector Loops/Araucto 8 - 3 February 18, 2015 otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION B-20.3(10) IS REVISED AS FOLLOWS: 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION B-20.3(14)C IS REVISED AS FOLLOWS; 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 16 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK SECTION B-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTm Loop Detector Sealant 271 , or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION B-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION B-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "6' Diameter Traffic Loop" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop to the size and location shown on the drawings and in accordance with the Kent Special Provisions and WSDOT Standard Specifications. The 2015 Vehicle Detector Loops/Araucto 8 - 4 February 18, 2015 unit bid shall include but not be limited to: saw cutting the pavement; the first 30 lineal feet of lead-in wire, sealing; connect new wiring to existing home run cable; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. Note: The Contractor shall vacuum up all slurry produced during saw cutting for traffic loops and dispose of offsite in accordance with applicable regulations. The unit contract price per lineal foot for "Additional Lead-In Wire" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the additional lead-in wire at the location shown on the plans and described in the specifications. The unit bid shall include but not be limited to: saw cutting the pavement; wiring; sealant; connect new wiring to existing home run wire; testing and any additional labor, grinding to open and re-welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. NOTE: This bid item will be paid based on the lineal footage of saw cutting, regardless of the lineal footage or number of lead-in wire. Measurement begins after the first 30' of individual loop home run cable and saw cut or after two or more loop wire/cuts are combined together to form a lead in. 2015 Vehicle Detector Loops/Araucto 8 - 5 February 18, 2015 DIVISION 9 - MATERIALS 9-29 ILLUMINATION, SIGNAL, ELECTRICAL 9-29.12 Electrical Splice Materials SECTION 9-29. 12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securelyjoin the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch'""#06147 Electrical Moisture Sealant, or approved equal. 2015 Vehicle Detector Loops/Araucto 9 - 1 February 18, 2015 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 6-98 Induction Loop Details 6-99 Induction Loop Installation Notes 6-100 Induction Loop Placement 2015 Vehicle Detector Loops/Araucto A - 1 February 16, 2015 i I I STOP BAR WEARING COURSE(TYPICAL FOR SECTIONS A,B R C) CENTER OF LANE A n LOOP SERIES A 414 TWISTED PAIR WIRE TYPE NUMBER---- A IMSA 51-3,3 TWISTS PER FOOT 0 TO CONTROLLER - TO ADDITIDNA1 LOOPS B 0,25" MINIMUM WIDTH SAWCUT WHERE APPLICABLE C SECTION A-A e 2C(S) LEAP-IN CABLE IMSA 50-2 *AFrBE*B `s B LOOP SPLICE LOOP SERIES I r (TYPICAL) +91 NUMBER B A A 9 a m tg!, CONDUIT STUBOUT, a o *BS ' SEE STANDARD PLAN 6-99 u- 0 0.50" MINIMUM WIDTH SAWCUT o JUNCTION BOX SECTION B-B w S=START F=FINISH *=LOOP NUMBER 1 STOP BAR LOOP WINDING DETAIL 0` kx i 7 �32 iFs 0.50"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS SECTION C-C JUNCTION BOX WHERE APPec (ASSUMING TWO LANES OF LOOPS) *F SCOTCH 06147 ELECTRICAL CENTER OF *S MOISTURE SEALANT TAPE 2C(S)LEAD-IN CABLE IMSA 50-2 —TO CONTROLLER S=START SIDE VIEW END VIEW #14 TWISTED PAIR WIRE TYPE F=FINISH *=LOOP NUMBER NOTE: CUT IMSA 51-3,3 TWISTS PER FOOT SOLDERLESS,CRIMPED, DRAIN WIRE NON-INSULATED BUTT SPLICE SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT p� AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BYTHE NOTES: jFFl�'Y ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1. SEE KENT STANDARD PLAN 6-99 FOR Z OF WA,S�I THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST, CONDUIT STUBOUT DETAIL AND Eye' "nr��� CITY OF KENT INDUCTION LOOP INSTALLATION q _ 7, tij ENGINEERING DEPARTMENT NOTES. Z s INDUCTION LOOP 2. SEE KENT STANDARD PLAN 6-500 FOR KENT DETAILS INDUCTION LOOP PLACEMENT DETAIL. ,p 38296 W4' 0.{� �IST �.��� DRAWNDESIGNED SPS SCALE NONE STANDARD PLAN sSIOIVAL r'+ CHECKED JB DATE - C—n p xan U J V APPROVED it of z owJ wxW � oo z � p > N S i+� StQi. Q OzO:W W ; (a� �— zZz 0 �yywa aQLC N U Z11 O W OV uZ � R' o P- n e� o S2 ¢wmx o � m p `� r'29 uxi duo yy nl.] �� z ��O X � N m F Z O o O E i O � p Z 0 a ooJ uo '� bG � ow0 �'Qz o LL � n050 wuW C9Q �. \ m� pww w�=o ZLL,Qw b F m QF Vl t X � Q xz o� ¢g u DFu D 4LLw 3¢w z z z d 00 ¢o wa i� zaa zoo �o C) w vwi vi-i � aowmLL < .. Q wJ 2 U O 7 Z C9 Z F w OS LL aDvjans aanva do dol (� X z g Q N w o LL J woad wnwlNlw „o-,z u o a o � N o �i a a a Q Q O Oi J O JU [D ^ U ID U H ZY Wp r SO C - `V �, 7. O KSO O U SO Or, r' w -Vo 3z: -, a Jx wS2u m o LL m O w pap Q F- x a x CD � OZ W F S 2 m O 0 Z LL 00 JO - O z O ZU Z w a 2 6 w w w m Z m w E w w p ¢ wU O w O% w - I~II Q In w 0 0' �n tJ 4� W U w = 0 a R O FN w d �1 ON mw6 J_ S m5 Z Z 4 Q Q u W 00 U N N S O Z 0 ZF+ O U m 2 w' Q K d S m w W Y K ~ C <OU S n m E "m u u 9 a ouE ¢�+ia m? ¢ a oz Qo m x ry 'Al c vi ,o r-� z O I 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 0 WASgl. . THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. — x CITY OF KENT ENGINEERING DEPARTMENT Z • INDUCTION LOOP ! .ENT INSTALLATION NOTES 38296 ��• O- 13TE¢� DESIGNED._ CAK_ — SCALE NONE STANDARD PI N �`SSZONAL ��Ot� CHECs KED De DATE - 6-99 APPROVED FNCMtrn LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE SPEED LIMIT LOOP ADVANCE LOOP MID LOOP ADVANCELOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4 FT. 104 FT. (NONE) 144 FT. 30 MPH 4 FT, 104 FT. (NONE) 164 FT. 35 MPH 4 FT. 104 FT. 209 FT. 274 FT. 40 MPH 4 FT. 104 FT. 239 FT. 309 FT. 45 MPH 4 FT, 104 FT, 274 FT. 354 F'. 50 MPH 4 FT. 104 FT. 304 FT, 394 FT. SD6 SD5 NOTES: 223 213 N1 N2 j O O O O 1. THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP, O O SPC Sit 2. LOOP DISTANCES MAY BE ADJUSTED.T2 FEET TO O AVOID METAL CASTINGS, B 221 211 511 A O O 3. THE DISTANCE BETWEEN"A"LOOPS AND"B' O O O LOOPS SHALL BE 16 FEET CENTER-TO-CENTER. W20 SR WR 00421 0422 0423 W10 00411 0412 O413 5D7 712 3PC0 3ll0 0 99 71107PC 813 SD3 0 8120 8110 O A B 0El 823 SD4 O 822 0 821 ER NR 0 E2 ❑ o B A O O0, A O O B 111 611 621 0 112 IPC 0 0 612 622 52 O 623 13 13 60 52 SiSDI SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT t� `> AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BYTHE �WA 77,, ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��pF WASj <7.I' THE CITY OF KEN'.A COPY MAY BE OBTAINED UPON REQUEST. �m Y az CITY OF KENT ENGINEERING DEPARTMENT z KENT INDUCTION LOOP PLACEMENT 38296 �4, w.exixarax O� ISTP�>C� SSrV DESIGNED COK STANDARD PW DRAWN SPS SCALE MNE sS'IDMAL F'� CHECKED DB DATE — C_1 00 v cwtm V APPROVED i LOCATION MAPS Exhibit 1 Smith St. & State Ave. Exhibit 2 West Valley Highway & S. 19011h St. Exhibit 3 West Valley Highway & S. 2041h St. Exhibit 4 84th Ave. S. & S. 2281h St. Exhibit 5 116th Ave. SE & SE 208th St. Exhibit 6 Central Ave. & Gowe St. Exhibit 7 SE 2601h St. & 1041h Ave. SE Exhibit 8 Pacific Highway S. & S. 272"d St. Exhibit 9 4th Ave. N. & James St. Exhibit 10 SE 2081h St. & 1081h Ave. SE Exhibit 11 S. 2601h St. & Pacific Highway S. Exhibit 12 S. Reith Rd. & Military Rd. S. Exhibit 13 64th Ave. S. & S. 228th St. Exhibit 14 SR 516 & 1111h Ave. SE Exhibit 15 W. James St. & 641h Ave. S. Exhibit 16 68th Ave. S. & S. 228th St. Vehicle Detector Loops/Horn A - 2 February 18, 2015 _ s AV ti 0 PLO cq y. [U 71 AV z ! }, �y r i z N 4: AV V 1, 'Is Al ZU � LU A 9 L � LU AV 170 A n -- — _ ._ .- ---- - ----- - -- 1 ----- Ck LU \7 _! co ZI a� s j. `� wa d d I I I E SMITH ST 212' 30 MPH 1"=50' H i 0 50 100 w LEGEND: NEW LOOP, 123 LEAD—IN AND ID EXISTING STUB—OUT i i it i '21 19 144° 211A 679 — 422 SMITH ST 412 -- NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID j EXISTING LOOPS AND HOME RUNS. I VEHICLE DETECTOR LOOPS OT SMITH ST & STATE AVE CITY OF KENT sCAE = sD' DRAWN sPs EXHIBIT ENGINEERING DEPARTMENT DATF —ANUARY 2015__ CHECKED JANUARY 201_5___ 1 t I ' 233 1 h ' WEST VALLEY HIGHWAY 50 MPH 1"=50' 0 50 100 I LEGEND: r� NEW LOOP, 123 LEAD-IN AND ID � EXISTING STUB-OUT I NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS. t{f k I Y.� S_190TH ST VEHICLE DETECTOR LOOPS T WEST VALLEY HWY & S 190TH ST CITY OF KENT SCALE - 50' DRAWN SP5 EXHIBR ""' ENGINEERING DEPARTMENT DATE __JANUARY 2015 CHECKED JANUARY 2015 UU, # H a 204TH S_T __ llp�I�4 11 H I If 1, 631 A 631 B Lu WEST VALLEY HIGHWAY 50 MPH 1"=40' 0 110 80 II LEGEND: NEW LOOP, 123 LEAD-IN AND ID EXISTING STUB-OUT UJI _j NOTE: > CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID �LTJ EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS WEST VALLEY HWY & S 204TH ST CITY OF KENT _S uF V . WDRAWN SPS FXHIBff ENGINEERING DEPARTMENT 'A1l CHECKED JANUARY 2016 3 CONTRACTOR SHALL AVOID CATCH BASIN AND DAMAGED PAVEMENT—\ 22 221B 12 2211A '2 21 A S 228TH ST 25 MPH 1"=50' 0 50 100 LEGEND: NEW LOOP, 123-1 LEAD-IN AND ID EXISTING STUB-OUT � � i NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS T 84TH AVE S & S 228TH ST CITY OF KENT SCALE 1 50, DRAWN sps allIBF ENGINEERING DEPARTMENT WE JAUUARY_2015 CHECK 4 P 4 SE 208TH ST ---------- 111 1 �Aoj 121A 111 � Ml �l B wl :uj 116TH AVE SE 35 MPH 1"=40' ll 121 1I 0 40 80 LEGEND: NEW LOOP, 1120 LEAD-IN AND ID EXISTING STUB-OUT NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID i EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS _r 116TFI AVE SE & SE 208TH ST CITY OF KENT scAE SPS= EXHIRa ENGINEERING DEPARTMENT DATE -AWLAFLY-2015 CHECKWANUAlYl H15 5 I I ' E GOWE ST 30 MPH I F 144° [ - ® 422 GOWE ST E1 — — �. E2 r. R� 4SNlu � � El '� s ' I I 0 60 120 i LEGEND: NEW LP, 123�0 LED IN AND ID j a EXISTING STUB—OUT 1 ' I ICI � i NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS T CENTRAL AVE & GOWE ST CITY OF KENT scAE_t__so' oRAwN sPs EXHIBIT ENGINEERING DERARTtAENT pA� JANUARY 2015 p'IMI 6 E 1 Fill, SE 26©TH ST 30 MPH i 7 2 0 50 100 i I LEGEND: ' j NEW LOOP, 123 LEAD-IN AND ID I EXISTING STUB-OUT 411B 711�8 411IA 711A , p 104TH AVE SE uJ 811A 811� i I I j I j312 NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID ! I EXISTING LOOPS AND HOME RUNS. 1 81 VEHICLE DETECTOR LOOPS � T SE 260TH ST & 104TH AVE SE wi.� ,+nr CITY OF KE T SCALE_ 1' 50'-___ DRAWN SPS E%HI R ENGINEERING DEPARTMENT DATE JANUMY 2015 CHECKED JANUMY 2Gt5 7 i < i / `' ( !i PACIFIC HWY S 45 MPH i 1"=50' / � I 0 50 100 LEGEND: 723 b NEW LOOP, if LEAD-IN AND ID t r r ® EXISTING STUB-OUT 0 S 272ND ST �llhrr .. ..,. NOTE: I /' CONTRACTOR SHALL l 1 E3 %`'29 ��` If COORDINATE WITH THE CITY OF KENT TRANSPORTATION �r l l �� ENGINEERING DEPARTMENT j r TO AVOID EXISTING LOOPS l !i rI AND HOME RUNS. f l I ' { � Ax i VEHICLE DETECTOR LOOPS PACIFIC HWY S & S 272ND ST CITY OF KEiNT SCALF = 50' DRAWN PS EXHH1111 ! ENGINEERING DEPARTMENT DATE JANUAW 2015__ CHECKED JANUARY 2015.__- 8 i i i f i m I jI i ' I JAMES ST 35 MPH I �E1 Eli I 1„_50' 0 50 100 NOTE: CONTRACTOR SHALL i LEGEND: COORDINATE WITH THE i NEW LOOP, CITY OF KENT I 123 LEAD-IN AND ID TRANSPORTATION i ENGINEERING j j ® EXISTING STUB-OUT DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS, I�j I i i Lu i �I I I ---4TH AVE N €-- IS li 1 la f — VEHICLE DETECTOR LOOPS T 4TH AVE N & JAMES ST w.o.,.aox _ CITY OF KENT scALE — o' DRAWN sPs EXHIBIT ENGINEERING DEPARTMENT DATE .._.JANBAW 2015 CHECKED JANOARY 2015 9 14 3 413 I E I; .422 412 p rl 3 SE 208TH ST "` F 40 MPH is t �F S A 1"=50' 0 50 100 I a t LEGEND: 923� NEW LOOP, LEAD—IN AND ID ® EXISTING STUB—OUT ! ' y NOTE: � � I � � ; CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT ua4 t TRANSPORTATION E f ENGINEERING I DEPARTMENT TO F I AVOID EXISTING LOOPS AND HOME I RUNS. I G F 108TH AVE SE I r } i < r VEHICLE DETECTOR LOOPS OT SE 208TH ST & 108TH AVE SE CITY OF KENT scams__ I' >_ so' DRAWN sPs ExivaR ENGINEERING DEPARTMENT DATE _ 1 JANUARY-2Q15. CHECKE4 JANUARY 2015 i J NOTE: / J ( CONTRACTOR SHALL COORDINATE I i WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING t LOOPS AND HOME RUNS. _� /lllJlrP'lIll:�IiJiIIIi! ���`� ', S 260TH ST 49 2 413C� -------- - - 'JllJlllilll/�'�''�_ I S 260TH ST 35 MPH I' 1"=50' mm 0 50 100 LEGEND_: / 492Cy NEW LOOP, LEAD-IN AND ID ® EXISTING STUB-OUT VEHICLE DETECTOR LOOPS T S 260TH ST & PACIFIC HWY S CITY OF ICENT SCALE r = sa' oRnwN sPs __ E weR ENGINEERING DEPARTMENT CATS JANDAHY 2015 CHECKED ANUU 2015 9 9 II i II I j li i i r l i i I t tJ i a S REITH RD 35 MPH --�»— If' i OOp _ ®� JB 10 i 412 vgo (sDs)— r, 1"=50' / J l/ 0 50 100 � LEGEND: 123� NEW LOOP, LEAD—IN AND ID ® EXISTING STUB—OUT NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS � T S REITH RD & MILITARY RD S w.,.„a,e„ _. CITY OF K �YT"r eCAtE_ 50 G NN SPS E%HIBR ENGINEERING DEPARTMENT DAB _JANUARY._2015 CHECKED JANI)ARY 2015 12 I I i J ij f IN I . l j i 1 i ' i I j 64TH AVE S rl I ;; 35 MPH I j j i 1"=50' I 0 50 100 itLu ' LEGEND: I I I NEW LOOP, 1 to 711A—Q LEAD—IN AND ID EXISTING STUB—OUT j ! SPLICE LOOP IN JUNCTION BOX 1 I 'S2 EXISTING CONDUIT IN ISLAND i AVOID S1 NOTE: HOME RUN CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS 64TH AVE S & S 228TH ST ® l� T SOUTH BOUND CITY ^WT.„„.„o. . CIA 1" OF ITEM SCAE 5p' ppgWN SPS IXHIBrr ENGINEERING DEPARTMENT pAJF dauuner 2oi5__ cNECKEo JMIA1 2015 13 i ° I f„ I � i I SR516 (KENT KANGLEY RD) ,% 35 MPH 64TH AVE S - 35 MPH I 1"=50' 0 50 100 *CONTRACTOR SHALL INSTALL A HOME j +I RUN CUT BETWEEN EXISTING STUB-OUTS M WITH 1-#2 CONDUCTOR, SAWCUT SHALL zwl ' N BE %'*0,375 TO Y2°. RUN ONE 3 PAIR BELDEN 9883 O.D. 0.340 � s i Y I i NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION I ENGINEERING DEPARTMENT TO AVOID i EXISTING LOOPS AND HOME RUNS. VEHICLE DETECTOR LOOPS T SR516 & 111TH AVE SE w.e,:,:,.'a. CITY OF KENT SCALE P' = sa De WN_ _—_srs__ ENGINEERING DEPARTMENT DATE JANNARY 2415 CHEKEo JANNARY 2015 14 JAMES ST 35 MPH 1 60, 0 60 120 LEGEND: N w NEW LOOP, > Wll LEAD-IN AND ID \6 EXISTING STUB-OUT W JAMES ST 2C 4C 2C v� 813 812 3PC 811A LOOP WIRES ONLY KEEP BIKE LANE CLEAR OF PARALLEL,SAWCUTS SAWCUT SHALL BE %"(0.375) S TO Yz"(0,50), RUN ONE 3 PAIR BELDEN CABLE i BETWEEN JUNCTION BOXES GAT I VEHICLE DETECTOR LOOPS CEO p W JAMES ST & 64TH AVE S CITY OF KENT SCALE_. '-sg' DMM sPs MEW ENGINEERING DEPARTMENT DATE JANUARY 2015 CHECKED JANUAflY 2015 {x 15 I NOTE: CONTRACTOR SHALL COORDINATE WITH THE CITY OF KENT TRANSPORTATION ENGINEERING DEPARTMENT TO AVOID EXISTING LOOPS AND HOME RUNS, 32l — 421A 421B 422 423 Q411A 411E — — 412 413 711A 11B l 712 m S 228TH ST LEGEND: NEW LOOP, 123_ LEAD—IN AND ID EXISTING STUB—OUT S 228TH ST 35 MPH 1"=50' 0 50 100 VEHICLE DETECTOR LOOPS KE 4 T 68TH AVE S & S 228TH ST W.. 1.oTo. CITY OF KENT SCALE.___1"=50' DRAWN.___._ spa_ EMIDR ENGINEERING DEPARTMENT DATE JANUARY 2015 CHECKED •IANVARY 2015 16 T AFF I C CONTROL PLANS Vehicle Detector Loops/Horn A - 3 February 18, 2015 I F. rZ F CHANNELIZATION DEVICE WORK VEHICLE SPACING (FEET) kJ�fTAPER TANGENT �u (OP TONAL) 20 20 DISTANCE I d ©® ®®® eon ROAD TYPE BETWEEN SIGNS d _ A B C ARROW BOARD 25BA MPH 200 FT 2D0 FE 200 FT o (SEOUEN-AAE CHEVRON) " URBAN STREETS RESIDENUAL & 350 FT 350 FT 350 FT I I a BUSINESS DISTRICTS 35/40 MPH ° RURAL ROADS & _— URBAN ARTERIALS 500 FT 500 FT 500 FT 45/55 MPH A MINIMUM TAPER LENGTH =L (FEET) LANE WIDTH POSTED SPEED (MPH) W4-2L (FT)" _ 25 30 35 40 45 B 10 105 150 205 270 450 11 115 165 225 295 495 I RIGHT LANE 12 125 180 245 320 540 CLOSED AHEAD W20--5R C ROAD WORK GFNE.RAL NOTES_:_ -- AHFAD 1. All SIGNS AND SPACING SHALL CONFORM W20-1 TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. I EGFND 2. PRIORITY PASSAGE THROUGH WORTS AREA 4 SIGN LOCATION FOR EMERGENCY VEHICLES SHALL BE (TEMPORARY MOUNT) PROVIDED AT ALL TIMES. 3. ALERT METRO TRANSIT 5 DAYS IN ° TEMPORARY TRAFFIC ADVANCE (IF APPLICABLE). CONTROL DEVICE (CONES) 4. PROTECTIVE VEHICLE RECOMMENDED--MAY BE A WORK VEHICLE, aaa ARROW BOARD 5. DE\�CES SHALL NOT ENCROACH INTO (SEOUEN IIAL CHEVRON) ADJACENT LANES, G, ALL SIGNS 48`x48' B/O UNLESS I PROTECTIVE/WORK OTHERIMSE SPECIFIED. alb VEHICLE 7. CHANNEUZATION DEVICES ARE ( RS-', STANDARD TRAFFIC CONES. TRAFFIC CONTROL PLAN 8, ALL SPACING MAY BE ADJUSTED TO - ACCOMMODATE AF GRADE INTERSECTIONS TYPICAL AND/OR DRIVEWAYS, -,� f `y RIGHT LANE CLOSURE 9. ALERT AFFECTED RESIDENTS AND ..,x .a.o. - BUSINESSES, CITY OF I, -- NT scuE ug_ F_NGIIJFERING DEPARTMENT pghJ 1ARUI`OU I e- t i , Yu i CHANNELIZATION DEVICE SPACING (FEET) WORK VEHICLE TAPER TANGENT (OPTIONAL) 20 20 DISTANCE ROAD TYPE BETWEEN SIGNS I ARROW BOARD -.- — A B (FLASHING CAUTION) ® � URBAN 25/30 MPH 200 FT 200 FT ',. URBAN STREETS a '.... RESIDENTIAL & 350 FT 350 FT I ° t BUSINESS DISTRICTS 35/40 MPH RURAL ROADS & '.. URBAN ARTERIALS 500 FT 500 FT 45/55 MPH I A LANE MINIMUM TAPER LENGTH =L (FEET) CLOSED LANE WIDTH POSTED SPEED (MPH) AHEAD (FT) 25 30 35 40 45 s 10 105 150 205 270 450 ROAD 71 115 165 225 295 495 ( WORK lz 12 1125118012451 3'LO 540 AHEAD W20-1 '.. GENER_AL_NOTES;_ i ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND CITY OF KENT SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA LEGEND FOR EMERGENCY VEHICLES SHALL DE S7 SIGN LOCATION PROVIDED AT ALL TIMES. (TEMPORARY MOUNT) 3. ALERT METRO TRANSIT 5 DAYS IN ADVANCE (IF APPLICABLE). m TEMPORARY TRAFFIC 4, PROTECTIVE VEHICLE RECOMMENDED-MAY CONTROL DEVICE (CONES) BE A WORK VEHICLE 5. DEVICES SHALL NOT ENCROACH INTO C-A ARROW BOARD - ADJACENT LANES. (FLASHING CAUTION) ALL SIGNS 48"x48" BIC UNLESS OTHERWISF SPECIFIED, 7. CHAIJNEMZATION DEVICES ARE PROTECTIVE/WORK STANDARD TRAITIC CONES. 'gj VEHICLE - 8. ALL SPACING MAY BE ADJUSTED TO _ -u - ACCOMMODATE AT GRADE INTERSECIONS TRAFFIC CONTROL PLAN AND/OR DRIVEWAYS. 9. ALERT AFFECTED RESIDENTS AND �� ,� TYPICAL BUSINESSES. TURN LANE CLOSURE CITY OF KENT 5CAEE NTs ExHlnir ENGINEERING DEPARTMENT DdE _ IAARCII, 2013 2 I }ti 42 <W lief 1. CHANNELIZATION DEVICE :w' '. SPACING (FEET) { .Y WORK VEHICLE TAPER TANGENT (OP TIONAL) 2D 20 � DISTANCE . ; e ROAD TYPE BETWEEN SIGNS �I ARROW aoaRo A B (FLASHING LAU[ION) URBAN 25/30 MPH 200 FT 200 PT '© URBAN STREETS n RESIDENTIAL & 350 FT 350 FT "� L BUSINESS DISTRICTS 35/40 MPH RURAL ROADS & a ---- URBAN ARTERIALS 500 FT 500 FT 45/55 MPH A LANE MINIMUM TAPER LENGTH =L (FEET) I OAHEAD LANE WIDTH POSTED SPEED (MPH) (FT) 25 30 35 40 45 10 105 150 205 270 450 ROAD 11 _ 115 165 225 295 495 WORK 12 125 780 245 320 540 AHEAD W20-1 GENERAL NOTES: ' 1. ALL SIGNS AND SPACING SHALL CONFORM LEGEND TO THE MUTCD AND CITY OF KENT SZ SIGN LOCATION SPECIFICATIONS. 2. PRIORITY PASSAGE THROUGH WORK AREA (TEMPORARY MOUNT) FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. TEMPORARY TRAFFIC 3. ALERT METRO TRA14SIT 5 DAYS IN CONTROL DEVICE (CONES) ADVANCE (IF APPLICABLE). 4. PROTECTIVE VEHICLE RECOMMENDED—MAY ARROW BOARD BE A WORK VEHICLE. (FLASHING CAUTION) S. DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. 6. ALL SIGNS 48"08" B/O UNLESS I I PROTECTIVE/WORK - OTHERMSE SPECIFIED, i" VEHICLE 7. CHANNH IZATION DEUCES ARE STANDARD TRAFFIC CONES. B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE Al GRADE INTERSECTIONS TRAFFIC CONTROL PLAN AND/OR DRIVEV'IAYS. 9. ALERT AFFECTED RESIDENTS AND ` �. TYPICAL '.... BUSINESSES. ` ' g®{ - LANE CLOSURE ' CITY OF KEN-T scAEE Nrs EXHIBIT ENGINEERING DEPARTME14T DATE f cRCK 203 �� . aVM l- >Idom OVOcols OL 8v T 8d 2-O �N b LEGEND VL-OZM SZ SIGN LOCATION i o o (TEMPORARY MOUNT) TEMPORARY TRAFFIC o ° CONTROL DEVICE (CONES) I u ° PROTECTIVE/WORK VEHICLE e lip c CHANNELIZATION DEVICE a FLAGGER LOCATION SPACING (FEET) w TAPER TANGENT Y; 0 20 or � WORK VEHICLE ---...— ----- (0 TIONAL) DISTANCE 169 ROAD TYPE,__ BETWEEN SIGNS ,It A B C URBAN 25/30 MPH 200 FT 200 FT 200 FT o ' URBAN STREETS ° RESIDENTIAL & 350 FT 350 FT 350 FT ° BUSINESS DISTRICTS 50' min 35/40 MPH 100' m°x RURAL ROADS & URBAN ARTERIALS 500 FT 500 FT 500 FT ° 45/55 MPH - 1 *,t GENERAL NOTES: `aD-7A 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 W20-4 PROVIDED AT ALL TIMES. ONE LANE 3. ALERT METRO TRANSIT 5 DAYS IN ROAD ADVANCE (IF APPLICABLE). AHEAD '.. 4. PROTECTIVE VEHICLE RECOMMENDED-MAY C - BE A WORK VEHICLE. 5. DEVICES SHALL NOT ENCROACH INTO ROAD ADJACENT LANES. �W'ORK 6. ALL SIGNS 48"x48" B/O UNLESS AHEAD OTHERWISE SPECIFIED. 7. CHANNEUZATTON DEVICES ARE W20-1 STANDARD TRAFFIC CONES. B. ALL SPAGNG MAY BE ADJUSTED TO - TRAFFIC CONTROL PLAN ACCOMMODATE AT GRADE INTERSECTIONS - AND/OR DRIVEWAYS. TYPICAL- 5. AIFRT AFFECTFD RESIDENTS AND �c °I r FFAOCiER CONTROL BUSINESSES. .,.".e. -� CITY OF KENT AIE —" — ENGINEERING DEPAR'NAENT OT1E IM(j�H 2O1d 2015 GRIND/ INLAY PROJECTS Vehicle Detector Loops/Horn A - 4 February 18, 2015 t I �1 a5 anV O�G - � 7 rr-1 • � / � _ J -. 777+..-�w ;i '\. Ir�� if it r f ' ( 1 s _ �•. `;YI w r� '" i��a�' WIl3 r� r{.Yi�{F�1,r i3t �x � �"t ' � ���'- �� �-� f�j �'i`✓Fs�`j��, � I 1�! --� ti ha a - pL'` +, 3aAV CZY ,ter , �l� ? ,� "�N c� t ; 3 I t �.....1i ,1 ' �'j' ia� �f t� i �r a 0 n P f t 1 I, s I r w t ; ! ( + ,v3 I ISanV IIOBt r' T 9 �1 y��" sF y I i ._it u1 � +,' t �,es' i - �� •n fr' 1 y i, ( m- i' r .1 >r.. oL G - i b �'' �•—� '' i [ tf - (i i IS If n.;Sa I y 1 j — 1, p �13 i r i� i 3 rat :� ryt� 7. 3 k. youii r t '"-�+ 'ji � FlT L N Ln 6 wh i�im i r yr Z � fib 'i ,wl' u{ �, TZxfd r - Fi �i� F , ailfbtp :5 } i C s4ryi ,.�� tat � ' t r LN� 1 L;# �'�wi � �. y �v 'F ,Y RN 6Ap1 f x + 1 i i sry in-+_, x �j. 't� 3v � i i I mi lh lL 7 d h ai � I aim is-° ' ' - ! �4n1 m1. p t—i S o°'tl6Zli 'sZ't 1 �� ,� �✓ ��1 S�'s'1y,rC*/^ a a... P. i a � y ) , z F: RATES I Vehicle Detector Loops/Horn A - 5 February 18, 2015 Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. - --- --- - - - Journey Level Prevailing Wage Rates for the Effective Date: 2/18/2015 County Trade Job Classification Wa a T5A Overtime Note King Asbestos Abatement Workers Journey Level $42.67 1 H King Boilermakers Journey Level $64.44 1C King Brick Mason Brick And Block Finisher $44.46 1M King Brick Mason Journey Level $51.32 1M King Brick Mason Pointer-Caulker-Cleaner $51.32 1M King Building 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- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.32 5D 4C King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers &Tenders Diver $105.37 5D 4C 8A King Divers a Tenders Diver On Standby $59.50 5D 4C King Divers & Tenders Diver Tender $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $54.82 5D 4C King Divers & Tenders Surface Rcv & Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F King Dredge Workers lBoatmen $52.30 5D 3F Page 2 of 17 King Dredq� Engineer Welder $54.04 51) 3F King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King DrywattApplicator Journey Level $52.32 5D 1H King Drywall Tapers Journey Level $52.37 5P 1E King Electrica[ Fixture Maintenance Journey Level $25.84 5L 1E Workers King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) V$70,52 7C 2W King Electricians - Inside Certified Welder 7C 2W King Electricians - Inside Certified Welder (tunnel) 7C 2W King Electricians - €nside Construction Stock Person 7C 2W King Electricians - Inside Journey Level 7C 2W King Electricians - Inside Journey Level (tunnel) 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 - Powertine 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 r King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Etevator Constructors Mechanic In Charge $86.77 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1 R Products Work Only !King Fence Erectors Fence Erector $15.18 1 King Flagagers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1Y King Heat Et Frost Insulators And Journeyman $60.93 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F I LE King Hod Carriers Et Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner GKing Inland Boatmen Boat Operator $54.57 5B 1K A I- --I--I,..... -....... '1 M n Inns r Page 3of17 King Inland Boatmen Cook $50.951 5B 1K King Inland Boatmen Deckhand $51.19 5B 1K !King Inland Boatmen Deckhand Engineer $52.18 5B 1K 'King Inland Boatmen Launch Operator $53.40 5B 1K King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer & Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer &Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Systems BV Remote Control ;King Inspection/Cleaning/Seating Technician $19.33 1 Of Sewer &Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer &Water Systems By Remote Control King Insulation Applicators Journey Level $52.32 5D 4C 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 $42.67 7A 31 King Laborers Brush Cutter $42.671 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 IConcrete Placement Crew $43.46 7A 31 Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 1 31 Driller King Laborers Crusher Feeder $36.171 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking Ft $42.67 7A 31 Moving (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 $42.67 7A 31 King laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller a 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 a 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 $42.671 7A 31 King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King !Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King !LatQrQrs 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 a Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla King ;Laborers Pavement Breaker $43.46 7A 31 Page 5 of 17 ;King Laborers Pilot Car $36.171 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 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 a Similar Electric, Air $43.46 7A 31 B Gas Operated Tools King Laborers Tamper (multiple $ Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (lagger, Shorer 8t Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.67 7A 31 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 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 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A Worker 54.01-60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 r7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 31Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 8�C Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 8g Tender King Laborers Tunnel Work-Miner $44.10 7A 31 King (Laborers Vibrator $43.46 7A 31 King Laborers Vinyl, Seamer $42.671 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 SA 1M King Metal Fabrication finShopFitter $15.86 1 King Metal Fabrication I( n Shop} Laborer $9.78 1 King Metal Fabrication (In Shap} Machine Operator $13.04 1 King Metat Fabrication D Shop} Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings 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 Bui€dines Production Worker $9.47 1 King IModutar Buildings Tool Maintenance $11.56 1 King Modular Buildin Utility Person $11.561 1 King Modu€ar Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King !Plasterers liourney Level $50.42 7S 1R Page 7 of 17 i King Playground & Park Equipment Journey Level $9.47 1 Installers King Plumbers It Pipefitters Journey Level $74.69 6Z 1G King Power Er�uipment Operators Asphalt Plant Operators $55.24 7A 3C 8P 'King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 813 Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P f' 'King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 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 8P King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 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 Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42 m King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P 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 8P '! Or 250' Of Boom (including Jib With Attachments) King Power Equipment 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 $51.97 7A 3C 8P Under King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P 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 88P " Of Boom (including Jib With Attachments) King Power Equipment Operators $54.33 7A 3C 8P `» Page 8Uf \7 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power EqUiDmentOperators Deck Engineer/deck Winches $54.75 7A K 2P King Power Eg!j�� Derricks, On Building Work $55.24 7A X 8P 'King Power EqutQment Ouerators Drill Oilers: Auger Type, Truck $54.33 7A X 8P Or Crane Mount King Power Equipment 02erators Elevator And Man-Lift: $51.97 7A 3C 8P Permanent And Shaft Type King Finishing Machine, Bidwell $54.75 7A X 8P And Gamaco Et Similar Equipment King Power Equ�ent 0 �erators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Eq�j!�rntnLOperators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power EouiDment ODerators Grade Engineer: Using Blue $54.75 7A 3C Prints, Cut Sheets, Etc King Power Equipment Ooerators Hard Tait End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tait End Dump $54.75 7A X 8P Articulating Off-road Equipment Under 45 Yards Locator Operator 10 Tons Tons And Under King Power Eauipment 02erators Loader, Overhead 8 Yards. Et $55.79 7A X 8P 1 Over King Power Eguigq2fntgLerzjt� Loader, Overhead, 6 Yards. $55.24, 7A X 8P But Not Including 8 Yards King Power Eguipment Operators Loaders, Overhead Under 6 $54.75 7A X 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A X 8P King Power Equipment 22frators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment 22frators Locomotives, ALL $54.75 7A 3C 8P King Power Equipment Op2rators Material Transfer Device $54.75 7A 3C 8P ���..� //�..+.... .. '-_Au-_-/--/-_ Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P l finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution Et Mulch Seeding Operator King Power Equigment Operators Outside Hoists (elevators And $54.33 7A 3C BP Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P s 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 813 Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P !, 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 E ui ment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P '! King Power E ui ment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 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 $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P King Power E ui ment 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 ii Carry $54.33 7A 3C 813 All King Power Equipment Operator S Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Ili Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P Page 10 of 17 King Power Equi ment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power E ui ment 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 Equipment 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 V King Power EGuj2ment Operators Tower Bucket Elevators $54.33 7A 3C 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 Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C BP Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 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 Ft Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer & Water King Power E ui ment Operators- Batch Plant Operator, $54.75 7A 3C 2P Underground Sewer Fc Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P f Under_qround Sewer £t Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer Ft Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P _ Underground Sewer &Water King Power Eauipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer ft Water Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P '. Underground Sewer & Water King Power Equipment Operators- Compressor $51.97 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 $51.97 7A 3C 8P Underground Sewer &Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer &Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equioment 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 8P 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 Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Underground Sewer & Water Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P j Underground Sewer & Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer a Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer a Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer Fs Water Through 199 Tons 'King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer & Water Of Boom (including Jib With Attachments) r King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer Ft 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 is Underground Sewer & Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P '•. Underground Sewer & Water King Power Equipment Operators- Dozers D-9 & Under $54.33 7A 3C 8P Underground Sewer a Water Page 12 of 17 King Power E_qgjQMent 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 Undergr ound Sewer &Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C ap Underground Sewer &Water Permanent And Shaft Type King Power Egwpment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer &Water And Gamaco Et Similar Equipment King Power Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer Ct Water Prints, Cut Sheets, Etc King Power Equipment q Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer & Water King Guardrail Punch $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Hard Tait End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equi�rators- Hard Tait End Dump $54.75 7A 3C 8P ',Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment 92tewators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydra[ifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydratifts/boom Trucks, 10 $51.97 7A X EP Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C BP Underground Sewer a Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 ZA 32—C 8P Underground Sewer F± Water I King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C SP Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device __$54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P Underground Sewer a Water $0.50 Per Hour Over Mechanic) King Power Eqgjag2fjnt Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer & Water finishing 114:- 11 A I--- Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P ! Under roundSewer Et Water Finishing 'King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer a Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer a Water Distribution £t Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer a Water Mantifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer a Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer a Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer a Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer a Water King Power E ui ment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer &Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Ft Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And BeUman $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Roller, Plant Mix Or Mutti-lift $54.33 7A 3C BP Underground Sewer a Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer a Water 45 Yards King $54.33 7A 3C 8P Page 14 of 17 Scrapers - Concrete Et Carry jLnder�round_Sewer Et Water AR King Power Equ Went Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer_k Water Yards And Over 'King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C SP Underground Sewer Et Water 'King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 F7A 3C 8P jj��� Tractors Under 15 Metric Tons. King Power EquipmentOperators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P UndergroundSewer it Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C SP Underground Sewer It Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C LP Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer 8: Water Over 90 Metric Tons King Stipform Pavers $55.24 7A 3C 8P ss I Underground Sewer F± Water King Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P !Underground Sewer Et Water Screedman King !Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P 'Under round Sewer & Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer ft Water King Tower Crane Over 175'in $56.36 7A 3C Underground Sewer Et Water Height, Base To Boom King Power EquiDmeat Operators- Tower Crane Up To 175' In $55.791 7A 3C 8P Underground Sewer a Water Height Base To Boom King Eg)�,fer Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type King Power Eouiamient Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer Ft Water Tons And Over King Power Eaujpment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer & Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer & Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer 8: Water King Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer 8: Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers Page 15 of 17 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 i King Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A Trimmers King Refrigeration &Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 King Residential Drywall Journey Level $40.14 5D 4C Applicators 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 Pipefitters King Residential Refrigeration Ft 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 $51.321 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 1 E 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 It Ship Repair Heat It Frost Insulator $60.93 5J 1S King Shipbuilding & Ship Repair Laborer $39.34 7T 4B King Shipbuilding & Ship Repair Machinist $39.321 7T 4B King IShipbuilding & Ship Repair Operator $39.221 7T 4B Page 16 of 17 King Shipbuilding & Ship Repair Painter $39.311 7T 4B King Shipbuilding & ShipRRepair Pipefitter $39.221 7T 4B King Shipbuilding & Ship Repair Rigger $39.30 7T 4B King Shipbuilding & Shi�Re ap_ir Sheet Metal $39.27 7T 4B King Shipbuilding &Shin Repair Shipfitter $39.30 7T 4B King Shipbuilding & Ship Repair Trucker $39.10 7T 4B ;King ShipbuildinE& Ship Repair Warehouse $39.17 7T 4B King Shipbuildang& 5hip Repair Welder/Burner $39.30 7T 4B King Sign Makers & Installers Sign Installer $22.92 1 (Electrical) King (Sign Makers & Installers Sign Maker $21.36 1 (Electrical} King Sign Makers & Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers & Instailers (Non- Sign Maker $33.25 1 Electrica!} King Soft Floor Layers Journey Level $42.41 SA 3D King Solar Controls For Windows Journey Level $12.441 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C ix _ Protectionl King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King SUrVeydrS Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Survey Construction Site Surveyor $55.24 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians "King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 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 Installer11 $36.19 5A 2B Outside King ',Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King ';Tete hConstruction Telephone Lineperson $34.34 5A 2B Outside — — King Telephone Line Construction - Television Groundperson $19.45 5A 2B ,Outside 1.44.-.... //F.....1-......... ..... ....../L..:A.,......L...1....../--.I Al--_1__1-..._ Page 17 of 17 King Tetephone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside 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 1B Finishers King Traffic Control Stripers Journey Level $43.11 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 Et Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers 8 Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Ft Irrigation Pump Oiler $12.97 1 Installers King Well Drillers a Irrigation Pump Well Driller $18.00 1 Installers 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 hinge benefits actually provided for the worker. 1. ALL HOURS WORI{ED 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. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sumdays mid holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four-ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. Alt 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 breakdowar) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12)hours and all horns worked on Sundays and holidays shall be paid at double the hourly rate of wage. L All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. I The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve (12)hours,Monday through Friday and after ten (10)hours on j Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. '... Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All horns 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 oil 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. Alt hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on ', Labor Day shall be paid at three times the hourly rate of wage. '.. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shalt 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 (1.2)hours '... Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday,Friday, and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays(except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek)or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve(12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage, Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half tunes the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 2. ALL HOURS WORKED TN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All horns worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay- H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all horns 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 horns in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage, Alt other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thr a Thursday or Tuesday thrn Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage.The first eight(8)hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage.All other hours worked on the fifth,sixth,and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TLMES THE HOURLY RATE OF WAGE, A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar($1.00)per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees.Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations.After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 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 an applicable overtime rate, all additional homy 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 homy worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 15%over the hourly rate of wage. All other hours worked after 6:00 am on Saturdays, shall be paid at one ',.. and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage.Each week,once 40 hours of '.. straight time work is achieved,then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half tines 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. 1I, All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at Iwo(2)times the regular rate of pay.Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is down due to weather conditions during a five day work week(Monday through Friday,) or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4. ALL IIOURS WORKED TN EXCESS OF ETGHT (8)HOURS PER DAY OR FORTY (40) HOURS PER WEED SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hones 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 homy worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4) hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)tunes the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2)hours of overtime after ten(10) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay, except that if the j ob is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve(12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 Holidav Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christnas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Dav, 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). 1. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, 'Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day,Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). 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. IIolidays: New Yews Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. IIolidays: New Year's Day;Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday- Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Clustmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day. (7 1/2). S. Paid IIolidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9) Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). Holidav Codes Continued 5 Benefit Code I(ey—Effective 8-31-2014 thru 3-3-2015 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 IIolidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day, Day After Thanksgiving Day, Christmas Day,And A Half-Day On Christmas Eve Day.(9 1/2). G. Paid Holidays:New Year's Day,Martin Luther King Jr.Day,Presidents'Day,Memorial Day,Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,The Friday After Thanksgiving Day,Christmas Day,And Christmas Eve Day(11). i H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday(10). 1. Paid Holidays:New Year's Day, Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day(9). 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. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, hndependence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. IIolidays: 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. 6 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 7. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Clu'istmas 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. L Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day, President's Day; Memorial Day, Independence Day,Labor-Day; Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day,And the Day after or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall he 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 he observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day,the day after or before New Year's Day;President's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day; Christmas Day,and the day after or before Christmas Day(10).If any of the listed holidays fall on Saturday,the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. 7 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 7. S. Paid Holidays:New Year's Day,Memorial Day,Tndependence 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 j 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. Note Codes R. 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'-$5.00 per Foot for Each Foot Over 220 Feet C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: '... Over 50'To 100'-$1.00 per Foot for Each Foot Over 50 Feet '.. Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their O-,v Price D. Workers working with supplied air on hazmat projects receive au 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. 1 M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B: $1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: S 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 S0.50. 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 Idalro.These classifications are only effective on or after August 31,2012. 8 Benefit Code Key—Effective 8-31-2014 thru 3-3-2015 8. 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 31,2012, 9 REQUEST FOR MAYOR'SSIGNATURE Please Fill in All Applicable Boxes ` .Z Review �� to { Originator's Name: Mark Howlett Dept/Div, En ineerin , n: 5523 Date Sent: 13 a Date Required_ 4 r i A-35 Return to: Nancy Yoshitake CONTRACT TERMINATION DATE: Fall 2015*' VENDOR: Pioneer Cable, Inc. DATE OF COUNCIL APIPROV L: 3/17/15 ATTACH THE COUNCIL MOTION SHEET FOR THE MAYOR - if applicable Brief Explanation of Document: The attached construction agreement is with Pioneer Cable for the 2015 Vehicle Detector Loops Project. The project consists of installing approximately 68 traffic loops at various locations throughout the City. For additional information, see the attached Council motion sheet. *Work shall be phased by the City over the summer and fall of 2015. The work shall be sequenced to follow the progression of the City's grind and inlay program. Each new location will become available at different times as the City's grind and inlay project progresses, Work at each location shall be completed within forty-five (45) working days from the time the City gives notice to proceed for each new location. All Contracts Must Be:Routed Through The Law Department (This area to be completed by the law Department) 1 Received: Approval of Law Dept.: Law Dept.,Comments: 'k Date Forwarded to Mayor: � t Shaded Areas To Be Completed By Administration St Received: Recommendations and Comments: Disposition: ✓ f„12 r h;? ? F Date Returned: