Loading...
HomeMy WebLinkAboutPW15-205 - Original - Mulier Construction, LLC - 2015 Asphalt Grinding Project - 05/27/2015 O eco r s em e KENT Document W A H.I.N 0 T 0 N — 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: Mulier Construction Vendor Number: JD Edwards Number Contract Number: MIS - This is assigned by City Clerk's Office Project Name: 201`5 Asphalt Grinding Project Description: ❑'Interlocal Agreement ❑ Change Order, ❑ Amendment ® Contract ❑'Other: Contract Effective Date: Date of the Mayor' signature Termination Date: 9/25/15 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Joe Araucto Department: PW Operatoins Contract Amount: $64,963.30` Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Planing approximately 10-foot wide sections of pavement for approximately 35 linear feet on various roadways thorughout the city. d I i As of: 08/27/14 I: _. 4 ^' YYiYIWIWWIIJ YYIYWWIWIYiY Y f�IYYIYIWIiI IY ullll III Y I.I Y II 11 j ""."_" ^..^.`~._'.-_.'_~ i �nwwrrr I� II III IV I V IIII IIII IIII I I I IIIIII IIIIII I I IIII II 11 III I I,III 111111 ul IIII IIIII,, I V I I � I I � I '' IIII IIIII I II Ili I I 11', L II I IIII IIIII II I I I u II II I IIII I I I I I : , I ! IIIIIII IIIII IIII., I!II��II I � III II�I'i. (�II® I II IIIIII I IIII; III I I II I II Ili � I� .IIII I III II II III I IIII:I I I I'I II!J I I I I II IIII �I� I I I, I I IIII III I I I I I ICI I III I I IIII I I III III I I III I I v1 ®' nil 'aie '® I I I I I I IIII it III a Ili ;, II I I I I I I I I p l I III I II II I�I IIIIIII Ili II I I I'�I ,,t I III Ili I II 'I ,. I IIIIII IIIII: I� IIII I I I II ��;r. ® � 1�®�. III II 'I I I i 'IIII III III 11 II III I IIl ' II ,� IIII IIII tc".`I: IIIII Illl III II I I III IIIIII II IIII, ® � � '',' i IIIIIII I 'i i � I I'ICI III IIIII I ll IIII II I II I I I I: IIIII III' IIII III I I I 11 I (//A�1lII ��111 I I IIIII III(IIIIIII i I I�i III II IIII I I II 'II II I I I III I II �, I .III I I I I I I I II 'I I I �I II IIIII Illp � II'III� I I, I I I III I I IIII I ' I I II I II I ICI IIII I I IIII I IIIII IIII I IIII ,I I I , I I I u III. 111 I I I I IIII IIIIII III', li 1 I I IR1 01 ..:;, IIII II ri �I I I IIIIII I I (I'll I I I I I,�III III IIIIIJIIIIIIhlllll. IIII. IIIIII, II I III, I � II I I rl��0� � IIII IIIIIII�III 'J I'��II III IIII I I II llh IIIIII �I I I I II I I II I'I I I111 IIIIII 1 II IIII IIIII'. I IIII, II II Ill�lj`iil � I I IIII IIIIIII 11�I I I I II I lI l ll III Il it IIII I I I ® ' a 'I III. =1'I IIIIIII IIII III IIY III I I ill I!II IIII I IIII III III I IIIII I Ili II I I I IIII ;.I_ .III III'I IIII l Ii 'I. II I Ili I III III 'II I, IIIIII I II III IIIIII. III III I I 111 I II I I I I II III IIIII I II I IIIII IIIII II IIIIIII I III I I �I I III,,,. ,III IIIIIII IIIII � I 11 I I II IIII IIII,I I II iIIIILI I II IIII IIII I II I III I 111 IIII I jII If � I II I II I III IIIII I IIII II IIIII, III I ,L II, II I I I c I I Ii I I I I I I II III I'I II I I I I I I I I i I I I j I I j 1 � !. i l I i i i I � E I `� I r�3 � 4. }�� } I e�.Y 4 e' I i i Y'�:$�� PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe Kent,WA 98032 Fax: 253-856-6500 K NT WASHINOTON PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON 2015 Asphalt Grinding Project Project Number: 15-3001 i ADDENDUM No. 1 April`6, 2014 FROM: The Office of the.City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE .SHOWN IN BOLD, ITALICS-.AND/OR STRIKETHROUGH.. I APPENDIX Appendix 1 — Location Map REPLACE the existing 2015 Grind/Inlay Projects map with the.att ached. END OF ADDENDUM No. 1 f: Malls- Chad Bieren, P.E. Date City Engineer Attachment: Location Map 0 rn c Y 3 3 MAYOR SUZETTE,COOKE �' �° - f-- _ . - u a 1 r^"" `� �,. { -- ==- [5 �Z. .'- j� f f �� ( ja i + I� 7} i` IS i 1 ry ) � � ( , 'f ', �' �_ .L I t P. i'"� � y o _ t (� Q CO S{ Y 1 , �O N , I, IJ 1 �r„ 4: \ q w Z " �` t N ( -� P , ¢ a + ,.,�.�. _ - �/ / o >,.E N �� , $aA + 3 , t_ — � .. —�! 1 fir'" _ x` t•. ,`` _..,� -_- - -ZSI r s� Y i .. € '\E 1 �W I� sSw a. 's r {w L 1..,}., f i { ",t t_.;.a' t `oi 7.a •'•„""`.""4`I �'--.,_..._ , r •�: , +! ^t RS'4d,;P.. �� .a: ._.-._s _.t ..,._..f (-��r 1 ' i�,f' •,..L.-.t i. d .,._ L. �: ���'-- "i 6 ,' .(n( j'. ' ' e I E}. t u'�I `� I P I $j. F t § 4S'a-I r 017E -.:.jE F�_ �' µY t, ' €' �: n a x T w� /s,. t' a 066� __ / I j �. Y, N; t y i ; i f E (, t t ma's t �1.. r F "4 f f. 1 0'( I1. X - ,it & - I 11 ! �'4 uT' "t s ,c 1� i. ;� �tv;I_ 11" f{(ryf �� 1, 4 1 H..ww.'..,...ra :, �t:...y+ E ' Lu t i 1 # , 4 , m I ,1:I 1 Ir� �� ,,.a''"'7 1 1- I _ f £ V/II �� 1 ! j y } J,p�'�t� §" 'f- / '�£ ( l� il t 1 Q i y S and+�Z6` + m v�` S anh�i Z6� "' 1 k t (' t ..;s ^9�+ { [� I i I'1 ' r• i,' `w i q; E +({ t 1 s!` i a 5...��V,7�,� 1 1 , ! i f t '�k t r N I 7.+f !!r:\� Y. r,r I �1 il A - - $ ! 1 } I' ? t`;€ kt O c ;" I y. Qz Y �(' r ' 0- Y/ �_ ( a- € V ;s� �� ,r 4 ' N ( i` f N t -W 4 i e.�c�99 tt ..__.__.. .�s d004' _'-�( '—# :'>, -,- ;,• :'rr 4 i r,:i (n� 3- f § 'stSl^} i I _t�t I Ii ..:i t� .S r 1`� .t„_ v F d' n z 4,f f.'t L d ..Q., t �.s.__ _ I 1 } t .,:r .F l -_.t' ? „t P f h t^t.fi__ L spa R ; 3d' ,•_,_. ." - - ( 1 �v „+ r x - t ,at f illt I, e.w,r,, si 2 - 1 !' ._tea+`` J .� ■P" f r I ( Ca 1 ! t ",.a. {' , d ?t r p `f'. ,,,, $..«F ;.,JI P., F' L �r Y t f t E 3'^ ( t 1 t( , (A j �; II ' k f 5 ;� '1 rs li #} } �'11 - ,'�.:`.",..� i„` {'( \T^ �.�: ' ![.M.t { f 1 P�. I '"` O_. fig' R ll.i,,.? >% P pa 3�001g6 IpCjs+` �` Y N,E �.; p- = t fir ,` - �� _� ~\l IM1 D11 - } F t "^ e r. 1. t "'� / 6 y i,:.� ,llf'+=..•". •w a!` +^'f 'c/J 7»">�..'w'-E."r{�,. 77—"- `-• 1', Y �'-f,t t;, 1 i r /.p' `':.^'t ^ �""..` 51 � k �S i J S 7 P -1 ? p 4 'tF E , � \. I I­j­', !. , - _._ .._ _ :1 _�. 4 :_J_1 �I,_% v-1 �v �I �_ L. �'� t° _�] R-1-1 I,,C�E 1, giJ'Rail`road P F a I�. .:.. T:_. .L, A � � 4, ,r ry( S antl 9L - r ,,, ( h: �2 � F; 11 1 peoJ ieh 1- cv' rE 1 �,- — Ntl (, IE\ .F asp :- N yj`} 5 t E L',,.4f ,\.�M •^ f O _i /yam _�, 11 i1 M �l cn. � i x- I �—�� _'E ( N �)� Y�,� Y ..V.1,1"^ .� ''.S I� S.Vll�s- "�I .c �( ("}, I ]"ie; �. M1 .. _ - _ �_T_..+.._ f mj�, I rr�', r I ��, ` °' �RnI y ha��en Nt j E- � �1` , <---� S and�9 } i.x ``Wk I 1 _, ji'i �.(':. j,, a 4 t e , 4 � , \ t t r F. „i ...� f M,yt ,: •k t "I ( Mgt A ��. � � �� t,, � � n � 1. ( I I \ /;+ I \ \ .%�' } e 17 �� } VA,�, ,\ L - t t '< "a yP _ I, '=i`�tJM�"-, ,p t �t y ''fir .,: _'*y"" ft1"�? L " -, ,, . �',,,,_�_J_, _ _� , ��-I I" , i- ,,, I , I ��I � I , - ^....,....,"�,/'..Y 4.. S I / t `1 I I- 7t 3 7,.F.�,`,.1_1,� + Y) ^. .a+"t �,`� ;:a W„„„ ^'"".._ .s,•u a� I!�,__r i,�_1 1. .jr 4Leti\ •a, `1 �S' ,/'a '°"F.".,xi !.'� `•'w, s. ( ��{' ,?,.i,I .pd. i 1,.: I, (: l.G.Iiems\'-,, - \;i , ,'Ct 5�.5 µr ����r I� .. ,F,.• 1�w £-'- ..,,,�._.� \ _ I r za (• ,,.. } i \ _ 4i a ) (01 �V'+\\.i J- ,:r' /`J(�/dt { t' .` t N _.�. k i- [{ os!!,I 1�,. ..x E' �-Il� ^'�J1�I f M, .,° t-A•t kj# k t� 3 k.: 3.� —` .�,.�,_.,.m...=_...._} tC ( .Ilr `d t V 7 C�, P z t a Is s P(n F� E .11 � t„ - i�06 ' � �,., ( d., Ae�l ."�, i...• `` i_.. AF1 � r ,; S! F § y•' ! ° r�,,,,°,.....�j 9 1r"^__^-Y �._ � _ • f .� r r, S t�(V. { _ �p_ _' 1'� t. F. r f ,�._ �.� 1 f(I ,I+ i v r S a l I o_ �. r'"' r�, r K� } a9. ��`t�,__, E, g mi •{,.., ,., •-pp_. :`:i�....r ti,._'-"--_--�, W •! ?`\'r. ., �.}:: ;A. 1 ; f - ~s ,,......,---� Y') I .�( }3A X�n(. -� �- f ISM. {... I .�.•.a j, 1!@; �" "('---•S �(. ..,..,.- �•--T_„ t { f_ j rj... --_M % ._ j r .�" ai i ..._.. E } t�,. } �C- �4 ; �-S H a, �� ti. ,.--- (-- 1 r r.E � . o, �; ''Z!t.'.. 7 ,, _ s -�,-- ,ti,_,,_�z F. �. r?d ;�q r I - y.11 fw i (}, �I r '�i Q�IfT-j ..- L.t �''4 .�C =r, ( J iG ' 14 i'11 1 �.ti'l'`• ,_1 € ;1�_r•, ,Fa 'f ..,„ - '1 *n(I 1 -f H I-( .-1 - i L,yrs +..`�`.""' ': ,� Lco� , ..1/ It IP^ / n r- v? N li I 1 San �Z;�... `` i, S i{ ( �' 'o € _ U < '( N'.` .E t ? , II ,i"I ` ,I? Qom',Ile , it I( i ( f i Mtj .4_2,1 4�. 1- i k 1 I �'�F �• m ;p ['1 r l, ( t [1 °( ,,.1 A P.;, t aL + .•� i f� ....0C' i.. .. _,_,_ .l I.�.r�._�._ }>y�l/. °� i; f,..,, t. _„ 11 j�l'i .. Y; } 1 ,.� I {,...., t { � ,t1 i1 i i ( - *+ i l f( o- I M.i ! 3 f t. E ' z 4 r�.�',, `y<J „ Y .} f 1 � } , + -, _ ... I, 1 f Ii i -ii C1 f - N, !!),1 I, 7_. f`J d_.�....._ .96 ._. I r s s1 �f -- a r o f t I 1 _ 11 .,, ,f )� t i t �: Jf I z col.. - . , 1 i e, .,-.... t , ,.. a �. ....•-•• , TAB I NDEX Tab 1 Bidder's Package Tab 2 Payment and Performance Bond and Contract ' 0 Tab 3 Table of Contents Tab 4 Kent Special Provisions Tab 5 Location Map Tab '6 Prevailing Wage Rates 7, CITTOF KENT XTRO T , R. ph It 2: o_ S As a d rin in r ct oje roqe W.5-30,01. umber, I T L TI m b � V LR T CITY F KENT CITY HA Kent, WA 98032-5 .895 TIMOTHY: J� LYE, ORS , ' PUBLIC. DIRE TOR AL KENT W A'S H E'W G T''0 All 'BIDE R'S NAME Mulier Construction CITY OF KE NT KING COUNTY, WASHINGTON KENT SPECIAL PROVISLONS FOR 201:5 Asphalt Gti,nding Project Number,, 151m3001 BIDS ACCEPTED UNTIL April 14h 12015 1100 A.M. LAID OPENING 1 MEC)IATELY FOLLOWING DELIVER TO CITY` OF DENT, CITY HALL 220 4th Avenue S> , Kent, WA 98032-509s; TIMOTHY 1. LAPORTEr P.E. PIUBLIC WORKS DIRECTOR KENINT 1NA.SHINGTQ;N Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always,Verify Scale ORDER OF CONTENTS Invitation to Bid Contractor Compliance`Statement r - 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 i City of Kent Subcontractor List (over $10oK) Subcontractor List (over $1 million) Lj Contractor's Qualification Statement Proposal Signature Page Bid Bond form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract f Table of Contents Kent Special Provisions a Location Map Preva i l i-ng Wage Rates INVITATION To Bari .Notice is hereby given that the City of{dent, Washington, will receive sealed bids at the.. City Clerk's office through April 14, 2015 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. ' All bids must be properly marked and sealed in accordance with tlis"Invitation to Bid," Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following. =00 a.m. for the City of Kent project named as follows: 201$ Asphalt Grinding,Project Project Number: 115-3001 The project consists of planing approximately 107foot wide sections of pavement for , approximately 35,000 linear feet on various roadways throughout the City of Dent. Planed areas, shall be an average depth of approximately two inches, The Engineer's estimated range for this project is approximately $60,000 - $90,000. Bid 9 _ ' documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at (253) 856-5,508. For technical questions, please call Joseph Araucto at (253) 8 C- 5664, Bids must be clearly marked "Bid"with the name of the project on the outside of the envelope, addres sed to the CityClrk, 2-20 4th Avenue South, Kent, WA 98032-�5895. Only sealed bids , will be accepted. Na facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents i now on file in the office of the City`Engineer, City of Kent, Washington. Gcpies of the plans and Dent'Spec[ai Provisions may be purchased at a neon-refuridable cost of $ 5.00 for each set. Plans and s t ' o charge at p ec�ficatwns can ai +a be downloaded at n ntvva. .o v rClCuref'ent. Copies of the WSD'OT Standard Specifications are available r�uw�vlte p, , for perusal only. 1 A cashiers cheep., cash or surely bond in the amount ofS/o of the bid is required. .. o reject an and all bids on arr or all schedules or alternates ery es the right t y - The Cat of Kent..res . , J _ �' Y 9 or to waive any informalities In the bidding and shall determine which bid or bidders is.the most responsive, satisfactory and res onsible 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 IVo,. 1124E No. bidder may withdraw his/her bid for a period of sixty (60). days after the day of bid opening. Y _ Dated this 25th day of March , 2015, BY: 4 Ronald F. re,pt�r Clerk Published in Kent Reporter on April 3, 2015 Dail Journal of Commerce on March 31 and April 20�.5 { _Z%AtA 1-- r-_......,.....t'`:... J;4:..:.... A..—..---+epee tAKAnAI kVtA/n nnrn_©hAinvc VCrl{'v.c'nn la . DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City Of Kent is committed to b6hforM'to Federal and State laws regarding eq U'a Ir opport.unity. As such, all contractors, subcontractors bcontractors,and supp'ller-swh.o perform work: with relation to this contract shall comply with the regulations,ott e Cfty!s equal employment opportunity policies. The following`questions specifically identify the requi'rements.the City,deems necessary for any contractor, subcontractor or supplier on this specific contract to adheretto, An affirmative response is required on a1l. Of the followina 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 co'nsidered' a breach of contract and will eat the,.Cjtys sole :determiriatlo'-p. regarding suspension or part ;o co �c Or terMina"tion'' for,:all f the contract t, The questions are as follows: 1., 1 h alve read the 'attached ,City 1of K t-adm[nistiratiVe policy number 1.2.. 2. During the time,of this contract 1 will not discriminate in employment on-the basis:, ofsex race color,, national origin age or the presences of all seln ory, mental or physical: disability. 3- During the time of this contract the. prime contractor Will provide a written statement to ail new employees and subcontractors indicating'commitment as an equal oppolrtu,nity employe' r.. si er- hiring, -the, prime contractor, W.111 actively, 41 4. DUringthe time of the contract, consider a°nd promotion of women, and minorities. 51. 136fom acceptance, of this, contract, an adherence statement will be 'Signed by, me, the, Prime Coritractor, that.the. Prime, Contractor complied with the.: requirements as .set forth. above.. By signing below, I agree to fulfill the five requirements ro-fereiinc e'd above. Dated this ---1 3th day of April ,015 By 16—nn 8 Despain\j For:'. Mulier Construction. O Title wner Date: 04/13/15 2015 Asphalt Grind ihd/Araue-to 2 March;25,2015, Project Number:; 153001- Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cbm-Always Verify Scale CITY OF KENT ADMINISTRATIVE _POLIO.Y NUMBER: :1.2 EFIFECTIVE, DATE: Jan. uary 058 SUBJECT.,,' MINORITY AND WOMEN SUPERSEDES April 1, 1996 CONTRACTORS, A I PPROVED BY Jim White, Mayor POLICY: Equal employment -.form to q ployment app,ortunity requirements for the City Kent con federal and state laws. All contractors, subcontractors consultants suppliers of the-City must au.arantee equall: employment opportunity within their organization and, M within any given if holding contracts with the C,ity, amounting t or more n 9 0 $101000 year. must take the fo-lowng I* rmativ'e,steps-." i affirmative I. Provide a Written staternent:to all new employ ees and s-ubcontractor-s- indicating commitment as an equal opportunity employer. 2. Active y promotion h and va?n"c.emeritaVaIlable,'mimorl Jes-and t women. I - c6n--sid0r' f6r'p' r6m`P t,-!' a:'- a d it" Any contractor, subcontractor, consultant or supplier wh:o, Willfully disregards the, Citv`.s nondiscrimination and'eqlual :opporturiity requirements shall be considered' in breach, ,of A- contract and,subject.to sUsperiston, or teftnibat lo,'n or a. �qr part of the contract. Contract Compliance Officers Will, be appointed by,the,,Directors of Plahning,, Parks, rks:,, and Public Works Departments to assume,the following ;duties,for.their,respective d ep' a etm e n t s I. Ensuring that,contra.,cto-rsi,subcontractors; consultants,.and suppliers subject to these r6gulations are familiar with the regulations and the,City's equaleniployment opportunity P olicy. 2- o . � d local"laws Monitoring to assure adherence federal -state and ,, polid'es and. Monit dherence t, guld61.1,117108. 201.5 Asijh.aft..,LGri,ndihg/Araue-Lij 3 Project Number:: 1,573001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see,www, ,.bxwa.corn.-Always,Verify Scale ' CITY OF KENT EQUAL -EMPLOYMENT ORP0.0-UNITY, COMIP'L NC awarded the contract. I. the und.ersiped, a duly represented agont of Grih,ding.0roject/profett Number: 15-30,0 1 that w as,entered intooh 'the (Date), TBD between the fil rm I represent aqd the City of Kent. Dated this 10 ~776-eyOwner 04/13/15 ` ' ' mx ' 15 ` p~ | Provided to Builders F�otAgreement -r~'-`�^ �r�^~°' - �~ '~ '~- ~-`- -~~ ~` '`r' ^` ' ,'— ' ' PROPOSAL TO the,city clerk City Hall Kent, Wash]-ngton 98032 The undersigned hereby certifiesth'at, Jen Despain w/Mulier Construction,LLC has examined I I the job site and construction ,detalls of the work as outlined on the plans and described in' the specifications for"the;project named 2015, Asphalt Grinding" Project/Projett Number-, 15-3001 for the City of Kent, Washington, and, has read and thlorou-gh.l,y,understands:the:.plans. and specifications and contract governing the l,work.embraced in this improvemeftand the method by which payment will be, made far"that work and hereby proposes to u:ndertake and complete the'Work embraced, in this improvement in accordance with the bid z.n'dcontract, and at following 'schedule of rates and prices:' NOTE i TO BIDDERS: ,1) All bid items are described M the Kent S:Pecia�l,. Provi-s(Ons;(KSP) or the Standard Specifications (WSDOT). Referenice the Section No. listed, in this proposal, where the bid Item is.,described. 2) Proposal items are numbered in sequence bdtl are n:o'n-crontinuous- 3) Unit prices for:all items, all extensions, and tot-ad amount of bid must be shoWn. 4) Sho uId b.1d, itern-s, with identically worded bid itern ,d-escriD.A.).6m, s appear Jp,, more than: one schedule Of`;the proposal, the bidder must.bid the same-unit price. The City shall use the lowest unit price submitted itted by thebiddrer�,for the items in question in each schedule,where identical b-id item� description- l a I ppecars, Bid Items With, identically worded 'descriptions which ap pe'ar i h more than-b e schedule a ji,tian denoted.with a.n asterisk. EXAMPLE SCHEDULE I - STREET 1TEM SECTION APPROX. ITEM UNIT TOTAL —NO, No. ANTITY PRICE AMOUNT 1006 2-013.5 100 Roadway Excavation, $14.00 $1,40 0 M WS DOT :C U YDS Includ,ing, Haul' Per CY ------------ Any bids.notfilled out,properly maybe:considered ion-responsive:1 - 2015 Asphalt Gr-Iriditig/Araudo 5 March,25,,20:15, Project,Number:. 15-300.1 .Provided to Builders Exchange of WA, Inc. For usage Conditions Agre'ement'see,w,ww.,b,'xwa.corn-Always verify Scale ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO* QUANT,ITY PRICE AMOUNT KSP 'HALF DAYS Per HD DOT ' � ' ~ �Per cALJ� - ' ` ~~~ ' ~ ~~ ~_~^ ' Corrimompriceto:011,bidders, Schedule I 64,963.30 ' Total ^ ' ` ` , ' ^ ^ ' ` ` ' ` ' ^ ' ' ^ ' ' ` ' ' i6 | Provided to Builders ofVVA.'�o For . . . . SUBCONTRACTOR LIST (Contracts over :1 mil ion,,,dor ;a,.11 $ Name of Bidder,: Mulier Construction,LLC Project. Name:: 2015 Asphalt Grind'ilIg Project 01 Project,.NU-mber: 15-3001 Pursuant to RrCW 3.9.30.0601 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,eating ventilation, and air conditioning.- plumb ing;41ng1* an0,electricaL or to name itself for the work., Failure of the Bidder tosubmitas-part of the Bid-, the names of such.; su.bc,o.ntractors. or- tb .name itself to:;perform such work or the ,naming, df two or 1;it o re:sdb Cd"n'tt'a ct or's to perform the 'Same work shall render-the Bidder's Bid no°n..!'res'Dolr,tsi.ve and, therefore void. Heating, ventilation, and Air Conditioning Sub-.contractor'Na N/A A me,: Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A April 13,2015 `Mqature f Bidder: I Date, 2015 As I bhalt Grind ing/Araudo 8. Matith 25,2015, Pm rn ject Number:. Provided to Builders Exchange of WA, Inc. For Usage Conditions Agreement see.www,.bxwa.com-Always Verify Scale ' | THE-CZTY'WZLL REVZEW THE COMTRACTOWS RESPONSES TO THZS FORM TO DETERMZNE WHETHER THE BXDDZNG CONTRACTOR ZS,RESPbNSZBLE- TO ESTABLZSHED BY STATE LAW AS WELL AS SUPPLEMENTALCRZTERZA ESTABLISHED BY THE CZTY THAT AREAPPLI ABLE TO'THZSPUBL WORKS THEBZDDER SHOULD' RE-AD AND RESPOND TO THZS FORM CAREFULLY. the coritractor�s' ability to perform and complete the.contract wo resporisibly an:d-to rk ��taxpayers to administer its b�,uldl.gets.and complete.,its projects Jh a businesslike form used by-the American, In,stitute -of Arch]I tect.sA,, T I he,ci.I ty prov-1 id'es these criteria- so as to providelhe,most objectivefeam' ewor"k possiblewithih which'the city Will make its T hese cri,terla taken together. will form t he basis`kr t,he.,city's,dedslion that a-blidder forth in thitAl ,ualification stbtem6ht, -but th,.,.at re-qiubst may on ly be made Within 48' hours. of the,date and�time,that,thehiddler first o-btaln-s modified, ctiteri�i.- id manner, .Acco,r,d,i,n I gly, it�hasa duty to exercise the.type:,of i"In qu1iry pri-clAiscretio,'n a,deli- ors wtittehhotice to the bidder'that ! bidder-~the bidder-is' not,responsible to perform the contract work to a.p.pea,1 the,,cl-ty's, , — ` ` to the sin 01eilferriedy bf providing the city with ad'd.i.Vona I i-41 fbtm�tib n- t'o :b,.O-considered, ~.. ' ` Of-any kiri'd or n,ature, is availabl'e-to the bidd'!,n zne _ ` 9 2015 ~ ~_- ` � ^ ' \ Provided to BuUdm�� Inc.. For ' 1 4.2.2 Are there any judgments, claims, arbitration proceedings or suits - pend"ing or outstanding against Four"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? 4.3 Within the: last five years, has any officer or principal of your organization ever been an officer or princcipal 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, g"lying 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, fist the major projects.your organization ha completed in the past five years, giving the name of project, owner, architect or design engineer, cdntract`"amou;nt, 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 thei past five years: 4.6 on a separate sheet, list.the, constructia"n experience and present commitments ofthel key ind"ividuals of your organization. 4.7 On a`separate sheet, fist your major equipment.; 5. REFERENCES 5.1 Trade References; 5.2 Bank References: 5.3 S u"rety 5.3.1 Na ne of bonding company:,; 5.3.2 Name and address of agent: -6. FINANCING 6.1 Financial Statement.: After bid opening, the City may require:the following financial information from'.:`any of the three apparent low bidders. If""so required, the selected 61ddelr(s) must"respond with this financial information within 24 hours of the City's requestr for that information. The City's request for this' information shall not be construed as an a'-ward or as a"n 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 Asphalt Grinding/Araucto 12 March 25 2015 Project Number:, 1.5 3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale: 6,1A Attach,.a ffnandal statement- preferably aq,,dited, indudina-your _t ft h h e organ-it' a- tion's latest balahceshee"t and".11b.conjesta--e-men � s owing folJoWing ftem- s�.' 'Curre' ftt Assets ca-shf'jolht�vehtUre accoun.-s. receivable, h,,,Ote.s recelvabj,el ,atcru'ed "In- comej d Oposi t s m,a.r teria.(�s­ inventory and.. prepa(d, eXDenses)��!. Net 'H-ked Assets" oth er:Assets' C rte­ not ued, U n :Lia bilit'16S Accoubts.-ptiya ble es payable accr exp.enses, r o. i t 'aid cot� atOlued ,�salarie!5 and y, io:n,, or income :axes;, ya h ca p ita I I ca p it ock, taX6§)'Other Lia bflltfiesfeo� st, a r:va ue,s, earned sLi r I s�,a hd :a,u't h orized' 'and'-oUtttandi ng sh a ies' p I p U _Lt,ta''t �'t d 1.2 N a m e. ari d- a d d ressbffi t ire -tt h d f- m p paTing a., a.c e �..Tnalhda emen a In A altlo�thereof 6rr &.103 Is the attach'ed firia h dat stat6iinent:,forthbi : ldehtic�l ganiza lom -ed,on pa ? In am g e o ne.7 a- te sibifityb f the 6.1.47 If'not, explain. the relatioln-sbilp fi'h'a-nc. i,' I T spon organizat'lan whose.,ft 1 ateme t. f4ed (e parent- nantialst ji, is prov, subsidiary). wi. :t whose f I nan cla 'staterrien't it:atta ch ed a ct�as �6L.2 11 h _a njZat'j'o er Qrg ? ht.orofth rit d or- cons:rUdion. gUa ra e c o 7. SIG 11MATUA,E, 7A Dated at th-­ _day o Name of Organiza,jio,m. /"\I (A LIA Jl,�# By: 171 le',: EXA) ffiejr 7.2 Y) ;b e1mg U y';sworn :d ep-osesa nd .say' s that�'the d 'I vided.herein i.I s I true�,'aqd uffide.nt,ly, corriplote,',so aShot,to info ti n o,. S I be m,j_s,1ead'i.ng,. subscribed 'and n�b Wor e, I Ahis day of:� kLl 2 0 Notary Publi �IETH SION MY commi$-sion Ox ires,,. __[19— OTA =0 + Ov T.'s ;�O': 5 Odw 2015 Asp,halt-Grindlitio'/Ar�atib.to 3, j, T'A 10111't.OGAVT�O'k Pmject Numl er: 5 3001 //j op WAS Page 16 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify bd&%\\ MULIER CONSTRUCTION STATUTORY REQUIREMENTS CITY OF KENT 2015 ASPHALT GRINDING j ITEM J-* See Attached ITEM 3:2: 603t391-521 ITEM 13: Industrial Insurance Account ID 315 29.6 ESp#00-02442-OU-Q Tax iD#:4.6-5 fi6609 ITEM 1.4: Mulier Construction,LLC has not been disqualified in the pasfi three3)years from biding an any pubfic works contract; under RCW 39.06 010 or 39;12.065(3}. Jennifer"Despairs,owner(Nlulier Construction,LLCj ITEM 2 ORGANi ATIC}N 2.1- Mul er has been in bu oness for one year 2.2—Mulier has been under its.,.pre.sent name far on+e year 22t2-No pthet-names; 2:3 Multer is'nofi a corpvratio i 2.4: llpl�er is not a parfiners, ip 2.5--M lier itindi0 11y or ned 2.5.1 Qrganlied 4/03f 5 2.5.2 I«}v+ ter-Jennifer Despair► 2. lU/a ITEM#3 LICENSING 3.1-Holier Construction's trade category is:NAiCS code Z382S0' 31 ashirvogon$tote: U.Et�1k EXr ,,ERIENCE F i ITEM 1.1: See Attached ITEM 1.2: 603-391-521 ITEM 1.3: Industrial Insurance Account ID 31532900 ESD#00-024142-00-0 Tax I D#46-5366609 ITEM 1.4: Mulier Construction, LLC has not been disqualified in the past three (3)years from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Jennifer Despain, Owner(Mulier Construction,LLC) ITEM#2 ORGANIZATION 2.1- Mulier has been in business for one year 2.2-Mulier has been under its present name for one year 2.2.1—No other names 2.3 Mulier is not a corporation 2.4 Mulier is not a partnership 2.5-Mulier is individually owned 2.5.1 Organized 4/03/15 2.5.2 Owner-Jennifer Despain 2.6—N/A ITEM#3 LICENSING 3.1-Mulier Construction's trade category is: NAICS code 238110 3.2—Trade names: Mulier Construction, LLC or Mulier Construction ITEM#4 EXPERIENCE 4.1-Mullier Construction is a company that offers asphalt milling, pulverizing, planning,saw cutting,and asphalt removal around utility hardware, catch basins and storm drains. 4.2—Claims&Suits 4.2.1-NO- Mulier Construction has never failed to complete any work awarded 4.2.2—NO- NO Mulier Construction does not have any judgments, claims or any suits pending against the organization or its officers. 4.2.3—NO—Mulier Construction has not filed any law suits or requested arbitration with regard to construction contracts. 4.3—NO-all contracts have been completed'since in business 4.4-Construction Projects( a few listed) Work In Progress Grind Projects Project Name Owner Achitect/Design Engineer Contract Amount %Complete Scheduled Completion 1-5,Portland Ave to Port of Tacoma TBD-Start WSDOT Hamilton Const Co $25,233.20 0% Rd-NB HOV 5/1/15 Sewer System Replacement& TBD-Start City of Everett.. Interwest Construction $23,804.70 0% Capacity Improve M-Ph 1 4/20/15 I Bear Creek Upper School The Bear Creek School JR Abbott Construction $3 964.64 0% pp , 4.4.1 350K Complete ProjeCtS Grind Projects Project Name Owner Achitect/Design Engineer Contract Amount Cost Complete by Date Comph Mulier Green Connection Harrington Avenue NE City of Renton Northwest Cascade $8,270.63 100% l /1122/ Dunn Gardens NYS Enterprises ?? $3,790.00 100% 2/23/ Jackson Park Housing US Navy?? Chinook Properties,LLC $6,133.50 100% 3/16/ 4.5 Completed Projects 3Mo N I 4.5.1 N/A Mulier has only been in business one year. 4.6—Key Individuals of Mulier Construction 1.Jennifer Despain Owner/Estimator 2. Dan Gradin—Superintendent(5+years) 3.John Forester-Grinder Operator(25+years) 4. Nick Pleasant-Grinder Operator(2.5 years) 4.7—Major Equipment 1994 Kenworth T80;Dump 2008-Roadtech Grinder 2009 Lowboy XL80 Trailer 2010 Roadtech RX-500 Grinder ITEM#5_—REFERENCES 5.1—TRADE REFERENCES Jason Markel-Pyramid Materials 425.757.0761 R.L. Pierotti-Pierotti, LLC 206.920.4142 Jen Fury-Fadco-425.643.1350 Marty Mitchell-Kingdom Hall of Tumwater 206.786.2988 Paul Boysen-ICON-509.993.3023 5.2-BANK REFERENCES Kevin Currier-KeyBank—425.4332511 5.3-SURETY 5.3.1 North American Specialty Insurance Company 5.3.2 Eric Zimmerman,Attonrney-in-Fact 925 fourth Avenue Suite 3200 Seattle,WA 98104-1159 FINANCING ITEMS 6.1-6.2 Will be provided upon request �:.; ... ... •. .`i d ,:�.. >. .A» `•'},v..F il "».:v� » •ar»»3 k�v' ) 4 .a a t z"•,. � a,�. Y. �a v�, ,..t. ,.F t ail ,s .s ,t. +n ,`� a, "'1., '� vZ �• a_I .tis`" ":4 'Y '-�.�.Gn. xX+ .., •;,mz + '-?e P.: �i 4...:.n4.z..�..},. .w, f , .. .' ' .0 .. m.,r ,> ,. n ^..... �- §.,�3.,.r'�... ...id. , Pa::-,:rS,x.. ,. .ry a,.,,ilT..t .,.F......,, ..�`",,....... .'�>i.�,.<, ,.. c.4.. ..,?�» ,.7»�» •�, t,, y,5 m •C to X .£` "L. Cti,~;~ .,� R L ia v.p,tn, ,,a,.•"='a..rt+,,..». ads•. G ,'.:t, ,d::+ry d\Ct+zttCCt \ ,) :�- :nak 1 'aC.., ,? wnG =�. .?.. n..,,'•1d._m?C. ,..:� ..X4 ,�\ ,�:�Y `N`l?k,�.,,.��,a e'4»,.R,S+ilv?.• »ail' »il N S» z'rT ,(YES•h•'` ) '^,:M ': � w. •t. e,`�... �a ,a. ,.m ,.MG, 'rF, N', ,k, .a 3°a=Fx,t b ..� »e� :h'.t..r`,4,. .az , v ... .,.••..}, ,rv,,.,-z.vz+.a.,.'• n, \. ` ) (..a, u1. +.AO, �,; -��" a. e� -"��>.. �«. "?.`.+ `•�Gx. '7„�a..,)t ifit:-ae r„.iN d "�i}`8+k ,,•,. r t a,a+ry '�,, ,� �,. 'xtr, m� a. ,�a", a .,� �`XaF," r..., ) a� 4. .vt +,`.,».. ,*•,�, .,>.il; A\.,\, ,3z`a„ v.,x.i, (" k_ z r,w. >il Ne '!'a... ,,K.."n\i' .,,.,«,, 'r .,Fe. ,q, x•F .�• „�. •t rev G... ,ra...,t$ F&\ .7t,.�,,r`tnz,t r,).m...r•,a :�:,t,e .<rn,-»'a. �`»:'rts`ws, v,z.e) '�w",ar,» �c'� x�2. �., $ a ,c �.. •i a �,�z'm"F2Ft m� .d`,•^ ",. =�T.. <.,,•._ '�`. ,:;..,....F`...�_,':+ a�,a 2,, .. `a :•e�`':^n«, r;i ',r t � �.a• '�x t ,,ae• -tT.z .�.,: `2 e3•gx.=Y,'i 2x e n ( .>�i �. "t_ .a rx". x a :,\',• \� ,,� {F -7;,,,r,+x�� ,au, aG?a...„.��.,�.,Z- .L 4.r x S e.� ,1,.L,$r+ 3 f 3`= `kn=n a '�X,»v�� .�rs. «•.a`m «}.• ..z„...2. T v. • �+•��` .ta�' Y'�2' 2 haw,•=a .2.. "+ra ;2•,r-'.as, ,}r,.\�(('�„� X•; , :r< G�., :im .��,, '�,� '�,., 1 �`}•7T =a v � :•�,.:, �•i, a��. F` Yr >3 -# +e a x �`e dxT,=.».�.v. �"�> '•r�y "'='�2 c. w-G�*.2 >2` a2 r�� �';a . x: a„� -�:..'ya,. � ,F�,:r\"n �?�€�,'3...2 $ °.. ��.a�,`� `m., :,M+,:r yr '�.,'TF2 2+r:'�T.iet a;.«,:.,at.y$F k ,�.\F r�f r�a,'ra�° )y.. ��;� R .v��k .>\,. '.��� y" ;�i11 °�t, ,•a X,�. '�' "`,a,�, "'�, u"u a� � n €w1*4'��' r a> �."yd,a m?��•.a�, j "1, "F., a �r3,t.,,�t,.r�'"..r. ..-*a a_ itt `L3,v� ,r; `2r z> w a,2 �^..$. �' X,i��t: :'.� �,`F� t, taF�*'\�t�C�,a*�'-'•:v,�.ykr� 'il�'c"p�`i'!t� vt;,K 2, C,'k 'z �a N +��t'r. ,�•„�3,,� �r •?> � .,�+, �' .1qa. `d''� �.fi`S:r�, 4 'a �. �a» Fa\,n«x4 'S:;G �+,� �a, �.�^ \ \ ;...r t^•;"�1,� aa.a r� =,t2r -: �` ,a. rye$� � �,,„" ^S^p �.r a'� &r•zF<., ,Il+aY cure,,..r.s..2 a `,�, -a`Y ,•\�'- t 'a„ v 2�M'�?a c�,�,,;>,,.•���,,` ,`ar,r< m€e w. z\•...."u,;r,y k�.,. a 4 RC m'•T.�2:�••.'Tri9.aa.��.\ �na,F;s enaaCa t. 'tit'\� ,"�, x+Cv ,ye. a:3r .G. ��++,, G\. v`. �•�'f F�» �.'t- vt -\ P '.ata`�` •"'�+.. `�.(»: •'?:: �•�^,.« u� t(n .:52+ "�..!f.z`)P,^^. �`C- $• Ewa y 1 4= v=.2 .,2,. �Y$"»`n ,!ZT• =n�6`€ � r`; \ ,�:... ,r`. ?.�, r»��"W». FSa +�»'�:• r:�T u .a -tL r �.. .,;f. i`}at.�i�`x m a w, a, Y v��� G•�,�„�^» :r�'«+-� ,�,1 "`�'a<� �, t; ��; .�>a'x ," °�t` �» s x2�a�'` -N 3 2 ha• e,• 2 �: \ Aa•kz.:n :2, k+' '�``a v« x� ty.. Q 3v. �F.`� 2` c#�.•" >"T',."'R �A:' ,,t+• �� n,., ..� ..a ,,<:°-i, 'n' a:����. :t '\� 2` �. �• �� � `d�G`"� C ','yt ."'�. ,'�,>�3a?+,..}�."tQ:,fix..t,.\�T.;='a\u•+., ,�\„ `�` ,�` v.,,.v ",���_ ,_� �, �.. .3y»,,e• `;`.S3a.` �, .2k, ileS lk,.:�..,acYy4 G,F�.K"1"".n :h..zgn vcaXt „� 4( .."\�''" :�" "'� 1• ar,\'>,��-. `�)'C' � �� t�,`"(",4.`d\\�"a�.h•- -.l' Q. ,4R'� R.,w L ,'v\. �. n'Tr1'1 ,F53.-.a}{..5rc. -..N,P ..�".�x1W�``"�}+�. u yaC,`^�y,"t � °A ',� �t t� `• ';•"�e• �3' � •4r? ci ar,ac�.. 3`.. ui.CF .: t�,ka,T. ,�..W1t� �, a a aLr'".'w -�, r• .�.`?�t`»»m>» -.�"i•A�`�.^ _3� ) a,. +.as., Ax•'... v _ v., ;.�`�x1; ,>� ��...- 2.. �.• a m. "k, `kx�;`` �,s�,. •!� a "?„.rXx m,m�, �+�xv�^x,t•,��2d. .a>•`pil,t `3a vxa ur \3` il,» 3 'Y "'� �`.`��. �'• d `.a` •N.v.+,3,,.s•Wrz!�rh,r, +' �_F" tad' ti a �� 1:' Y..M.,v3`v .a ,:as+�� �, °�;, «�1y��gg�°''.,� �� �� .fir ��t.• 2a .t.�. �,rr�"V�a ,�X_e .�aa�4W, :� ��T�.*y •�': m\\ •, k, �L- �,.2.< *•<=:�x`�. ..M:#_,�-`t�,.r'. .r�t,��.4 V>rf 4.�a�k{ ��;�.)F����,u G�,^ .� �e,. �t f. F;: "� �^ ;� '�".�3F�t`i � ^t 3���e�c�"�.;`�<• .��-. i. �` Sex• •�,, u^� ,�: �• fat �z^', r 3. ,.x,a�F a r„ \.,"F� ^Y,-. r�rc+x ,t ' „X`xn n ^eT -*'.n'�T'e` •?J, v re•.„ ra 1 e•�1' S ce,,i K. t,,, ��:•'C'"3t� - il � v( ,� � '6 �, '��"" �K'»K> '�' 3:•t,>"v k ��",(R�T•'3.4+�S.S v� .�: A 3:a'M�ti•. u�".'•��, '('�, ��"Ja\r 9. .g,� ,:L i,. as �2 2 S,,t�` 1d`(��,,'il>Y'''('J. `�Sp��`�.t.fs.42,.�ra.•tr ���&ts'z����=N��2'A>�� S �+'a„ r � � G. '� <S �+�•. ����'Fq.,�„�+�'�t,xwr t:�}�+� a= ��} k2�� t'���k� xr'� \. �-, a \� r? ,z ,s"ta �?z*,v.�t°� ,�� `°�' �..`� �����r•'�.:�aG�>3�•t r"e�'3q�ot?Y�v,a+ u a e w\ � 2 ��.�'� 2`e2 (�..•�:.X�� e,�..k� 2 a r, � -.x ti.� `� •.�";.,�+1x�t:"a,•� a,:'�'1.F�r;x 2.?.,i�. � 3`>�`.. :\e> �F� '"`�..• � �2tF. .�am�`.a�`:� �.,_•,;.e.`rt�a '� ,G,, ,Y• Z� s" .3., "F »�,r.» .a,; :\'s ��mt».s.T�k-+a,. ..S`1RnSt;,'tk` ,,.,3• �,.Y 3 ry s•�. -f ,r.. Tr x a,X�`'L: �•.�... >C" `eY^ .c";e•;s�am"a�+{a'r �uSi+\�..a�a\h.Ga -„ >,�. •"� _ x•a •\. -i,' a ilk•, T<e,,•,: �a���`.�a�,�4k `23 � '��t^ ;�.,. •.,T, x r�i^.,v�`.�;r�i' ,m. �i 2>S,•v,Y 4�aC_Yai 1\Y"�:`C- ,�,I�n f�',^, `� ,.�wCa�£• ��la�.' ,�+ 2.\•'• 3 ,,�a�r•`, eY'='`.'.e',' (w:,°a.`\`'r�1 i,,y,,.'.,: .`vta�:. u1�y �� � � s a�k.,� '�,-'$»•_.�,a. � r a q'ee. �. � ni"`.=»`Yil rr�,s�ic.•� }.i t•(+'>r:s�'!\4�r >�\., 3 �"! kN �$ v%"'vy, ` � p` "3�''v, \• .P. .R e��2 k�z��il'4 RX'+l`�i adrsl... ?• �.', �- Z���`,5� n\Y `�� ,�;)t�T. 2.•, vR' v.G$'a'�1• .`Q'..\..�.«t`...)s?3'av-.A�,`4o}.tUdti.. c�+ � `�a al �, gay.. `� aria•, � :F�� �. 2..,,, �'�,ta,��L�"..,a4,,..�-na `'-���»., a��,h ";.�: i^,�;C�^ y.' $,• a;.." _ ak„, `� '.i�x., m�?,,t•� 3r'. ,\ •\1 v`•at�. '� F. '� ",?» �}. l?'tR,aG,1"1.,!•.'•FzgM�.+�u> ,iaY,YI.`^w. "•(` mii�,:k:,±�"'t :.,a Y. ,�'�,���, ,�� S�\.� `� t. €� �' �• »a,. '� »,.,h\:kt+�.' F r .'G<'z., ( ,..F�£� m3ea„-:..I,� �F A h 2 � t• � =C ,k �i,\,< �' � $14, ���}4 f F'v''' .•-3.�'a�il d..t Cv � �' ,..� �'i' ham, +v d \�\.:\r 1.i. q.t•a, �` k ��:>�� ��'a 2�:`�' � �. -a c to,. y��:,;> �x .r ��„�;t ..,a� �2 ea'� ,3e.� ate;. ,�....'aF,+ v.�c. @a, �`'�t• .� � a `'a` `�, �^3x">.., � :1'S��' ,ggma � kt���',s". �•,`�a,. y. �Z-'�y.-, r`�, 'a' 4 .. »�,, t�^``��, �' ..2.•, a�x �. \. .�., x.e^�F`,»\..Y fi' m1 fir. "e. ,y�� 3 ,�,,.a_ "„» a\^8 .'tY 'vim,= Y2',\ '•p�. (,�N t•ti�33C+�.�"+ G'2,� C\f"(: 3�,• t1 ,.x x• k a ��< .t,X•`�,aa ,\. 1, .1i?,.-Fx�1�', m ,\ a,�.V �?� G, FX (^`."h.r... Tic��Qtanm "'?. C'R r`td� T�a'•��� da. a aN'•" e� .2"p� .r\r ,� .N -tav,G. >� F.�,,`3 `Sz ��. x� t'4 \- 'v?,tt\ •.»`x, a1 C Y3 f, i n-.,:k,- t- •s 7.k. .,�. 1�. l(.�, L `a; v'.' �� k»s=;hvrk.4 .,X�S .,�',.�.T„,,. .'e G�. ^� .,a�yit,•a �'.a � Via.�\a.�: m, vac..: 4�,+, v{ .X.t•.�: n. a\ `v�.) >�' ",">^ -rvS�na�S�+;^h�� .�+" 't��,v', '��„r ��:��. .�\,,h ,.,< ...�•., r�.aa -aY �,� as ��^ .,�,..' n4�Fa�„il a a•�"a„il a,ae��F�\,;aAac:".n n`,laa,S�t;•lC`k .� �.><?� ` t fi j7� ..i:C{:.+t� �'�' , .3 I 2 2 k.. T+».3.v .r .: ' v ".>.. .: f .. ..^.}\r..CKI+'t+S f..: /`K^t'<' 4�r.:c?M•X. 5<C't' Js"... %..)x... .:,,.... rF ,..\Y ... a .,."`C4.':C '"A%. 4"2.5:''YJ f "J...P .•3''M.s,''C.. .TJn Fi...:f'K .>y.:.. .. A ..�}'.....»,».x,:..:,.x ..:,..4.,....nhK,}..»..:,:.v.n..\... :..,,.......�+..\:n.1..3,',L.»., Xr'-. a... n ,. 3 ,..,' Mv. •t�`.} i�rY..r4%- E,rn ^.^t,......... . ..++...... t''i, ... \\..:....,. . :).:... ,.,.xa.ar. 4r :'a}:• `>£w:F:n,z:2 <•,F<'r':a)a.=,;t„r...,,,s�x..::. ^. ..,,...a,.::,:...u.,...+:.,:.a:..::`\»,:'-.'a..:,:,:•a.. ;,.:..::.:.\..:�: \ I, r:.�'?, >'c 1xs o fS:vr uu.: r `>`;#`'' u. , , .n.+ ,a."., ,,{:,� + Y,Yz: .:`:5 `"R lt".... ... ...Z ... : ., n ..,..,.,..» ...�?. rr'> EE .t<t ?"eY' :.:4�..•::� .a.\:... a3„£.: .�.' iCnv:iav`:i w:. ..:.vw.a..yi<,.y. .,+: ^'::fi w. 4. .: or t k. ^"}Y: ..4 s}w.'k.:, C»bv....b. �s� •.a�:<r .,€. ;. <•.:�aY'f�:"'euf'. ..4Ek a,t .....n+,.... ,.a.. >n..+.,:z•:..,. »?,:,...n,.v^t,.'rK. ,k'.t•. •z::;<2,•k ?x';z;.r.x. ;M K F....�:.).. o.....r.....�.:-............,..,.....3:.,.. .�::x.,.....♦z.. »..�i......:...: .:.... ,; .. z. •s'�r. '4`.C•:} .a'a:' 4ns?sn. 3r:>r.'.�...E:.:...... ... ........,\...,...n..h.................::. v. ,,fi�rr,`fit?' •'a;�>. ._"....:r:.....»°..:....,...:.,,.x..........�c..k,.....:.r...:,<,,...„....... ...ax.:.+,.\"5.+:..:..:.,.....`A.;.a......:....'� .a:. :.Zr.. ...t^?d?. .'§. :� :`."� s,;n:. =Lr :xzz,'Lr4d'ar.'�3.za:,.>'E�' :#.> ;+?s€��tr,:...:fi✓':r�c ,b .............).......tt......n...,....,:....,.. .: e .......L .. ..:.... .,<3. ..:,t ....�... a. ss'+. ',:,,�;.. :fo. .•O`\ rhssa.,.rz:no k h 3E.«Ys;,:G�r:.,.•r.,fa;.r�«uTf�;.%ittts;;'># :....a....n..,...,«..,., ....z.,•.,s.... .. .: .... ..... A, , ,. ti KE �.'•a, a'sa..'s•Y: ,� :tL•. a>a.� s!ti+ x$d' #"�?k�``.t< 1t v\. <k L. .,•� �:' r,:i• '`s k i= �;�Lk2E#k`:2": r.ti'>' I ...L.., c 't`Lk' ^Y\ R �...''�`. �k,� `z 'a .�'F� €• ,,qq :2a`?' r�}. �� jLR v :r�•`.L3• r:Y• .:r.. ::£:�3?f-La;•Y.'C..F.,..C.a+:t;`}.:vn,;..•;:...,t}.:,.}•, >):}:»KC, ..;..F ,< x,"4'r •.v •'W: ;,• „,,. .\.. *f' "�< "Sbo-a. `Y 3•.#j 3 r.;:nx ,,,.S.�:Lif:r>.»� }�' ,rt„ as?.L.-a, •»;avy,{•;:.4fir:tv:.;.:>'.:;..,,':SFr::?L;.....:.%,.,v.C.,a,..,,u:.,.r..a: .,,,�.t.., ::R•. .,.3.:.... .\ 5..,... y�, :cS :i,�l•: ',5,,. k�,. .E�,'C) %�.' ,k. «'333s,.. o:>:r ..€K.::.Y;.: :::t`: :xx. .-fL,•. 'i'...�'k z a # •:z>: ),.'at�•s+3`t3 *.'•. .4 '^ 5' n cr..::A.,,..-"i "a,#,:>r:.: .KE ?i::\:. 'ty: '¢• ;b tc.:: 42 ^M,�4' g .r-. :::::5;.:k.' zx:,,.. c'w':. A4dr;;•:mK: >:a1.s. '\• •03} u} tr.:1.';g•»^- .?F,`,',yr:yr»n:....ri5r:>r:^;:g.t)s%'r.; 3 a.:.Ex•;;kE.:\..M;C ':xfv" ea>>i4 :?3: T` 3ya 3#., e+ R :: K a g:: h { ?i,ik�✓k s.1: £�� :.y.y'7� '�FY „.�3. -.3;c.;;,.: ..} #:. ri>„ ,•'s f•-. .s s, r,.,4Er: ,f>. .:»a::. ^•: »r;us.<'x:...:<t',BG'"€�,. ...^'''' 9.'` .:E# ^::'}� #z#r .n.;,.v:trots.' K. Kn. ?«.. ,�v�'L`1S'r 4''- r..RE''+:�a>r.r..aa,>:-:}:,v.;a..iat:.aa):;„,%a'•t». i :R;.. "#.E. '7ai.� "'r� "`^?3. '4r :4,•'i, €?».:, A. L..4.::.'.d'-0ixs)KT.. s+ cp•., a^�a.: 3 o t. Y:..^.c :Yaszk%<;; .mx>,xf w ':z' 's t., .,K,: .� \,:-•'".'2;`, kR3':v skwtf „\'Sr.:. ':�Y, '>) 'aS`."Rn. '£ 'N >^.,,r>r.x;a..,}:L??;?''k..,fa;:e,..>tia>A„s r'i?#'>.,.,,»»sit. 'a.n.;tas?'rrrR:.,1t�:. '�). A:✓�Ei A .:$'` ,•r" 'fir •�n ,a>:7.: )La. ?,.« ,n :,A::a o\t '4 ,i �+%4#� `v`Ty.. 'Lu;atz<:;•.;,.,;,t.a.},i:''.•�;a.Y;,.:r:'3'"si..,.. ...:�•rf: ;� Y�v , `�•.} 3�.'•'�°�krr«r32." :`�'o: ir�',�,`,v'v''t,x;w �:,.... „i. ...zn.#: .:u4,YF„✓ .L kfi..a L.,>:x:,:r�. ` :•'�£.M r 'ry •:f' > .<:t3 M,tfi ..Z f ,C .'a,::::;;.:... 'h".t}„<..: , Y tb '. '. S,r .:v.,S�"`t::t4? }f :t s .s .:.rr...Y,n,.,:n...r,+.>+..4.,..;a... , �,� u r. '': �,,, ,. ,,. �.. �:.:na•:..,...+::,..:e3,::s..:,:n..: ..:x, :x, •..:., �.. .. ., .. , ,.'E. "3'• bE. .$,.'3. ..,;4. 3✓ „v,, r .n. .4 J: £"€,'. .9.a ..J�.. .ff; k'O 'si'4' NEE :£sr.;''rR. :3:Ya.:,:,}r;... ,:,4tiv;a}..xs:::o;'• �Y ^k ,�., 3`.fu.. :.K .F !� 'f3. ,�. sz. .c.};.•;r:;„a.::%v .,t.. Y. a4 S> ._, � , f•.;, �fi.L...LE:" KFA"z s#'a)sz,•s#•cu,A�£'i..Y.: rrr.,;.a,:y;,...",n^..,a ,.k . .... ...is's... :�-..., .. :.,F r;;..,.5.9 :t 't' :x 3, I>F• 3£ �f .E u•f: '# )� #,"Eb:r : ..zz. n.#3•:a.:..,,.L v>:aATT,x r,}+ "'. # .'vC:✓: a. .).."..;aY,f..:.. ,.:=):.^}.>r... :: �. < r � .ti;'YL':fit?E. .a..#,,..., t:: t�L,,,tn.xo.. •„h ,it t f. � t, •tart ,..r n� ,.. .....::.a.. ...»R.•.'..,�Ta",'}z.,.»,«...•n.... 3..a rra, a ,n, :2�a :ar+ .'; •�`.'+ , i .."C ,' a#yr t„ ..3x.axxrr>s^=L ........>... ...,,_nx.,.".,...:r. .:.:r,.f....,,,:.i..r...,:,,x• ''� v.,°2Yn.L..vr.,. •`Fr..A:L. "L<<,>} ♦,.. > 3 r•' . ,:.....,..:,A,.:.:••»:•.:^.,.,..n•::.: , �...:ntor:^:,,v..,.a:a.,.,•w:.o.L.::,.a::,,.,..,:a•. .S:a s:x^. .Y ,(s :aa. n5 �` L,r:'..x �,.' "4^,t»,;:>»»+YTr•« .Y,.:,,:.,,s1t`fa: ,..r,. r,}„ 'eFA .•,#s�'.-•^ h' .<'r.s• •;w > 4��,. ',3�.•'r. .f£ '.a� � .> .;Fat /.:. :........,..}1+......n..M......... �S5. .... .<.. ....n .. .. ..n::xn.x.,nr. .. 47....n.. a,,.f. .,...'}. »r` '{ %R2t'�. {:Ya;; .........:.... ........^. .h„..,4r.,4., :. ....+. ..A..... r';'9' .,.. ..£.•:.. '#? '•fir. L, :k •..T�:•:+ 'ki'�f-""d}� '#:a� 4 a,. t :t % f% ,1 3xs ^ na:..,�.::n,,.f...,:r::..^L..,.x.F:....:)..:i„.. ,,>:.;:..,..:,.ifrt...r. :r:...) nr:): ..,>.,.. .. :'.. . »r::+ }✓,. fr` ��?.:.?:E�s><;».. k.....,a .:r^..,.r. .+}a.:.... ?,�t n2m, Ls�3 .t 3 kit �< :. .vk ),.?4,-:9,:.raj w,•T, aF K1xS ^7 $ F 'N'i 3 a ,`$ .f: ..3, ff 'M ..k.. x? fE 't{Lz r.#:"va, 4r`r.:, -«f'•'>>:: r); s•' ;$ aY: ✓.T' .s t'L f. #,a.F. e' 4.} yJ {,.. :aY C 1 r R '� A .Ya:v,::,•' >%.r::n,,:::....n:«}.E•:a}:x?'::,.:".,.>.o...::n.:::",,.: :r,#.. ..t v. , r4 .ra .S..rrS vr.• h.. i' .r.,.? ..,..n.., `fA� .. .... ....... ..r... r... �tF 3. .:+.t.a4 r -. ::s}..,K r :.:f ...._�:,......=.4.,.. .». r.. ., .,,,:..:v ..:.».. r.,,,#....n;,r.rn J.E.."..rr ,.4$ :k `^ .u..<: B. : ... rC$'.\` L• y^\. N:.te�£�.:�'tk': ... :.......:^. ...vr-.3 x.,., ... K..<.... .4..Kw...r >....t.,,.).s.:...3.. .::.. .f E .rd, ,5 A ,f?. at� .f£S' &., b. Ktssa�r." ».t.,»n.,,.,a:......n. n:... £..z r.. .+.F.:n:r•:x. c3..»,..... T k.?L f �r } b < .. f... .}............:. ... ...?." r t , :„t,..,..x .l.a.. .: ..Y`f.i r.,)...,3"+ E,W, `3' r•4• : ..,.v..n..:...n:.m...............?..r..,.:.«... .,...::.a... ,``A.5}.S..tY,3vn.A.v.HC....,.Y...... ,.✓ rnn...�?»,Y. .k ...... .. .:fi ..A'?':. .:... ....,.. ,,. ., ... ... ... ..,. .^.. v... .iv,....x.:..:.&' :>, vv L�`i.";. y F•' . .,s.. .44;C Y'•.„•E;E,» ,xI.)4Y•}:.}. }..; .} r,.;r." ex ,.xfF '�.. �a`3 4F' f, a:\ s?c \ ;t f:.Y.;i':n:n,.n,F::: ':»:'a%.a":E{•, ..L :5 .. +».:A,..x2E,1'; 3,' r. .$.xa\.:.:,iir,,; »..,, 33'' K:,4:..::c•...,,^r...?.0 vn. "'r F;^5:.,.a ;: a ST: '. y.� S r.:s:�..fi<. �7� ;. r fn '€' M :..r, ,;rs)r" ..f. :;£r 'E .3 `k }E k#S i .s d .k »'d. s :3 r.R%T.s<S .:Ttr M3#:'E fst,: ,r•r €i;; (� .rr ,.••.L3z 1f ^f T.dllk#f.'%A?f%r»Ldk^ ,:e.>:> :ors'v'. =< S' a i L p� ,y 2 a , r; .,J+.,. ;.SiK:t•:r" %*R:'"v£n." £2». 9L4.,r' s.'ray. ''}'`a.. r..' `��. ;=7.m.)a?� i' s'`i'• «h3`n, Ek<F. aE:: �" ow"�°'v,a:' '3#'i`'k+:sr:'"' K ..4,.t::;-aYs:yx �`;s.. ,v5,• s'+n.»ti:k..' .r,�» :h2':' :x..:.;:,..'rN f: .f.... �">?. .k'`"'''"''•.:'�.a. ��}}�i`:. E ' ;'%E°rHi'»�n,.�.,5.. ,? +psi .b.,...F^„ais'o' >R ,u�.: :?:t' r::: •'...a:».a.::^;s. :,A..•XL'ifi..4.0 r.5✓,aan:. .j:L4, ,3E..tzi�>:.^ .. ,r ,. K;4k.. ,}3' S :n.a&y�#£?v,'At°;:Fj'R�r;+at i,✓:,:...:.., it;;:a,,..' a ^.Y,:,,:. :' ...Fa t}.-n '�e. `a` c} ai .x.�• , ' of-. i x] yA +3 ,ro•• C ` ):X �+� i,<„ pL� 'wfE3'`•:n n.d :R:)-°t:T,.F}.' ..) „, x' t C'�5.,, y� '< :{'f, �'"7 '£<T:r.;,�'i'+ �A`f �v � \` .r? a.1:c-,#4XyvE Ins n F /tits :>.. .. a. A y ',Yf, ,« ,/'f.,4'f � �Y.:41. 7t "n ..t.•:L.,...u.,,✓ ;`•'r.•L:oh{•'r'>f... ..L' f .•. : ++' YET"h< k rt k i'x" '::"5 ...„4' .: ...,,. .. n:....,, ,.,.. ...,....:. .. ...: h^}.. .. ..E.f �,-S.r .4 ... a "••s.l..S'.:. '{£Mn`r F,. �. ,x:.F :� 4. K ,s �r •:rv�n..f.. ,„,;x. ....E T: ,;�:. � 't:#'' rr�, ,S•"� F :)r, p£t.. .:k r.ti't. ?.. n!'n Ktr.:xx);S.:to .>3t .Y. ' nx.. > r :ns.. r ,.. ?i,: ) ..•L:<aK it... .k' a'x`�r•.a' L.42 '.'... ,?' ,.w;. ,. «.,3Y",.,.:.. �:.........,"R'.+n „. ,F...... 2..:3:. .+. y .ir1 ,. t •i :r:€: 'hv': irR4.',` .,. .... r.. .a... , ..t. ..: .......... ...r^'•.,. :.zcL.,,.,a;., .:.),r......3,to :.,..,.a,<.:> ».'£a.."Hv..2 'c�,�t a {. 'c:? 'rf ,Fz. v'.•\:•'E`� .^n.: v::#x; ... , ,.. ..,., :.aJ. u n#3 .t,;z....n .>+ t.....x. .. t......� :. ..• .. .... .. i��'`- ?,+ .'3.'. ..,.# ..5. x,..v..E,.f, t,» .. L ... :.,..,....,..;s.. w,.. n, �^'�} :.+,.' .:S it. .v...L..v" .?`a' �`ffE"',<..,rj«;,•.. .s.-r ..t..,a .,,'f, ,•;24: r s. ,t•s. n•'>'a ,k, .,s.,.:.• \s .\. .♦ rL £ ,.°iSf. x• .+R' v t. rF Et... ', > a'y,o£ :!. $ w.x.:R'r.. ., •z.r .}• :3. „k.. ^`.. ..t?�$% t:).7 yr#» .,3.vet ^s':SP'.�' fAY' #•, :a, ;i �:,'.{{ :�. .. 9S. 7'r`w.. •.i:;t;t? t' A,:.. ,S.'. `iLC22 a;•.''Aa+rn..•�'Le.. :,4 n;. C: :' $E::4...+'",•;2k:.KEE,.5.,,,Zf> A f^ � 3' rLy. TT. �. t 1%F# n2».,�. :':'�. ':4�; Y ,,.,r:%..,.5 i.t >..... :-,..... .. >,. .S�.0 .k�'!a...t ',.,...a...2;"t.`t;,,.xT,:k:,�i'n<Y::',:#:#..,`¢# .. s:` ? r�,�`:'aF "<a st. ,..'•M'>ws>t'r.•`,,,€fl.o ## t.#:zr'L „.e;Y.. :s -�, :t,. .� r,iFE''r'ss 4 fy 4. v:. ':t xx '. C 4,R:y::ki'4A yr}x^,•L::L%;£ 4'.n^'•F":sf£C2.<; to�J"`T.?...:r.•::::a:•> 2'....}:..v. F, by 2 +f ,t .3'. ✓,+f\x.,�... f W. 4 k- .z E.. .a.. 3 s A i ,::t.45r, r3'9-. ,ttra+ fi L uLZ.an.,. Y..,,: .z...t ....;.r.••,:..:,t,). Eu .r t L. z: ..<.. L;.,.. 2>. ,...-n,: ...3 ,.,.vd' a�.:,,n,.. r,. ...» r 'a'>=",. i :. r< ::K a. �' r„. 'Lfi 4`�i`'.`•`P y#}' .1.. :4 ,f:< „, i> Ty'. .f,L^>>.'(:LL„h:....;*,.v,:. „>n .-,:-.3a-..•:+n.a,\"..s,t:.. :',,.:.}... ..,).L,•. .c <5 '•3r x' s. €€? .is .':E. L ..ri, ::5??:':;' #. . .:,,, ,FE',a .rxc' .€r .k:- r•rs. #`T` ,tEfY°E": $`t '..}i: ,;a,.: ta.'.\•v ,f ..Y, .\, d E' k '}V ..�;f€v.'v`.• tat .✓ .At"LvN f..ra'•'d"` t^' ,. .v:..r::r...'.}'.,...Lar.."..,•..,,i:'T#•.4r;;2.....,,,..,�..>J:<^x.... .S2 ,t fa .�.,anr w��€#':r'S;,u�'. .i�•'. .. .✓ : \. » t......:..n.... .,.r; ..,z.......<k€. ...,n. ..,,...h.;...,... sT. 2 ' .# ; ,s. :.:ask, :,r ha .Na.. :i•�. r ..:Er,F.. .v... t: ...^,... .•.. .• ...:.r..... ,.24.,.. ,.. .. , :: E'. L F$, r' .:Q ,.r}tJt.. 4 ?' .<Hrn•. ,w,.yy-,< T.3n v `ft: fi.. . ..f:. .,•s. .s. ... ., ..,,.y )'>a£".`}t#^}:.:;,.n;;.•i"#h,..,. ,,,.,.;.....»„•:.,t•z'k3K +as`. .. .o�.Zk:?�`; L$: # `. TX�a.. E ,. {'r'•... ,� ..: ..... .., ..,::,. ,....v,t'• .a 2v. cC3......-t. v,w .:�:.»,.... .. .n.{:ra. A ..T, r.,t+ tfKt`.<`Fr'""; v .... .. ..u„ .. ,..,.»,.•, .:. ..r....,,.r .,,.. ,>, -K� n.,v t ..a,:) .:'4 'xfi2:<#;: :wt:s'.2r ea t'. :} ., 3' ,,, , ,C' n ,r.:rn.,..»:,:.t.• 3v £'�t.» r Sa 4 <.! rF.. . .,:... a,:.,y+,.,,,.:, .. ,...) .^. ..n.�5.,.,.?a,a,:.. ..a:r<Tt.. ...,ira -- t< .&:€.;.?' z.;rv:k?;. nr•.»' ':fa. vn b..t,..t,:.. ..r S........ ..>...... ,.::. ;',,:%.?tr „ ,...-.. >:, >. 3v i` ,n. ...., #., :Qi'P,3:. :33'#r., r+� Y.nn4 .�Sa;>,tY;';'Y, }•F„ }kw.,C.0 Ci t:: ...,.a.., .. i.. t .«.. ,,,- •> k,-a,,.:'�. ......''v t.,v:f .:.+,.n: y °:'f`'k .€ .+`, •:2,z .£. 5. v2 '=2 , t;5 �y :. "£ CG < .. .... .} ,.... .. .. ., .3.r..i '"b::tu, : =.a.2 :�'3 nFRzrd) naf,,4:�'.L :`%':?av RacEr'L.,...:t.. ,>.-. .4.. ., .. a: .f ,t.::�,N.,.. ,;E. .; ;£:. )Y1 .'i3i ;; .l a:.3," •r?.x#r}3• .r.oT ::.<^%;,.: L.",'.rrz»''' ,�� #t, ::i•:?. ,.s.;a„ -.: :a ,.... ,. vk. 3,,.. ..... „ ..r.k..:. S.F.. .b+ ',''#.,. ��T�.a. ^£'h ,.t?r..<<'i' ...... .. :.,.... »:.a .. .. ...;... .-... .x;..y t. .. ..: :.:a:: F� � :. ev as>.':. ..4•` :?A; `"k`3,' .>k<^.i M E sx. :.r• L. w': :?L .:` E: %4.. x:r.. r••. :::mow.` .4'4. a, "'lY.a A-• L € x. � {:tali, ,; .#?; ,t,'tt'4. •..0:'` '•F:5'.^ ,..(�;{'.,r .,., .,-. .,.:«,.,,,,i.».a'x."a$r.,n.i...,a3Y.,:..a' "t1.r,.,:.,.n....,. .. "{ i`tz. '.a.. .,S' .•ar ss.,,z',ti.::x.":r3L;o-'Trer'`»' 3£.ti.:5. S ,., .. ,-......, ....,.,\ .. .....3...,.} ,t,..+. .. v,} tea,.s'„� a>L. >'a.;a 'J"' a`5:. :.3�'":i:3?`) reR ..... ........,:,n „nS.., ... r .}�.,n......r,....:. ,r.S...,,.. .... h.r..,t.. t �; .`�,: k` :.'C!': :.a::?:' }.L .:_ ... .. ,...., ..a.,.._ ......r"x '.r.,.. t } ^ ,:..-.,.`2 .....}.".. ..., '3. �nx%. ".a•; ':.fi atY, •.{n4, ).a:r 4 a � «u.? ,. :,, sx. .t....,, ) Ev^.. : r« .... .{,... 3 .+.}: 'Y... k, ..., t a t: .;£ R,;S f!}#; x 4a t.x:. .. .. ,..ta. .. ...,z.�... .., ..n.:.,. ,,..4,`fF, x:r r. x �q Js3.. L< ... ,. ,: ... ..a n•t ^ ..r•R a fi n ,..?r < .£a. :.Er,,.:.. , , ",ti ,.<.. .... ., .» .).t. :. .. :, x ,f•;;; .. ¢ K% <.:aE:�:. ,8{:` fis ,fir... ...., r....... :'..... ..... .. ...y ,......:. ...t. „i, .-,E. ;E~: 'ri.£i t.�i Y.;£ .. •€'R„ '.-i"'' ,. •'.9.: ^v.r _T�f.Y r. s,T`tlnrr..i l eY 3.; ; ,... -:.., , ,:::: t,.�:..,...,}. .a.. .,:...>.. ".. .. .,. .. ..^v.a':.Lr#'k„ A4',.;': >t. �{. ;iir��r:k:^ >)�S':T k.'... .,:.. .. .... ...- ... .,...,...,::.,,w ,.: ;., r,.r..v. .>... <,5 )cs K•,h." --%L"'3•v'E..i-' .i3.e}, `;d ..L',::r+.,.)2t.ec...;:#Sttr. .,i` ..... .t. ...,,.„, ..,.:,. ' ,..,,. ,...,a .£,.:..,...< ,.. r....a. ...,..:..n ,x:u;:� E hS. r * .A:.. Y`">i?E,k,. 'i#;.;. k" fi<.< d >: ti .-.�:. .,. .�` ... T. .�i'... ,... } ...,t.». ,:k. ....:. ...:..:....+L r. £, �' xc..:'S,t'a'. ,a„{ r.. S".•+c A.�.`s :ki�S� 3:5^' ,r.. »r .L.f7.� ar3:?>s;; �. .�,. .. n, ».... x r ......... „ u ..,:C,.:;..•Lf .'?. :#}k v,✓n b �P :'...k:,5 ?Y.r<,..'r s.,v2., ,. .. ,5a. . r fi.. „C. .v, .. ,...r:. T. t.n ,.....:x..>+...:,a. .,: ,w,. :t. :fzt.Y' .n r:a a, <.twrcA<;;... . ..Sr:3..«,1 e ,.).:�`C ... .;<: ,..,:. ..... r„,.^.....,. .. :r ..,..r.,.-t. ,.., .,,2 t , w ..(.k .r4.; r,Z':^:?. „� .5... ? _a ,,,,.. ,..a,....n. ., L,..,,.}<: ...._..,. t., .<... fi F4.<?3.tK'. ;fd:' :or h's Y;. „...4. YE ,4<;.,ft.< i .,-,. .-... ,.E:. ...:. .i.... ..... a.. ..... ..).... ».Su„:. ...,.R,^ -r .. ^Y. ..: t...§.::<^ Z'k#: .`.Y': y ^;tls. >{ ,E r. ,si >'.z r,.f} S ,#$,'rr?«. "`n:x ,..��.:z::• ar•.. ..r, 3.''��' •f ?. .... ;.:r..; -;, 4,.....:ai,..,.. •.z€4 ,.,.,....,5'x�.. _ , ,, � L,,r,...2, .n,• .s .b. ,,>`S'-aTv3:. ".x,?...p ffi.L r:r.,.:€'Jto. .kn3>':".•,af- ;., ,. .. ,^.. .. .....t,. .xz:. ....,,2�x.Rf ...„,ff. S','?4.t. .h:'':y..gy::; ,a :�..2` "..r.v. d,r ".::..,. .. .. ...., :n.... .. ...... :k ..:. ...fSETv r .Lt..k.yY;i;.`SE 4K` r kfi. •.•?; ..... .........., :.r:..... ....,.,...>. _:,v .. .. ....,i,. .: ..... 4 r x >s. .a^•n .e:', ^3 ' : ;'a}..`' ,F.v..t3.: 3, .: ;.P S :i.. ., 'h:'.-- r•' .3a• ,.L ^yi, x. S. £r: l ' w. tk F"7'' ik. .3 't Y: 8 4144 'S '(�j r e xxr a '4 A , Air e v ry ins` .: . ?, L , r Kai : ,y.. :.,ca)' "J+a...a ): '; i .t:-.n:•o,.,-,.,,....::.L. t. ..»,: .... ...4 p .v, xa' ` sr a: x x .#. ... ..-.-t. ,2x. .;., .r.. .. .. w a Y cr,.,4g,..>.n..a",.t f>t's^r r ,.„k;ca.: .3.,x: .?�. ,3`` t. r: g { 4'.3 r ,,.. :'). 3., ... ... €)..,a.. ,r.Js....,a.F.. „A. 3,t .l yrs 63: �, uk z 7...., )'' ..-.. ,. .....,, ... ,.. : ,. ... :..a..,u.:.,t: :t. 3.: C Lr•3. =tLr.,;L .s5. �` # =.y A2a ? 1I.wa: ov. the Wash i tin. .t s ndu }°+�� '+" � =e '� st Fungi� t � 3 f g g ,.::. .':k ::< <.: k .a,.z. AL .)<E w f..;. 'rxfi. + ..f: t -.:i i -.n ,,i r r,. ,:: UBT,. 3". �` a t : `;•Policy Effective:Date r 5 ti , ; i (�,+j-�<�'rr'y,,Iy-�y„ yp $5 t p r'' t t'k�34 �Y x a y l i( ti wl� •�1 -L 'F,YY`•ri'J i.".-dam! +M`' :+ t y J` eY k i.,r?iS 1 .;1 .:r t YJVVfitl�li r` y4 wa S+ 1� 4s r ij f tr y I 't :.;j I 'I t r; t S'Y Y',e''a ` #'y1> E;..r .r",'l y t , t" '( , er ,' . i v r ,4,t d::: .'^,, •.. °may-= ""`'t'. .8:,., ..`. ,,,....; ;,' i �! :;Y '\ »1. :n ' i Fr; rt+,., 'r': r r I fit, i.. ,. a.:+w. t...I.:. ,..:s.., S•%h+'., � $»o.. +k :'r.' - :\ t :c•, 5 ",r ''3' t., ''+'4 t y k y. x a•l )'t"7r w•. I, r,} t' t ..i ..., a ., ,...,,, s .., x.:..e3 r „t t i -t r {' ) . r .t.,t.:. }:. a.....). :, , > ,�;,,. :,.. Ir}a.. .t:. f 1 i4 ,Ye a f.5 a..:,... '. *+^ 1, .*.. ! 5.;f., F , ..<.. ?: 1M Fw ';f a�h Y t r:.rt „`,• , r 6 ':(;. ,a.t.?„ "t5'j.,:t:;w, ., :- "'€".. '', e...,;.,1 .;:! .,! �a .s, !, r r='': w°s, ^x r •�,,�.a,., s ..,.,., t t ::r f ;.. .7r t lh1 `' Iri' r�, �:S t ,�•.F�:a+.`€,, r9fi,,..++.E,., >ti,., :':'....e,.* ',•1,'., .,#.<..:..... ,>,, r :.,.' f :Lz- . ,tk,rY, is� �, .,f .,4., +, 7 f "r ., 7 ) ,. ., :- ,,. k' .%5,:,,,, ,.. t•,-:5 r .:, 4 ;;,> r., tt .tl t,f.:. t14 r'. -r r,l:; r >!: t , -.k .:,}, ,1., ,.i. •,,..: t,.;;, ,,,. t r a ,;' < 1:r., 4 Y ..rrr' t 9 �,�p -,.. .! , Si ". >a, ,e ;:r as ,Y"y-r ,r a } i ��(� S ,f j i • ..8jp.a ...,, , ,i w,.#.-.a.,. g+... .aa C -„ - t'" �i I, } tit .y. d, „. ..:, sUkr� I:� a r. t�$,° ^f i k l ,. , ,:, , .. 11 r tr.r{ i... ,�f t-a } .t -�I ",`ra c." ar 4 m rr sr .,..,.,{ .... r,:�.:. , i�� ::.:,, .. ..,,.....t. ,a. ,..;•::, r :s.,�;?.,, t ..:,,.w, Y ti.k•} ;r ,.5, ? r •t;,� �''J :w: ', .,•:s. t -.. !r ( :75 , Y '-', fit 4 t x s:. a ,r. L .. „ ..._ .. 5+ .... a r ,,.. a.v,.t .:s i... i✓ r. .1... f.ti A J, r:,;:d: n,,s 1 a', .. ..,, ! i ,'..,,. i .� ;f -f, V. # 7;3: .t. .,1. t !,d •) ,x-.... e. ... 5.. ,x.,, t ..,,.. ,... 4,t .,,+ <Y_ 7v a m^":.''{ \' 1;1.1" -f1 t• 1 4 } 2.::}; _t r ':.:.,. r. : a t ,: �. t..' ,t .:p, }.`+.,7. i o ^i Lt ;t;, t'tJ., .. r,,. „,"':' e:.,..°. -.. ....r .,., .i Y t.;r.Y,,. ,..s'. p� °,i'-LL'r t` 1� -k µ}:r'1 ! ; t, 4 r:�.:. .l - .........: :...•.,., t ,..,Y:. .,„.....u. a;t`, k 3 ,.:Y�.. t "^ r of ;f r•t tf �"tt i r,` f t w3,,. N*4 ,,,, ,. ..,.,'.e,. r °-: !" :-..,.. ,, ., "-.' T'4 .e r 'f';:� S'+.' fir, r: ,, , , , F '...,r..,.. , ..,, rt, . t.., ,.q...s ,.�- i a.�::� ,tr i'+ n.r.,:. : P', 1. 11 .,.1 ,, ,.,. .. ..sY-:.. 3.• • -'b ..P... i t, y:. W. :.r. ,' $.,..r..,.s.F..ss i" ,,}, {� ,..:. ,.t r,. ..,...,. ., ,r, ,.., t, -:>' -P, q ';»,,ir.'" ,��� 7i. t: a, 2 ;i.,y :.'Sr s .. ..:,,. . ..... ., r= ., .:. +, :4 .fir,%:�i a: i .st` %t, r, }` j;5; .r .. ..:F. r, •'.-:.,... .y,. r -.r.,.. e.1' :�f �� ',t,' v't /' ",r'% a? -? i za< '3 dtk r,�,,.it ! ( i ,) ..r,, ., 7 i i.lI AI E 1 t ��r. t id t F '€ S ^i r t t s B i t :r$ !� + tt.3's R F. r �:f a +` i ,' t f,.i t 4 ... .. _ - , w i, ,t . -..•.::.a: .: ..::.:�. ..:.r.:.,...>:.., a f.»::. .,.. .> ..,.., :. .0 Ai'.¢. ib. ,.'ti.. ,.:la. t.. F?'..•i,. >.>.,. i.:, L' .t:',..2 yy�� a. _ < /y /� T '.. -. R ..... t .}. :. v. r. •. .b. n Your Unzfied Business idea ti er is h ran no bex n .e .t t s . o b sx a sx an t:<.. th +�Was Ea st to o nx. ...f ,, . .. ..... .,M... _:•..v .....,.y,.».ar.,.... ....i., ,. ..4 :-`t:`:ff)3• dt Av.y\..«;5:;,.K r:b;:•r: »... ,..... a W. : L.. :.k•t % .. ,,. a.,..... .... .. ..... ,.,.., .n,.. „ «....: \. .... ,:x......a»,, .3'. S: .?,a '.\. ,fi. K<ER., Y.:,£:i:» "v';t t+ ..Y. &. 2. .2. W,v f\Y .�.,aat,;:�. ?'2ua"� '»•}#,•'y..�,..:x:.o<.�,r.,'o. ;. .s.,:..::....',.a:,..:..:.a:s.J.:;,x. �;cx,.z!<».n.r.,...••+..:;:.... ,,.,.:».';,f..,�..,.. 2.\... r.£/Y� '?skaf, rWwx ,.S r:5i.,�,'\,: .}. :Y. ':af.'43:: .\.0 •�': %%>a % ::Y.' e:..'.e :.f 'EG. ' < 'T .:iJ �. .'£ tii. t.6 � L 1'�'" �]� i`C' ,2,• , .: en L uu an „ :' y , :t. .. stt sx n x �. l �.'e:o 1 Y a€a ..: , n¢{� } � ; >4r.. �sF ,tC,G�: .�« ,z` ,:�. ,r.b,v ro x,€, >L#r ':, ...:...<,zt...n. "�'. ..K^ ..... ....< .�w'¢'tf:".t:,w..Ki:R}x';'.. .,.;;>^st),::.::3}a4,,:;:vr, r fit' i`' ?'r,s �L �n$"v � �S%;-z n.:...n,.., .. 3 a 4a...:a. ''a'....... .. ....:. .:......:»r» ..,,.... :,. fi ...4..... »..,.. .:. .v aw'::F, •':'" "rL".. `.•h. %L'.;>�;. ''#.` •::35;", .k^,Y`:'' t ;!f`� .......k u..r..K,n.. :...x.;. ,:.:..,,» >.:n:..✓... t...z.:,:)., .t,+:... as.,:r:..k ....,...e a,....,k23.•sft'. ?,u '.:•'« o-%`# ,...}•. :#„ r;>„}f L. f •i .Lx.i.. ..,>v d).:r.,,. k ..f 'r' .t.}«,xf >' C:.yd,. ,;? ..3;i:SEtr,.,vv..': $v$: +;o• ,t� .4°y';,�.',y�a..:.2. :rT»<{t. .!% ..:: J.,w' ,.L4:r '/ <''k ' . ,"4% /�. nkt ."� a�''�`.)'.v.:£<'#t„ u,rC4.;Y-iC ::,Y^i;r:; `5E: :"•'Y• �/ E r.?k'w :ft4h ,fi /» >a::.c .T •; .Rt..:YEat< rfirrri< yi >} ...tJ /�'(yo 0.: <�;: >�. (�•�y{ }� •fir• 7��✓�. pip #.. t� q S l "'L:'C(4.. .532F $f.« q to r?Lk t. \:i: "•�T`�•�11 i%l,. 2.: Sii' 112:1� J.l'7l@YK31'y��'i'.L71 y 5.ifi v}x+<t$'. v<.�:.Em4f`C'.K,4 ,x .3:.)L, i"< .S ,ds a^<Y F � .. .R! iLE#1#:, t !k•' "r.'', rC r:fns-L «L:x teas: : � ;a lit ''I 3: rz ..:s.. _ .a:r, .. a..: "".•:'4 3'.. .:Yw �. .zL4.r .4 :.SE:^ {z)';fa« ?;ss'...,. K2 zk"v:F s:2"k\tl>..: .¢a T.,'a... :rtr,,v z.✓: `� {c 3 u T,FM..:2....:.:L .. n. 2 +,..t.n...... .. ....... :.:`. ..�j."t ; :.:.L:. tt, '`K3': 'R-$.: ''�$',Si Rf' ytg'fs� :F",):. 4� ..,..3 .r,T1 '`'': .ES \.x,,.,TT,iT:;..}.' ..:. '`?f:u v F"Y R' .F" ":ii9. v". ,)"s •r.:::>-...,.,.,iC.......+a.^,.,r.»a...,.. .:..:.:n.,.:. ,<.w..r:x.€kk. •Yf.fix,;.;":.w..::.�.. :S'';'::i>fx .J?y ..S °.C..� :�nry13;t. a "C .......<. .. .:C...:....,.,...., ,. ...�,..r. .»:. ..,,..• : .. w'..'3.".. Y3�`:',(•.. .,f'�.)3 >C4'.Y' S'a"' /..:S � sK:M 'l'k>`'''�''. Y'h:. ...... .,?+.r », :,,bus ..#'# M' z y ✓;fY•.2r „ Aa, x` u3 . �:Svaf. .v';Z> f#;b k:." S: ,x n' <fy>. M., '4v,r L, ',L #£:f , 4::.,...xvnv:,?}..., :,.a..E:k:.„L:}rir: .i'r'rt.:'#a:rr«i ..2. n.ti,v .';a Lk:,A%.0 tC..' ! ..:z,.: ..€« `s::.:rrgF' :;�..: z;n?: ak r. :,cC:.^5+ � <'%Y' r"d' ") � yy rT#r.. ,3 Y::,,yrs, t;`; ::. ... 'R`{.`t ..h :! v.:/. .Y,Y :.:n ",�3' 'k':a.� ::: .•h3 :.'•i .::Rf S;t,.,3.:$3>'.GYa ^' £.A'd 5rs [3# p?dK: f ka 'F # 4i S8? 7 w-#fR.:),.wiY 2 a S 7'3 iN � L %3E7SAW3f W S3Ji:'av YAL3 ^` 4 faN.> '�U�iti A v�L h$"$:� yi.�f G 4�?G'<% �bexrhh� t. emu.£.e. , t ,`, r P {� �,'1 , t t h as ° '. ., d n,E ` \++}; PROPOSAL. SIGNATURE PAGE, The undersigned, bidder hereby, prbposes and agreesto start construction work.on the Contract; if awarded to him/her, �on or before ten (.iQ) calendar days from'.the.date of Contract.by September e September 25, 2015,, the Notice-,to' Proceed, aridagre t,tb t.omPlete th , The undersigned bidder hereby agrees to submit .all, insurance documents,. performance bonds and signed contracts within ten (10)n calendar�:days after City, awards the Contract, The City anticipates, issuance of the, Notice to Proceed on the day of the- preCohstruction meeting.. N . days after the bidder may withdraw i's/her bid sixty (60) calendar, a period of t day of bid opehin, p 9- The required bid,; security consisting of a bid bond, ca sh ler's,check or cash In an amount u bt.equal to 5%1 of�tlle total amo:u' rit 'is hdreto- attached., Notice of accepta"nce, of this bid, or, reque'stfoVald'ditiona.1 informationshall bey. addressed to the undersigned at1he address state'd, below. Rpcelpt:of Addendum No.'s 1 r to the plans and/or specifications is hereby acknowledged.: Failure to.acknowledge receipt of the addenda may be considered an -irregularity din this proposal. By Signlihg thist-Proposa I I Signature Page.-,the u:hdersi' d acre tall gne bidder agrees to ac. p a contract forms a-nd documents included within thle bjd packef and to be:bo-und, by all terms., requirements and represe' tatib,ms listed I'm th1d bid do-cUr[ nts!.whether set forth n by the City 'or by the Bidder. -DATE.. 04/13/15 Mulier Construction,LLC ,NAME: Or"151,0051R, 1A 1A An �13Y; Jennifer Despain/Owner '(Pri n t Name and Title) P.O.Box 1169 Add ress, Maple Valley,WA 98038 2015 AsphaltGrinding/Araudo 1.4 March 2 V201 5 Project Number: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www'.1owaxom Always Verify Scale '...._................. ............ . __......_.... ., :_.:...... . BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Mulier Construction,LLC , as Principal, and North American Specialty 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 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 Asphalt Grinding Project/Project Number: 15-3001 I According to the terms of the proposal or bid made by the Principal thereof, and the i 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. I SIGNED, SEALED AND DATED THIS 14th DAY OF April 2015 Mulier Construction,LLC PRINCIPAL North American Specialty Insurance Company SURETYEri -A.Zimmerman,Attorney-in-Fact i 20 , i Deceived return of deposit in the sum of $ 2015 Asphalt Grinding/Araucto 15 March 25,2015 j Project Number: 15-3001 I ! NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a'corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: ERIC A.ZIMMERMAN,ANNE E.STRIEBY,CHRISTOPHER'KINYON,JENNIFER L.SNYDER,KAREN SWANSON,JAMIE DIEMER, JAMES B.BINDER,PETER J.COMFORT,PEGGY A.FIRTH,KYLE HOWAT,JULIE R.TRUITT,CARLEY ESPIRITU and BRENT HEILESEN JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contractor otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American,Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9 h of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying,the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or':!any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach,therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such,Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so'affixed'and in the future with regard to any bond,undertaking or contract of surety to which it is attached." ulluunr, �A NUTQi01 a�Na�riunpuarpw��ry i a4i,° F. By o G J' SEAL n`_ Steven&Senior P. rVi a President of North American Specialty son:Senior Vice President of lton International Insurance Company Z SEAL ►� r++n Insurance Company O= ;m¢e 3�yc rrnnilia By David M.Layman,Vice President of Washington International Insurance Company �n0►)talp &Vice President of North American Specialty,Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official'seals to be hereunto affixed,and these presents to be signed by their authorized officers this 19th day of November ,2013 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 19th day of November ,2013 ,before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being,by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. t 4 �U� "OFlFtCIAL SE�L._.�..�.r.,, ����" DONNA D.SKLENS AZ Notary Public,State of Illinois Donna D.Sklens,Notary Public My Commission Ezpts 10/t)612015 I, Jeffrey Goldberg duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 14th day of April ,20 15 Jeffrey Goldberg,Vice President&Assistant Secretary of Washington International Insurance Company&North American Specialty Insurance Company i CITY OF KENT COMBINED DECLARATION 'FORMN NON-COLLUSIOra, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare,.under penalty of perjury under the laws of the United States that the following statements are true and correct:: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2 That by signing the signature page of this,:"'-'roposal, I Ami,deemed to .have-signed -and to have agreed to th,e 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 ands foregoing statement- and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief: 2 01,5 As h`a l t'G ri ndw,n Project i Project Number:; 15-3001 { NAME OF PROJECT f } Mulier Construction,LLC t NAME OF BIDDER.'S FIRM i SIGNATURE OrKTH,OlqZED KEPR SENTATIVE OF BIDDER r i I I' 2015 Awhait Grind ing/Araucto 16 March 25 2015 " Project dumber: 15-3001 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com-Always Verify Scale. 4 Bond No. 2193641 PAYMENT AND PERFORMANCE BOND K T TO C I TY OF KENT WASMf-I NOT ON KNOW ALL MEN BY THESE PRESENTS: _ J That we, the undersigned, Mulier Construction, LLC as Principal, and North American Specialty insurance Company a Corporation organized and existing under the laws of the State of X*9VAg i,*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 $64,963.30 , 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. *New Hampshire 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 Asphalt Grinding Project/Project Number: 15-3001 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT'harmless from any damage or expense by reason of failure of performance as h 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 Asphalt Grinding/Araucto 20 January 27, 2015 Project Number: 15-3001 Bond No.2193641 TWO I I NES S: Mulier Construction, LLC PRINCIPAL (enter principal's name above) _V4 BY I ET-elvk A -4441 TITLE: DATE:05/01/2015 DATE: 05/01/2015 CORPORATE SEAL. Falk ac S AR.7,,D PRINT NAME DATE: 05/01/2015 North American Specialty Insurance Company SURETY CORPORATE SEAL: BY: Coe DATE: 05/01/2015 TITLE: Christopher Kinyon,Attorney-in-Fact I, ADDRESS: 1420 5th Avenue, Suite 2200 Seattle,WA 98101 CERTIFICATE AS TO CORPORATE SEAL hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly'signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 2015 Asphalt Grinding/Araucto 21 January 27, 2015 Project Number: 15-3001 _ ' z NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: ERIC A.ZIMMERMAN,ANNE E.STRIEBY,CHRISTOPHER KINYON,JENNIFER L.SNYDER,KAREN SWANSON,JAMIE DIEMEI, JAMES''B.BINDER,PETER J.COMFORT,PEGGY A.FIRTH,KYLE HOWAT,JULIE R.TRUITT,CARLEY ESPIRITU and BRENT HEILESEN JOINTLY OR SEVERALLY Its true and lawful Attorneys)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 9ei of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or,any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and.that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." f `�♦♦��GiAUi �y�� � u}n�unixswwi�h Tag t4 �FLPO NS r SEA! 6; Steven P.Anderson,Senior Vice President of Washington International Insurance Company BY a fir'G g P Y � . t'e 1973 :m` &Senior Vice President of North American Specialty Insurance Company 0. S � •' � i N By h N Iry "h ItllllllN "' David Al.Layman,Vice President of Washington International Insurance Company lUlup ` &Vice President of North American Specialty Insurance Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers thisl9th Y of November ,2013 . North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 19th day of November ,2013 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally;known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. "OFFICIAL SEAL" DONNA D.SKLENS Notary Public,State of Illinois Donna D.Sklens,Notary Public M Commission Ex gfifes/0/0612015 I, Jeffrey Goldberg the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 1 st day of May ,20 15 Jeffrey Goldberg,Vice.President&Assistant Secretary of . Washington International Insurance Company&North American Specialty insurance ConVany CONTRACT THIS AGREEMENT, made in duplicate,_.is entered into between the CITY OF KENT, a Washington municipal corporation ("City'), and Mulier Construction, LLC , organized under the laws of the State of Washington' , located and doing business at 25481 SE 275t' Place, Maple Valley, WA 98038 ("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 Asphalt Grinding ;Project/Project Number: 15-3001 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2014 Standard Specifications for Road, Bridge, and Municipal ;Construction; as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all,published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's',bid`. The Contractor is responsible to obtain copies of the 2014 V1ISDOT Standard'Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start:within ten (10) days after the City issues its Notice to Proceed and be completed by September 25, 2015. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's 'bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. -It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 2015 Asphalt Grind ing/Araucto 22 May il, 2015 Project Number: 15-3001 I , I 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, :damages, losses or suits., including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24115, 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 - f work and is deemed ;to be an excavator for purposes of RCW Ch. 19.122, as amended., Contractor shall be responsible for compliance with RCW Ch. 19.122, including` utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. I 2015 Asphalt Grinding/Araucto 23 January 27, 2015 Project Number: -15-3001 CITY OF KENT BY T OKE, MAYOR DATE ATTEST: RONALD F. ORE, TY CLE K APPR VED AS TO FORM: All KENT LAW DEPA ENT CONTRACTOR BY: PRINT NAME: TITLE: 0 DATE: L1 I go)! CJ 2015 Asphalt Grinding/Araucto 24 January 27, 2015 Project Number: 15-3001 l EXHIBIT A INSURANCE REQU I REMENTS FOR r CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to 'persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum o of Insurance E Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than ' $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following 7 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 Jr1 85 or a form deemed equwalent,i provi"dmg-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 y P Y ty coverage. r _ 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. MinimumB. Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall, be written with minimum limits of $3,000000'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 1 Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2015 Asphalt Grinding/Araucto 25 January 27, 2015 Project Number: 15-3001 j EXH I BIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. OtherC. Insurance Pr vi i 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 Llthe right to receive a certified copy of all required insurance policies. The Contractor's Commercial GeneralLiability 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. r t r s In surance c for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause � ' owned tools machinery, equipment, whatsoever. to any tools, Contractors employee. o _ y, 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 f 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. AcceptabilityF. f Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. 2015 Asphalt Grinding/Araucto 26 January 27, 2015 Project Number: 15-3001 EXH I BIT A (continued) Verification 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. I I 4 , I 2015 Asphalt Grinding/Araucto 27 January 27, 2015 Project Number: 15-3001 Client#: 147139 MULICONS D/YYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/D 5E(MM/D15 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Christine Maden Propel Insurance PHONE 800 499-0933 FAX No: 866.577.1326 A/C,No,Ext Tacoma Commercial Insurance E-MAIL Christine.Maden@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURERA:Ohio Casualty Insurance Company 24074 INSURED INSURER B:Ohio Security Insurance Company 24082 Mulier Construction, LLC - INSURER C 25481 SE 275th Place Maple Valley,WA 98038 INSURER D: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. !' LTR TYPE OF INSURANCE NSR WVD POLICY NUMBER ADDLSUBR MMO/LDDY� MMO/LDDY� LIMITS A GENERAL LIABILITY X X BLOS6081172 4/16/2015 04116/2016.EACH OCCURRENCE $1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES(Ea RENTED $1,000,000 CLAIMS-MADE �OCCUR MED EXP(Any one person) $15,000 X PD Vied: $1000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $2,000,000 POLICY X JERCOT LOC $ B AUTOMOBILE LIABILITY BAS56081172 4/16/2015 04/16/201 Ea aoc deD SINGLE LIMIT $1,000,000 ANY AUTO BODILY INJURY(Per person) $ L ALL OWNED SCHEDULED BODILY INJURY Per accident) $ AUTOS AUTOS PROPERTY DAMAGE $ X HIRED AUTOS X NON-OWNED AUTOS Per accident i A X UMBRELLA LIAB'; X OCCUR US056081172 4/16/2015 04/16/2016 EACH OCCURRENCE s5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 i' DED X I RETENTION$1 O 000 $ WORKERS COMPENSATION WC STATU- OTH- AND EMPLOYERS'LIABILITY (WA Stop Gap) TORY LIMITS ER i' E A ANY PROPRIETOR/PARTNER/EXECUTIV BLO56081172 4/16/2015 04/16/2016 E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-'EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-',POLICY LIMIT $1,000,000 I' DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) j RE: 2015 Asphalt Grind The City of Kent is included as an additional insured per the attached endorsements. i CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Public Works Engineering ACCORDANCE WITH THE POLICY PROVISIONS. 220 4th Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE NO ©1988-2010 ACORD CORPORATION.All rights reserved. ACORD 25(2010/05) 1 of 1 The ACORD name and logo are registered marks of ACORD #S1726122/M1726028 CLM00 Mulier Construction,LLC BL056081172 COMMERCIAL GENERAL LIABILITY CG 85 83 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section II - Who Is An Insured is amended to include as an insured any person or organization whom; you have agreed to add as an additional insured in a written, contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" I or "property damage": / 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the "products-completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV -Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions, under Section I -Coverage A Bodily Injury And Property Damage Liability: This insurance does not apply to: 1. "Bodily, injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. 2. "Bodily; injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: f , a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, I reports, surveys, field orders, change orders or drawing and specifications; and k b. Supervisory, inspection, architectural or engineering activities. 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 2 Mulier Construction,LLC BL056081172 C. With respect to the insurance afforded by this endorsement, exclusion 1. Damage To Your Work of Paragraph 2. Exclusions under Section I Coverage A - Bodily Injury And Property Damage Liability is replaced by the following: I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products- completed operations hazard - D. With respect to the insurance afforded to these additional insureds, the following is added to Section II - Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by,contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever' is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declaratio ns. E. With respect to the insurance afforded by this endorsement, Section IV -Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. ' Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a"suit" by the additional insured. 2. Paragraph 4. of Section IV -Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis; this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b.Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does'not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance' for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insur- ance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. © 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission . Page 2 of 2 Mulier Construction,LLC BL056081172 COMMERCIAL GENERAL LIABILITY CG 8810 0413 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAqE NON-OWNED AIRCRAFT 2 NON-OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY-ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 3 ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY-ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR '"LIMITS OF INSURANCE" 6 WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORSIMALPiRACTICE AND WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION-MANAGEMENT EMPLOYEES 6 ii NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US- 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU 2013 Liberty Mutuat Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 8 I Mulier Construction,LLC BL056081172 With respect to coverage afforded by this endorsement,the provisions of the policy apply unless modified by the endorsement. A. NON-OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury And Property Damage Liability, exclusion g.Aircraft,Auto Or Watercraft dues not apply to an aircraft provided: I. It is not owned by any insured; 2, It is hired,chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate,issued by the duly constituted authority of the United States of America or Canada,designating her or him a commercial or airline pilot;and 4. It is not being used to carry persons or property for a charge. However,the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance,whether primary,excess(other than insurance written to apply specifically in excess of this policy), contingent or on other basis,that would also apply to the loss covered under this provision. B. NON-OWNED WATERCRAFT Under Paragraph 2.Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liability, Subparagraph(2)of exclusion g.Aircraft,Auto Or Watercraft is replaced by the following: This exclusion does not apply to (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. i C. PROPERTY,DAMAGE LIABILITY-ELEVATORS 1. Under Paragraph 2. Exclusions of Section I-Coverage A-Bodily Injury And Property Damage Liabil- ity, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision,elevators do not include 'i vehicle lifts.Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV - Commercial General 'Liability Conditions, Condition 4. Other In:suranc,e,Paragraph b.Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary,excess,contingent or on any other basis, D. EXTENDED'DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: 1. Under Paragraph 2.Exclusions of Section 1-Coverage A-Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the follow L ing. Paragraphs(1), (3)and (4)of this exclusion do not apply to"property damage" (other than damage by fire,lightning,explosion,smoke,or leakage from an automatic fire protection system)to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III - Limits of Insurance. O 2013 Liberty Mutual insurance CG 8810 04 13 Includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 2 of 8 Mulier Construction,LLC BL056081172 b. The last paragraph of subsection 2.Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises white rented to you ortemporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III Limits Of Insurance. 2. Paragraph 6.under Section III Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above,the damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of`.`property damage"to: a. Anyone premise: (1) While rented to you, or (2) While rented to you or temporarily occupied by you with permission of-the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection sys- tems or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU(Tenant's Property Damage)-Paragraph 9.a.of Definitions is replaced with the following 9.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 leakage from automatic firm protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement,is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded,the Medical Payments provided by this policy are amended as follows; Under Paragraph 1. Insuring Agreement of Section I-Coverage C Medical Payments,Subparagraph (b)of Paragraph a.is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS-COVERAGES A AND B 1. Under Supplementary Payments-Coverages A and B,Paragraph 1.b.is replaced by the following: i b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies.We do not have to furnish these bonds. 2. Paragraph 1.d.is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to$500 a day because of time off from work. G. ADDITIONAL INSUREDS-BY CONTRACT,AGREEMENT OR PERMIT 1. paragraph 2. under Section II-Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions,or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contractor written agreement provided that the "bodily Injury„ or "property damage" occurs, or the "per- sonal and advertising injury" is committed,subsequent to the signing of such written contract or written agreement; or O 2013 liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services.Office,Inc.,with its permission. Page 3 of 8 Mulier Construction,LLC BL056081172 b. Premises or facilities rented by you or used by your or c. The maintenance,operation or use by you of equipment rented or leased to you by such person or organization;or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and ad- vertising injury"arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent,or control but only with respect to the following hazards: (a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar expo- sures; or (b) The construction,erection,or removal of elevators; or (c) The ownership,maintenance,or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted bylaw; and 2. If coverage provided to the additional insured is required by a contract or agreement,the insur- ance afforded to such additional insured will riot be broader than that which you are required by the contract or agreement to provide for such additional insured: With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (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. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written`agreement with you for such premises or facilities ends. With respects to Paragraph I.c.above,this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contractor written agreement is signed prior to the"bodily injury"or"property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2, Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section 1V-Commercial General Liability Condi- tions. d 2013 Liberty Mutual Insurance CG 88 10 04 13 includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 4 of 8 Mulier Construction,LLC BL056081172 2. With respect to the insurance provided by this endorsement,the following are added to Paragraph 2. Exclusions under Section I-Coverage A-Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or"property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury,"or"property damage"occurs. C. "'Bodily injury", "property damage"or"personal and advertising injury" arising out of the render- ing of, or the failure to render,any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps,shop drawings, opinions, reports,surveys,field orders change orders or drawings and specifications;or (2) Supervisory,inspection,architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occur- rence" which caused the "bodily injury' or "property damage", or the offense which caused the '"personal and advertising injury", involved the rendering of, or the failure to render,any professional architectural,engineering or surveying services. d. "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 apart of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED OWNERS, LESSEES OR CONTRACTORS endorsement is- sued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds,the following is added to Section III Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. i This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV-COMMERCIAL GENERAL LIABILITY CONDITIONS is amend- ed as follows; a. The following is added to Paragraph a.Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contractor written agreement to provide the additional insured coverage on a primary and noncontributory basis,this policy shall be primary and we will not seek contribution from theadditional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services officer Inc.,with its permission. Page 6 of 8 Mulier Construction,LLC BL056081172 b. The following is added to Paragraph Is.Excess Insurance: When a written contractor written agreement,other than,a premises lease,facilities rental contract or agreement,an equipment rental or lease contractor agreement,or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the addi- tional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether,primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS-EXTENDED PROTECTION OF YOUR"LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2.Duties In The Event Of Occurrence,Offense,Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence"or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and c. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED-INCIDENTAL MEDICAL ERRORS/MALPRACTICE WHO IS AN INSURED-FELLOW EMPLOYEE EXTENSION MANAGEMENT EMPLOYEES Paragraph 2.a.(1)of Section If-Who Is An Insured is replaced with the following, (1) "Bodily injury" or"personal and advertising injury": (a) To you,to your partners or members(if you area partnership or joint venture),to your members(if you are a limited liability company),to a co-"employee" while in the course of his or her employ- ment or performing duties related to the conduct of your business, or to your other "volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co-"employee" or "volunteer worker" as a consequence of Paragraph(1) (a)above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs(1)(a)or(b)above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing profes- sional health care personnel to others, or if coverage for providing professional health care ser- vices is not otherwise excluded by separate endorsement, this provision(Paragraph (d)) does not apply. Paragraphs(a)and(b)above do not apply to "bodily injury"or"personal and advertising injury"caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employ- ees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and Q 2013 Liberty Mutual Insurance CG 8810'0413 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 8 Mulier Construction,LLC BL056081172 advertising injury" arising out of their willful conduct,which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxica- tion by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3.of Section 1I-Who Is An Insured is replaced by the following: 3. Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as 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 expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or"property damage" that occurred before you acquired or formed the organization;and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first blamed Insured. No person or organization is an insured with respect'to the conduct of rany current or past partnership,joint venture or limited liability company that!is not shown as a Named Insured in the Declarations or qualifies as an insured,under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV-Commercial General Liability Conditions,the following is added to Condition$. Repre- sentations: Your failure to disclose all hazards or prior"occurrences"existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior"occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE,OFFENSE,CLAIM OR SUIT Under Section IV-Commercial General liability Conditions,the following is added to Condition Z. Duties In The Event of Occurrence,Offense,Claim Or Suit: Knowledge of an "occurrence offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section li -Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received Such notice from the agent,servant or "employee N. LIBERALIZATION CLAUSE I If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge,your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V-Definitions,Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock,fright or death that results from such physical injury, sick- ness or disease. 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 7 of 8 Mulier Construction,LLC BL056081172 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: a. Expected Or Intended Injury r "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US - WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV-Commercial General Liability Conditions,the following is added to Condition 8.Trans- fer Of Rights Of Recovery Against Others To Us: We waive any right of recovery.we may have against person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products-completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization;and 2. The injury or damage occurs subsequent to the execution of the written contract or written agree- ment. © 2013 Liberty Mutual Insurance CG 8810 04 13 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 8 of 8 Coverage/s Provided In: Policy Number: Liberty The Ohio Casualty Insurance Company USO (16) 56 08 11 72 Mutual® Policy Period: INSURANCE From 04/16/2015 To 04/16/2016 Policy Change Endorsement Endorsement Period: From 06/11/2015 to 04/16/2016 12:01 am Standard Time at Insured Mailing Location Named Insured&Mailing Address ` Agent Mailing Address&Phone No. MULIER CONSTRUCTION, LLC (253) 759-2200 25481 SE 275TH PL PROPEL INSURANCE/TACOMA MAPLE VALLEY, WA 98038 PO BOX 2940 TACOMA, WA 98401-2940 CHANGES TO POLICY - TRANSACTION # 2 This Policy Change Endorsement Results In A Change In The Charges As Follows: No Change in Premium Description of Chainge(s) I, Coverage Forms and Endorsements Added CU8840 Designated Insured form for the City of Kent. In See The Revised'' Declarations and Declarations Schedule O O f Servicing Office Western Washington and Issue Date 05/14/2015 Authorized Representative To report a claim, call your Agent-or 1-800-362-0000' DS 70 27 01 08 05/14/2015 5608117.2 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 1 OF 10 Coverage Is Provided In: Policy Number: Liberty The Ohio Casualty Insurance Company USO (16) 56 08 11 72 Mutual. Policy Period: INSURANCE From 04/16/2015 To 04/16/9016 Policy Change Endorsement Endorsement Period: From 05/11/2015 to 04/16/2016 12:01 am Standard Time at Insured Mailing Location Named Insured Agent MULIER CONSTRUCTION, LLC (253)759-2200 PROPEL INSURANCE/TACOMA' POLICY FORMS AND 'ENDORSEMENTS This section lists the Forms,and Endorsements for your policy. Refer to these documents as needed for detailed information concerning your coverage. FORM NUMBER TITLE CU 60.02 06 97 Commercial Umbrella Coverage Form CU 60.39 01 08 Cap on Losses from Certified Acts of Terrorism CU 60 40 01 08 Underlying Coverage Requirement for Certified Acts of Terrorism CU 61 06 01 13 Auto Liability - Following Form CU 61 50 07 14 Contractors Limitation Endorsement CU 61 90 08 10 Washington Changes - Cancellation and Nonrenewal CU 63 44 06 97 Foreign,Liability - Following Form CU 64 00 12 04 Exterior Insulation and Finish System- Exclusion CU 64 30 12 04 Washington - Fungi or Bacteria Exclusion` CU 64 32 03 99 Washington Asbestos Exclusion CU 64 79 05 09 Exclusion - Recording and Distribution of Material or Information in Violation of the Law CU 64 82 07 14 Amendment -Electronic Data CU 64 87 10 05 Economic or Trade Sanctions Condition Endorsement CU 64,92 01 13 Mobile Equipment - Following'Form CU 65 08 01 09 Exclusion of Punitive Damages Related to Certified Acts of Terrorism CU 88 01 12 02 War Liability Exclusion' 0 CU 88 02 05 09 Non-Cumulation of Liability (Same Occurrence) a CU`88 27 12 07 Washington Employment'Related Practices Exclusion CU 88 30 07 14 General Amendatory Endorsement CU 88 39 07 14 Amendment of Definition of Insured N *CU 88 40 02 10 Amendment Of Other Insurance.- Designated Person Or Organization CU'88 41 02 10 Amendment of Pollution Exclusion CU 89 19 01 13 Amendment of Watercraft Exclusion CU 89 21 01 1`3 Amendment of Aircraft Exclusion CU 89 31 01 07 Washington Conditional Exclusion Of Terrorism Involving Nuclear, Biological Or Chemical Terrorism (Relating To Disposition Of Federal Terrorism Risk Insurance Act) Servicing Office Western Washington and Issue Date 05/14/2015 Authorized Representative To report a claim, call your Agent or 1-800-362-0000 DS 70 27 01 08 05/14/2015` 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 2 OF 10 Coverage Is Provided In: Policy Number: Liberty The Ohio Casualty Insurance Company USO (16) 56 08 72 Mutual. Policy Period: INSURANCE From 04/16/2015 To 04/16/2016 Policy Change Endorsement Endorsement Period: From 05/11/2015 to 04/16/2016 1'2:01'am Standard Time at Insured Mailing Location Named Insured Agent MULIER CONSTRUCTION, LLC (253) 759-2200 PROPEL INSURANCE/TACOMA POLICY FORMS AND ENDORSEMENTS CONTINUED ry �� ... o This section lists the Forms and Endorsements for your policy. Refer to these documents as needed for detailed " information concerning your coverage. FORM NUMBER TITLE CU 89 45 10 14 Access or Disclosure Of Confidential Or Personal Information And Data-Related CN Liability with Limited Bodily Injury Exception Exclusion " m N O Servicing Office Western Washington and Issue Date 05/14/2015 Authorized Representative To report'a claim, call your Agent or 1-800-362-0000 DS 70 27 01 08 05/14/2015 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 3 OF 10 Coverage Is Provided In: Policy Number: • Liberty. The Ohio Casualty Insurance Company USO (16) 56 0811 72 Mutual INSURANCE Commercial Umbrella Policy Declarations -Revised Basis: Occurrence (ITEM 1)NAMED INSURED&MAILING ADDRESS AGENT MAILING ADDRESS&PHONE NO. MULIER CONSTRUCTION, LLC (253) 759-2200 25481 SE 275TH PL PROPEL INSURANCE/TACOMA MAPLE VALLEY, WA 98038 PO BOX 2940 J TACOMA, WA 98401-2940 Named Insured Is: LIMITED LIABILITY COMPANY Named Insured Business IS: ROAD CONSTRUCTION (ITEM 2)POLICY PERIOD From 04/16/2015 TO 04/16/2016 12:01 AM Standard Time at Insured Mailing Location (ITEM 3)PREMIUM CHARGES Explanation of DESCRIPTION PREMIUM Charges C'ommereinl lJmhrelln ** Certifier) Acts of Terrorism C'overnge ** (Tno l u Pd) M N Total Advance Charges Note: This is not a bill **SEE POLICY CHANGE ENDORSEMENT FOR EXPLANATION OF CHARGES. BASIS OF PREMIUM: NON-AUDITABLE(,X) AUDITABLE( IN THE EVENT OF CANCELLATION BY THE NAMED INSURED, THE COMPANY WILL RECEIVE AND RETAIN NO LESS THAN (0% ) OF THE POLICY PREMIUM AS THE MINIMUM RETAINED PREMIUM PLUS CERTIFIED ACTS OF TERRORISM COVERAGE AND ANY APPLICABLE TAXES AND SURCHARGES. (ITEM 4)LIMITS OF INSURANCE DESCRIPTION LIMIT EACH OCCURRENCE $5 0 0 0,0 0 0 AGGREGATE(WHERE APPLICABLE) $5,0 0 0,0 0 0 PRODUCTS-COMPLETED OPERATIONS AGGREGATE $5,;0 0 0,0 0 6 SELF-INSURED RETENTION $10,0 0 0 Servicing Office Western Washington and Issue Date 05/14/2015 Authorized Representative To report a claim, call your Agent or 1-800-362-0000 DS 70 22 01 08 05/14/2015 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 5 OF 10 Coverage Is Provided In: Policy Number: 10� Llberty The Ohio Casualty Insurance Company USO (16) '56 08 11 72 Mutual® INSURANCE (ITEM 5),SCHEOULE OF UNDERLYING INSURANCE: CARRIER, POLICY NUMBER AND PERIOD TYPE OF COVERAGE LIMITS OF INSURANCE OHIO CASUALTY GENERAL $1,000,000 EACH OCCURRENCE LIABILITY LIMIT $1,000,000 PERSONAL AND BLO(16)56081172 ADVERTISING INJURY 04/16/2015 - 04/16/2016 LIMIT $2,000,000 GENERAL AGGREGATE LIMIT $2,000,000 PRODUCTS COMPLETED OPERATIONS'AGGREGATE LIMIT OHIO SECURITY INSURANCE HIRED AND/OR $1,000,000 COMBINED SINGLE COMPANY NONOWNED AUTO LIMIT LIABILITY BAS(16)56081172 04/16/2015 - 04/16/2016 THE OHIO CASUALTY INSURANCE STOP'GAP $1,000,000' BODILY INJURY EACH COMPANY LIABILITY ACCIDENT LIMIT $1,000,000 BODILY INJURY BY BLO(16)56081172 DISEASE AGGREGATE 04/16/2015' - 04/16/2016 LIMIT $1,000,000 BODILY INJURY BY DISEASE EACH EMPLOYEE LIMIT 0 o To report'a claim, call your Agent or 1-800-362-0000 DS 70 23 01, 08 05/14/2015' 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 6 OF 10 i Coverage Is Provided In. Policy Number: Liberty The Ohio Casualty Insurance Company USO (16) 56 08 11 72 Mutual® INSURANCE POLICY FORMS AND ENDORSEMENTS This section lists all the Fonns and Endorsements for your policy. Refer to these documents as needed for detailed information concerning your coverage. FORM NUMBER TITLE CU 60 02 06 97 ' Commercial Umbrella Coverage Form CU 60 39 01 08 Cap on Losses from Certified Acts of Terrorism CU 60 40 01 08 Underlying Coverage Requirement for Certified Acts of Terrorism o CU 61 06 01 13 Auto Liability -',Following Form N CU 61 50 07 14 Contractors Limitation Endorsement CU 61 90 08 10 Washington Changes - Cancellation and Nonrenewal CU 63 44 06 97 ° Foreign Liability - Following Form N CU 64 00 12 04 Exterior Insulation and Finish System- Exclusion o g g' CU 64 30 12 04 Washington - Fun i or Bacteria Exclusion CU 64 32 03 99_ Washington Asbestos Exclusion I CU 64 79 05 09 Exclusion Recording and Distribution of Material or Information in Violation of the Law CU 64 82 07 14 Amendment - Electronic Data N CU 64 87 10 05 Economic or Trade Sanctions Condition Endorsement CU 64 92 01 13 Mobile Equipment -Following Form CU 65 08,01 09 Exclusion of Punitive Damages Related to Certified Acts of Terrorism CU 88 01 12 02 War Liability Exclusion CU 88 02 05 09 Non-Cumulation of Liability (Same Occurrence) CU 88 27 12 07 Washington Employment Related,Practices Exclusion CU 88 30 07 14 General Amendatory;Endorsement CU 88 39 07 14 Amendment of Definition of Insured *CU 88 40 02 10 Amendment Of Other Insurance - Designated Person Or Organization CU 88 41 02 10 Amendment of Pollution Exclusion CU'89 19 01 13 Amendment of Watercraft Exclusion CU 89 21`01 13 Amendment of Aircraft Exclusion In witness`whereof, we have caused this policy to be signed by our`authorized officers. Dexter Legg Paul Condrin Secretary President To report a claim, call your Agent or 1-800-362-0000 DS 70 23 01 08 05/14/2015 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 7 OF 10 Coverage Is Provided In: Policy Number: Mutual Liberty The Ohio Casualty.Insurance Company USO (16) 56 08 11 72` INSURANCE POLICY FORMS AND ENDORSEMENTS - continued This section;lists all the Forms and Endorsements for your policy. Refer to these documents as needed for detailed information concerning your coverage. FORM NUMBER TITLE CU 89 31 01 07 Washington Conditional Exclusion Of Terrorism Involving Nuclear,, Biological Or Chemical Terrorism (Relating To Disposition Of Federal Terrorism Risk Insurance Act) CU 89 45 1`0 14 Access or Disclosure Of Confidential Or Personal Information And-Data-Related - Liability with Limited Bodily Injury Exception Exclusion 0 o To report a claim, call'your Agent or 1-800-362-0000 DS 70 23 01 08 05/14/2015 56081172 N0178878 235 NCAOPPNO INSURED COPY 002814 PAGE 8 OF 10 COMMERCIAL UMBRELLA C U 88 40 02 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER>INSURANCE DESIGNATED PERSONS OR ORGANIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA COVERAGE PART SCHEDULE e "Name of Person or Organization: City of Kent Public Works Engineering 220 4th Avenue South Kent, WA 98032 The following is added to Condition J. Other Insurance under,SECTION VI. CONDITIONS: However, with respect to a person or organization shown in the Schedule, that qualifies as an additional "Insured" under paragraph F.5. of SECTION V. DEFINITIONS, if a written contract in which'' you have " agreed to provide insurance for that person or organization expressly requires that this insurance applies on a primary or'a primary and non-contributory basis, this insurance will apply as if other insurance available to that person or organization which designates that person or organization as a Named Insured does not exist, and we;will not ,share with ''that other insurance. Regardless of the Written contract between you and the person or organization shown in the Schedule, this insurance is still excess over any other, valid and collectible insurance available to that person or organization, whether such insurance is primary, contributing, excess; contingent or otherwise, as respects "autos" or when that person or organization is an additional insured under such 'other, insurance: This endorsement does not change any other provision of the policy. o ©2010 Liberty Mutual Insurance Company.All rights reserved. CU 88 40 02 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 1 COMMERCIAL UMBRELLA CU 88 40 02 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. r AMENDMENT OF OTHER INSURANCE DESIGNATED PERSONS OR ORGANIZATIONS II This endorsement modifies insurance provided under the following: COMMERCIAL UMBRELLA COVERAGE PART SCHEDULE Name of Person or Organization- City of Kent Public Works Engineering 220 4th Avenue South Kent, WA 98032 The following is added to Condition J.Other`Insurance under SECTION VI. CONDITIONS: However, with' respect to a person or organization shown in the Schedule, that qualifies as an additional , "Insured" under paragraph F.5. of'SECTION V. DEFINITIONS, if a written contract in which you have " agreed to provide insurance for that person or organization expressly requires that this insurance applies on a primary or a primary' and non-contributory basis, this insurance will apply as if other insurance available to that person or organization which designates that person or organization as a Named Insured does not exist, and we will not share with that other insurance.' Regardless of the written contract between you and the person or, organization shown in the Schedule, this insurance is still excess over any other valid and collectible insurance available to that person or organization, whether such insurance is primary, contributing, excess, contingent; or otherwise, as respects "autos" or when that person or organization is an additional insured under such other insurance. This endorsement does not change'any other provision of the policy. 0 ©2010 Liberty Mutual Insurance Company.All rights--reserved. Page 1 of 1 CU 88 40 02 10 Includes copyrighted material of Insurance Services Office,Inc.,with its permission, Coverage is Provided In: policy Number: Lb Tty r The Ohio Casualty Insurance Company USO (16) 56 081172 Policy Period: iNsuaaNce From 04/16/2015 To 04/16/2016 Policy Change Endorsement Endorsement "Period: From 05/11/2015 to 04/16/2016 1201 am Standard Time at Insured Mailing Location Named Insured&Mailing Address Agent Mailing Address&Phone NO. MULIER CONSTRUCTION, LLC (253) 759-2200 25481 SE 275TH PL PROPEL INSURANCE/TACOMA MAPLE VALLEY, WA 98038 PO BOX 2940 ®_ TACOMA, WA 98401-2940 I CHARGES To POLICY TRANSACTION # 2 m This Policy Change Endorsement Results In A Change In The Charges As Follows: No Change in Premium Description of Change(s) Coverage Forms and Endorsements Added CU8840 Designated Insured form for the City of Kent. N See The Revised Declarations and Declarations Schedule 0 r Servicing Office Western Washington and issue Date 05/14/2015 Authorized Representative To report a claim, call your Agent or 1-800-362-0000 DS 70 27 01.0$ 05/14/2015 56081172 N0178878 235 NCAOPPNO AGENT COPY 003796 PACE 3 OF 12 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE ' DIVISION 1 GENERAL REQU I REMENTS ........... ..................1-1 1-01 Definitions and Terms......... ...... ... ... ..... .1-1 1-02 Bid Procedures and Conditions.-..... .............................. .1-2 1-03 Award and Execution of Contract..... .. . .1--5' 1-04 Scope of the Work ........ .... .... 1-6 1-05 Control of Work . . .. . 1-8 1-06 Control of Material ..... ... .... 1-13 1-07 Legal Relations and Responsibilities to the Public.................. 1-15 1-08 Prosecution and Progress . . .. .. .. .......... 1-20 1-09 Measurement and Payment -, .. ..................... 1-23 DIVISION 2 EARTHWORK......................... ............ .....................2-1 2-02 Removal of Structures and Obstructions........... ..................2-1 ! DIVISION_5 SURFACE TREATMENTS AND PAVEMENTS .................5-1 5-04 Hot Mix Asphalt ............ ............................. ....... ... ..5-1 LOCATION MAP........... .................. .... ..... .......................... A-1 PREVA I L I NG WAGE RATES.............. .... ............... .......................... A-2 I ' ` a 2015 Asphalt Grinding/Araucto January 27, 2015 Project Number: 15-3001' KENT. SPEC I AL PROV IS IONS 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 CWSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the m 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 past of this contract. G . 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 REOU I.REMENTS 1-01 DEFINITIONS AND TERMS SECT/ON 1-01.1 IS SUPPLEMENTED BY ADDI NG 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) /S SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each ac Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand` gallons N I C Not In:Contract SF Square Feet SECT/ON 1-01.3, "CONTRACT"DEFI NI T/ON, /S DELETED AND REPLACED WITH THE FOLLOWING: 1-013 Definitions Contract The Written a- reement between the.Contracting Agency.and the Contractor. It describes, among other things: I 2015 Asphalt Grinding/Araucto 1 1 January 27, 2015 Project Number: 15-3001 1 . What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications, Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1 . Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2015 Asphalt Grind ing/Araucto 1 - 2 January 27, 2015 Project Number: 15-3001 SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City Shall supply to the Contractor, for its own use,-five (5) copies of the plans and specifications. Additional copies can be purchased from the City at the price specified by the City or in the, Invitation to Bid. SECTION' 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project from the City upon furnishing a non-refundable payment as specified in the "Invitation to Bid" or by downloading at no charge at www.kentwa.gov/procurement; however, a bidder remains.prospective b dde ema s responsible to obtain Bide Documents.., even if unable to download documents through City's internee connection, whether or not inability to access is caused by the bidder's or the Cit 's technology. Bid Documents_ma be re uested b mail or y - 9y Y q Y , 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.' i 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 . An proposal bond shall be on the Cit s bond'forrn and ( Y bond). Any ' P Y - 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 Asphalt Grinding/Araucto 1 - 3 January 27, 2015 Project Number: 15-3001 Insurance List in the State of Washington published by the Office of the w 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- A I D 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: 1-02.1 O Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1 . The Bidder submits a written request signed by an authorized :r 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 Asphalt Grinding/Araucto 1 - 4 January 27, 2015 Project Number: 15-3001 l SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH /N 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 DA YS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION, 1-03'.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: ( 1-03.3 Execution of Contract The form of contract that the successful bidder, as the'Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be req aired to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. i 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 b one working day for each calendar day,after this 10-d Y 9 y y ,ay 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 Asphalt Grind ing/Araucto 1 - 5 January 27, 2015 R Project Number, 15-3001 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 e Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. ` SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS" IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1 . Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans 2015 Asphalt Grinding/Araucto 1 - 6 January 27, 2015 Project Number: 15-3001 f SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes ` For Item,2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity; SECTION 1-04.6 /S DELETED AND REPLACED WITH THE FOLLOWING: 11-04.6 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 willbe 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: 1-049 Use of Private Properties Staging,and storage locations are part of the Project and must be properly permitted for that use. It is the Contractor's sole responsibility to obtain a staging and storage area(s) for his equipment and project material if needed and all necessary permits/approvals to use private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas 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, a, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City r 2015 Asphalt Grinding/Araucto 1. 7 January 27, 2015 Project Number: 15-3001 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 at a permitted site. 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 DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City's Right to Correct Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within 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 a Contractor refuses to perform completed by using City or other forces. An emergency situation is any situation which, in the opinion of the Engineer, could be potentially unsafe if its remedy is delayed, or might cause serious risk of loss or damage to the public. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or 2015 Asphalt Grinding/Araucto 1 - 8 January 27, 2015 Project Number: 15-3001 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 Citys 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 I perform the work as>require d: SECTION 1-05.10 ISM DELETED AND REPLACED WITH THE FOLLOWING; 1-05.10 Guarantees n 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 I acceptance, the Contractor shall:,be available to tour f the project, with the Engineer, .in support of the Engineer's effort to f establish'a list of corrective work then known and,discovered. SECTION 1-05.1 1 IS DELETED AND REPLACED WITH THE FOLLOWING: f - 1-05.11 Final I nspection 1 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 I Engineer establish the Substantial Completion Date. To be considered substantially complete the following conditions must be met: R 1 . The City must have full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint. 2. Only minor incidental work, replacement of temporary substitute facilities, or correction or repair work remains to reach physical completion of the work. The Contractor's request shall list the specific items of work in subparagraph two above that remain to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial 2015 Asphalt Grinding/Araucto 1 - 9 January 27, 2015 Project Number: 15-3001 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. 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 2015 Asphalt Grind ing/Araucto 1 - 10 January 27, 2015 Project Number: 15-3001 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 fisted 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 /S REVISED BY DELETING THE LAST PARAGRAPH AND REPLACING WITH THE FOLLOWING:' i i 1-05.13 Superintendents, Labor, and Equipment of Contractor t 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. f 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 Asphalt Grinding/Araucto 1 - 11 January 27, 2015 Project Number: 15-3001 I 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: Line Striping and Thermoplastic Markings Project consists of replacing long line and thermoplastic markings at various locations throughout the City. Some markings may be replaced on streets identified for asphalt grinding. Crack Sealing Projects Project consists of installing rubberized asphalt for crack sealing roadways at various locations throughout the City. ' Some crack sealing may be installed on streets identified for asphalt grinding. Said work will require temporary lane closures and staging of construction equipment. Vehicle Detector Loops Project consists of installing vehicle detector loops at signalized intersections throughout the City. Some installation may be installed on streets or near the asphalt grinding locations. Said work will require temporary lane closures and staging of construction equipment. 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. 2015 Asphalt Grind ing/Araucto 1 - 12 January 27, 2015 Project Number: 15-3001 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: i 1 . Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. p 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 (1 A, 1 B, 1 C, etc.). 4. Description of the submittal and reference to the Contract requirement>or technical'specification section and paragraph number being: addressed: 5. Bid item(s) where product will be used. 1-06.6(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information'will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0) of the Kent Special Provisions The schedule of submittals must be accepted prior to f 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 L y or incomplete submittals, and any other reasonably foreseeable delay. 2015 Asphalt Grinding/Araucto 1 = 13 -January 27, 2015 Project Number: 15-3001 1-06.6(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1 . Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1 . Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are " suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph . The Contractor shall highlight or mark every page of every copy of " all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1 . Cite the specific Contract requirement including the Specification ° Section bid item number and paragraph number for which approval of a deviation is sought. 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. 2015 Asphalt Grinding/Araucto 1 - 14 January 27, 2015 Project Number: 15-3001 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1 . "APPROVED AS SUBMITTED" — Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required Items not shown in the partial submission. 2. "APPROVED AS NOTED" Accepted subject to minor corrections that shall be made by the Contractor and. subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required.' 3. "AMEND AND RESUBMIT" — Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re submittal., An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.6(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATI ONS AND RESPONS I B I L I T1 ES TO THE PUBL I C SECT/ON 1-07.1 /S 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. 2015 Asphalt Grinding/Araucto 1 - 15 January 27, 2015 Project Number: 15-3001 SECTION 1-07.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.2 State Taxes 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor shall contact the Washington State Department of Revenue for answers to questions in this area. The City will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the bid item prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The City will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The City may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed is related to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(2) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when they are part of the roadway lighting system. For work performed in these cases, the Contractor shall include Washington State Retail Sales Tax in the various unit Bid Item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(3) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules apply to the construction and repair of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the State of Washington; water mains and their appurtenances; sewers and sewage disposal 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 2015 Asphalt Grind ing/Araucto 1 - 16 January 27, 2015 Project Number: 15-3001 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) SECT/ON 1-07.6 I S SUPPLEMENTED BY ADDING THE!FOLLOWIN G: 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. I 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. I , SECT/ON 1-07.9(1) /S 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. 2015 Asphalt Grinding/Araucto 1 - 17 January 27, 2015 Project Number: 15-3001 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 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. 2015 Asphalt Grinding/Araucto 1 - 18 January 27, 2015 Project Number: 15-3001 1 . 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 1 nspection 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, combined sewerage utilities and survey monuments within those areas. The following list of contacts is provided only as a convenience to the Contractor. 1t may not be accurate and may not constitute a complete list of all affected utilities. Centur L, ink Comcast Nevie Jake Jerry Steele (253) 372-5368 (253) 288-7532 . 425 761-0471 cell 206 391-1763 cell Puget Sound Energy( Verizon Anita Yurovchak Brad Landis (253) 476.1-6304 (425) 201-0901 (253) 381-6714. (cell) (42'5) 766-1740 (cell) SECT/ON 1-07.18 /S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.181 Public Liability and Property Damage Insurance 7. Refer to the insurance requirements in the project Contract, which constitute the Contractor's insurance requirements for.this project. SECT/ON 1-07.24 /S DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way 17 Limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements and permits for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of i construction. Locations where these rights have not been obtained will be'brought to the Contractor's attention prior to start of construction. 2015 Asphalt Grinding/Araucto 1 - 19 January 29, 2015 Project Number: 15-3001 0 oil 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. W 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction Conference The Engineer will furnish the Contractor with up to 5 copies of the Contract. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 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. 2015 Asphalt Grind ing/Araucto 1 - 20 January 27, 2015 Project Number: 15-3001 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. i 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval. by the Engineer, of all - subcontractors. ,.... SECT/ON 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 i filed with the City. Unless otherwise approved n writing by the Engineer, the Contractor,shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor, shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of,operations by the Contractor shall not ,relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 4 hour period between 830 a.m. and 1 :00 p.m. Monday through Friday, :unless otherwise specified in the Kent Special Provisions, with a 5-day work week. The normal straight time p: y g 4-hour working period for the contract shall be established at the preconstruction conference or prior to'the :Contractor commencing work. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the I Inspector's time may be scheduled. Permission to work longer than a 4-hour period between 8:30 a.m. and 1 :00 p.m is required. The Engineer may grant per.mission,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.Cityr 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 f Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. 2015 Asphalt Grinding/Araucto 1 - 21 January 27, 2015 .: Project Number: 15-3001 W W 1 . If locate work is required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the " Contractor in accordance with RCW 19.122.030, the City will bill the Contractor for the work. Such billing may be at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the ' City resources will be available to meet the accelerated schedule. No + additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. The original and all supplemental progress schedules shall not conflict ' with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed 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 The Contractor shall coordinate the grinding schedule with City crews as directed by the Engineer. The Engineer will give at least 48 hours advanced notice to the Contractor of the schedule and planing location. 2015 Asphalt Grind ing/Araucto 1 - 22 January 27, 2015 Project Number: 15-3001 The'Contractor shall begin work,within ten (10) days after thedate stated in the written 'notice provided'to the Contractor. All work directed by the Engineer shall be completed no later than September. 25, 2015. SECTION 1-08.8 I S REVISED BY DELETING PARAGRAPHS 1 THROUGH 3 AND S { REPLACING THEM WITH THE FOLLOWING: 1-08.8 Extensions of Time The Contractor shall perform work on limited segments of the roadway during each working day, as directed by the Engineer, to allow coordination of the Contractor's work with other related work being performed by City;crews or other City Contractors. The Contractor shall submit any requests for time extensions to the Engineer in writing no later than 10 working days after the delay '<< occurs. The request shall be limited to the change in the critical path of the Contractor's schedule attributable to the change or event giving rise to the request. To be considered by the Engineer, the request shall be in sufficient detail as determined b the Engineer).to enable the ( _y _ _ 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: (11) 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 j 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: ,e 1. Ticket serial number (this is already imprinted on the tickets). 2015 Asphalt Grinding/Araucto 1 - 23 January`27, 2015 Project Number: 15-3001 r.: 2. Identification number of truck/truck trailer. 3. Date and hour of weighing. 4. Type of material. 5. Weight of load. The weighman shall record the gross weight and net weight, except where the scale has a tare beam and the net weight can be read directly. In such case, only net weight need be recorded on the ticket. 6. Weighman's identification. 7. Contract number. 8. Unit of measure. 9. Legal gross weight in Remarks section. ` 10. Location of delivery. The vehicle operator shall deliver the ticket in legible condition to the material receiver at the material delivery point. SECTION 1-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-09.5 Deleted of Terminated Work The bidders and Contractor should note that in the case the unit bid prices exceed those anticipated by the City of Kent, the City reserves the right to delete schedules, or portions of work therein, to avoid re- bidding of the project. The City does fully intend to award and construct the entire project or that portion thereof which can be covered by budgeted funds. Deletions would be made if bids exceed available funds,- if weather conditions are poor, or for City resource . constraints. Deletions of any particular schedule, or portions therein (in part or whole) may be based on the following location list: Street From To ; S. Reith Rd. 38th Ave. S. 42nd Ave. S. W. James St. 64th Ave. S. Lakeside Blvd. E. S. 234th St. 68th Ave. S. 715t PI. S. S. 228th St. 681h Ave. S. UP Railroad 71 St PI. S. S. 2341h St. End of City Street S. 216th St. 64th Ave. S. 68th Ave. S. 72nd Ave. S. S. 196th St. S. 188th St. 132 Ave. SE S. 282nd St. SE 276th St. SECTION 1-09.7 IS DELETED AND REPLACED WITH THE FOLLOWING: V, 1-09.7 Mobilization Mobilization shall also include moving any and all personnel, materials and equipment from one site to another as specified in the Contract documents. Contractors amount bid in each schedule for mobilization shall not exceed fifteen (15) percent of the total amount bid for the schedule. 2015 Asphalt Grinding/Araucto 1 - 24 January 27, 2015 Project Number: 15-3001 SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 1-09.9(2) City's Right to Withhold Certain Amounts n addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following 1 The cost of defective work not remedied.' 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor' is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 9 p P 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: o. 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. y ton. The venue of an 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 77 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 mutuallyagreed b the parties that when an claims or 9 Y P y, 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 2015 Asphalt Grind ing/Araucto 1 - 25 January 27, 2015 .. ' Project Number: 15-3001 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 andjurisdiction ` of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 4- 2015 Asphalt Grind ing/Araucto 1 - 26 January 27, 2015 Project Number: 15-3001 DIVISION 2 - EARTHWORK F 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. f tl 2015 Asphalt Grinding/Araucto 2 - 1 January-27, 2015 Project Number: 15-3001 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS ` NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT M 1 X ASPHALT SECTION 5-04.3(14) IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 5-04.3(14) Planing Bituminous Pavement The planed material shall become the property of the City. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1 , for the following bid items when they are included in the Proposal: The unit contract price per half day for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane the asphalt concrete pavement as specified on the plans or as directed by the Engineer. The time associated with moving the equipment will not be included in the half day time for planing bituminous pavement. Payment shall be made upon actual half days of work time, regardless of the full planing capacity of the equipment used. It is anticipated that a 48-inch planing wheel will be used to remove rutted areas. City crews will replace the removed asphalt following the planing. No payment will be made for work beyond the half day unless authorized in writing by the Engineer. Throughout the project, each working day may include a single half-day shift, two half-day shifts (morning and afternoon), or no half-day shifts. A half day is defined as four hours of asphalt planing, not including equipment setup, transport, fueling, filling with water, or maintenance time or other similar activities. If the City directs the Contractor to begin a half-day shift, the City will compensate the Contractor for a complete half-day shift even if the City stops the shift in fewer than four hours. 2015 Asphalt Grinding/Araucto 5 - 1 January 27, 2015 Project Number: 15-3001 The City will notify the Contractor at least 48 hours in advance of the anticipated schedule. The City will provide traffic control, trucks for I. hauling planed material and sweeping. The Contractor will provide a planing machine capable of planing 2000 square yards in a 4-hour period, operators and spotters as needed to operate the planer. i .: N I "I, P i 4 I I 2015 Asphalt Grinding/Araucto 5 - 2 January 27, 2015 _,.' Project Number: 15-3001 LOCAT ION MAP 2015 Asphalt Grinding/Araucto A 1 January 27, 2015 Project Number: 15-3001 ki 4 a) 4- C7 0 S_- -P LO N1 Mill A, L Is cm On, 1_j IN X1 A I a) C) CU CL r_ uj CIA Lj I I L A W Ri ............ M� -01!VP uv� ............. r Tj JN r vvl- f IN .......... NR 4-1L OA am 14, r n HIN f W"L IL AV go Vj IN goo, ps ME r '16 IN E, i�% V�61,1 L P a P$L`,,,*",,2.,�A,,, SL pw jGOWq quag mum g RUN N i .......... Ln RE p gegT-u RE11111,10111"Ro". MAN M JPS MZ ,w 2� 171 Ag R MY Mikv- i4___i R L t 4., V L T z 4 Ilia MIA- ........................... m, .......�M MUTE M ­"Z—QL�-Zz- z2"a I U I V1 110, -::�I k 2, �� "W, l M11 ,\,4Q f QW ig I T_ 7vmpu Ts _j Ahq�j -M�e"i:" k I WU_ L W, --J5 IN 4K A ME H-P 9A L CAI N gq tiq r,c, I T--r.............. Lu J 9_41 I t,I K N _1 i pr s % X., PREVAI L I NG WAGE RATES Li i l 2015 Asphalt Grinding/Araucto A 2 January 27, 2015 Project Number: 15-3001 Page 1 of 17 State of Washington Department of Labor & Industries 'Prevailing Wage Section - Telephone 360-902-5335 _ g p_ 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 S' 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: 3/23/2015 .P �.. F wa. ax H lCount%f r Job Classification a e Holiday Overtime Note King Asbestos Abatement`Workers Journey Level $4267 5D 1 H i e King Boilermakers Journey Level $64.29 5N 1 C `King Brick Mason Brick And Block Finisher $44:46 5A 1M King Brick Mason Journey Level $51.32 5A 1 M King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Building ServiceEmployees Janitor $21.29 5S 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F r — — ',I :King Building Service Employees Window Cleaner(Non- $24.94 5S 2F Scaffold) King Buildin Service Em to ees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in abM Journey Level $22.74 1 x King' Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D ` 4C Carpenters g King Carpenters Carpenter $52.32 5D 4C { King Carpenters Carpenters on Stationary Tools $52 45 5D 4C L iKin Car enters Creosoted Material 52.42 5D g � $ 4C King Carpenters Floor Finisher $52.32 5D 4C — 4C 'i. King Carpenters floor Layer, $52.32 5D 4G King Carpenters Scaffold Erector $5232 5D 4C King_ Cement Masons Journey Level $52.38 7A 1 M ! g I Tenders Diver $105.37 5D 44C 8A Kin Diverse.Et King Divers Et Tenders Diver On Standby $59.50 5D 4C King Divers Tenders Diver Tender $54.82 5D: 4C King Divers Et Tenders Surface Rcv Et Rov Operator $54.82 5D 4C King Divers'F Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant,Engineer $5475 5D 3F' King Dredge Workers Assistant Mate (Deckhand) $54.33 5D 3_F g King Dred e Workers Boatmen $54.75 5D 3F ..... Page 2 of 17 King Dredge Workers Engineer Welder $55.79 5D 3F King Dredge Workers Leverman, Hydraulic $56.92 5D 3F King Dredge Workers Mates $54.75 5D 3F King Dredge Workers Oiler $54.33 5D 3F King Drywall Applicator Journey Level $52.32 5D 1 H King Drywall Tapers Journey Level $52.37 5P 1 E King Electrical Fixture Maintenance Journey Level $26.59 5L 1 E Workers King Electricians - Inside Cable Splicer $66.76 7C 4E King Electricians - Inside Cable Splicer (tunnel) $71.67 7C 4E King Electricians - Inside Certified Welder $64.54 7C 4E King Electricians - Inside Certified Welder (tunnel) $69.22 7C 4E King Electricians - Inside Construction Stock Person $37.19 7C 4E King Electricians - Inside Journey Level $62.30 7C 4E King Electricians - Inside Journey Level (tunnel) $66.76 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $69.95 5A 4D Construction King Electricians - Powerline Certified Line Welder $63.97 5A 4D Construction King Electricians - Powerline Groundperson $43.62 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $63.97 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $63.97 5A 4D Construction King Electricians - Powerline Line Equipment Operator $53.81 5A 4D Construction King Electricians - Powerline Pole Sprayer $63.97 5A 4D Construction King Electricians - Powerline Powderperson $47.55 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $82.67 7D 4A King Elevator Constructors Mechanic In Charge $89.40 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.90 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Flappers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1Y King Heat Et Frost Insulators And Journeyman $61.18 5J is Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $44.00 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator 1 $54.57 5B 1 K Page 3 of 17 King Inland Boatmen Cook $5095 5B 11 K "King Inland Boatmen Deckhand $51.19 5B 1K King Inland Boatmen Deckhand Engineer $52.18 513 11K' ffiKing Inland Boatmen Launch Operator $5340 5B 1K` g King Inland'Boatmen Mate> $53.40 5B 1 K a King lnspectien/Cleaning/ ealin Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water stems By Operator Remote Control yKing Inspection'/Cleaning;/Sealing Grout Truck Operator $11.48 1 Of Sewer F Water Systems By s. Remote Control King lnspectionl Cleaning/Seating Head Operator $24.91 1 Of Sewer.Et Water Systems'By — } Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 y Of Sewer £t Water Systems By A Remote Control s King ction/Cleanin /Sealin Tv Truck Operator $20.45 1 Of Se Ins ewer £t Water Systems By £E Remote Control x King ` Insulation Applicators Journey Level $52.32 5D 4C King Ironworkers Journeyman $6162 7N' 10 King Laborers Air, Gas Or Electric Vibrating $42:67 7A 31 r Screed King' Laborers Airtrac Drill Operator $44.00 7A 31 KingLaborers orers Ballast Regular Machine $42:67 7A' 31 ._ King Laborers Batch Weighman $36.17 7A 31 g Kin Laborers Brick Pavers $42.67 7A 31 �. iKing:` Laborers Brush Cutter $4267 7A 31 E King Laborers Brush`Hog Feeder. $42.67 7A 31 King Laborers Burner $42.67 7A , 31` 3 King Laborers Caisson Worker $44.00 7A 31 King Laborers Carpenter Tender $42..67 7A 31 _ ,r l King Laborers Caulker $42.67 7A 31 King - Laborers = Cement Dumper-paving $43.46 7A 31 l a King Laborers Cement finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31` 1 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 s King Laborers Chipping Gun(30 Lbs.And $43.46 7A' 31 Over): i King Laborers Choker.Setter $42.67 7A 31 I 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 i King Laborers Concrete Dumper/chute $43.46 7A 31 Operator 3 3 11 King Laborers Concrete Form'Stripper $42.67 7A 31 .r :King Laborers Concrete Placement'Crew $43.46 7A 31 1_LL-.__.//t_ _\A/-- 1.- -1.__._--.. _-_ _ n./.fin / r%J r. Page 4 of 17 King Laborers Concrete Saw Operator/core $43.46 7A 31 Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking Et $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 (hydrau tic,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 Et 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 Et Transit $44.00 7A 31 Person King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.67 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker $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 Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.46 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et 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 $44.001 7A 31 =King Laborers Pipe Layer/tailor $43.46 7A 31 I King Laborers Pipe Pot Tender $43.46 7A- 31 King Laborers Pipe Reliner- $4346 7A 31 I King Laborers Pipe Wrapper $4346 7A' 31 King Laborers Pot Tender $4267 7A 31' s King Laborers Powderman $4400 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 { a King Laborers Re-timberman $4400 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 n King Laborers Rigger/signal Person $4346. 7A 31 `King Laborers Rip Rap Person $42.67 7A 31 S , King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 k King Laborers Scale Person $42..67 7A 31 I King Laborers Sloper (over 20") $43.46 7A 31 King Laborers Sloper Sprayer $42.67 7A 31 r King Laborers Spreader (concrete) $43.46 7A 31 King _ ; Laborers Stake Hopper $42.67 7A 31 =King Laborers Stock Piler $42.67 7A 31 lKing Laborers Tamper Ft Similar Electric,Air $43.46 7A 31 - Ft Gas Operated Tools — k =King Laborers Tamper (multiple Et Self- $43.46 7A 31 propelled) King Laborers Timber Person -`Sewer $43.46 7A 31 (lagger, Shorer'Ft Cribber) m INng Laborers , Toolroom Person (at Jobsite) $42.67 7A 31 l'King' Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42 61 7A 31' King Laborers Track Liner (power) $43.46 7A 31 3 King Laborers Traffic Control Laborer $38.68 7A 31 8R k King Laborers Traffic Control Supervisor $38.68 7A 31 8R 'King : p 7A 31 in . Laborers Truck Spotter $42.67 I King Laborers Tugger Operator -$43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A` 31 8( Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $7002 7A 31 8C Worker 30.01-44.00 psi P s King Laborers Tunnel Work-Compressed Air $73.70 7A 31 - Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54.01-60.00 psi Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 80 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 8� Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 8C Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 8� Tender King Laborers Tunnel Work-Miner $44.10 7A 31 King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.461 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 Et Topman $42.67 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1 H King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $9.78 1 King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (in Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 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 Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers Journey Level $50.42 1 R Page 7 of 17 King Playground Et Park Equipment Journey Level $9.47 1 Installers King Plumberst Pipefitters Journey Level $74.69 6Z 1G lKing Power E ui meat Operators Asphalt Plant Operators $55.24 7A 3C 8P a King Power Equipment Operators Assistant Engineer $51.97 7A 3C 8P King Power,Eguipment Operators Barrier Machine (zipper) $54.75 7A 3C 8P King Power Eg ui meat Operators Batch Plant Operator, $54.75 7A 3C 8P 3 Concrete King Power Equipment Operators Bobcat $51.97 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment 3 King Power Equipment Operators Brooms $51.97 7A 3C 8P 1 King Power Eoinment Operators Bump Cutter $54.751 7A 3C 8P I King Power EaUiDmeh t Operator t Cableways $55.24 7A 3C 8P King Power Equipment Operators Chipper $54.75 7A 3C 8P fLI King Power Equipment Operators Compressor $51.97 7A 3C 8P King Power Equi meant Operators ators Concrete Pump: ruck Mount $55.24 7A 3C 8P g a With Boom Attachment Over a 42 M s King Power Eouipmet Operators Concrete Finish Machine -laser $51.97 7A 3C 8P l Screed ;King Power Equipment Operators Concrete Pump Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line i Pump, Pump High Pressure. ' 11,King Power E ui ment Operators Concrete Pump: Truck Mount $54.75 7A:' 3C 8P a With Boom Attachment Up To g 42m g King Polder Equipment Operat®rs Conveyors' $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P— i Tons With Attachments — — I King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P Tons, Or 150' Of Boom (including,Jib With . Attachments) I King_ Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) a King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With a Attachments) King Power Equipment Operators Cranes: A-frame- 10`Tons'And $5197 7A 3C 8P g Under r e King Power E uipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $5692 7A 3C 8P I King Power Equipment Operators Cranes: Over 300 Tons Or 300' ' $56.92 7A: 3C 8P Of Boom (including Jib With a Attachments) F %King Power Equipment Operators $54.33 7A 3C 8P E p-:-:-..... ........................ Lj--j-- /./r---l----- -_.. /I��.1- t�.._.1. /�_-.._IAI_ _I_:_A - .4.r Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment.Operators Crusher $54.75 7A 3C 8P , King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P And Gamaco Et Similar Equipment , King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P Page 9 of 17 Mechanics,All (leadmen - a $0.50 Per Hour Over , Mechanic) King Power Equipment Operators Motor Patrol Grader Non- $54.33 7A 3C 8P finishing g 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 t Header And/or Shield King Power Equipment O erators Oil Distributors, Blower $51.97 7A 3C 8P Distribution Et Mulch Seeding Operator I King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P ' Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead,-Bridge Type Crane: $54.75 7A 3C 8P c 20 Tons Through 44 Tons — — f King Power E ui ment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P s,- Tons And Over a King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P i 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'Eguipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P - King Power Equipment 0 erp ators Posthole Digger, Mechanical $51.97 7A 3C 8P il King Power E ui anent 0 erators Power Plant $51.97 7A 3C 8P King Power Equipment Operators Pumps - Water $51.97 7A; X 8P 3 King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P y King Power Equipment Operators Quick Tower - No Cab, kinder $51.97 7A 3C 8P 4 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving 17 V Equipment i King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P Kingr Power E ui meet Operators Rollagon $55.24 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P a 11 King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P i Materials King Power Eq-uipment Operators Roto-milL, Roto-grinder $54.75 7A 3C 8P King Power Equipment Operators Saws - Concrete $5433 7Ar 3C 8P r xKing Power Equipment Operators Scraper, Self Propelled Under $54:75 7A 3C 8P 45 Yards A King Power Equipment Operators Scrapers Concrete Et Carry $5433 7A 3C 8P All 3: King Power E ui meet Operators Scrapers, Self-propelled: 45 $55:24 7A 3C 8P ;E Yards And Over z 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 Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons az 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 Et $55.24 7A 3C 8P Screedman King Power Equipment O2erators Subgrader Trimmer $54.75 7A 3C 8P ' King Power Equipment 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 813 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 813 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 813 King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P g 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 Et Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $51.97 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P Underground Sewer Et Water I.4 -r A '-1n /-1l11 C Page 11 of 17 King Power E ui meat Operators- Cableways $55.24 7A 3C 8P Underground Sewer a Water King Power Equipment Operators- Chipper $5475 7A 3C 8P Underground Sewer F±Water King Power E ui merit Operators- Compressor $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Concrete Pump:'Truck Mount $55.24 7A X 8P A Underground Sewer E Water With Boom Attachment Over g g i g 42 M r King Power Equipment Operators- Concrete Finish Machine -Laser $5197 7A 3C: 8P i Underground Sewer Et Water Screed y King _ Power Equipment Operators- Concrete Pump Mounted Or _ $54.33 7A,_ 3C 8P v Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. e King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A X 8P Underground Sewer Et Water With Boom Attachment Up To h 42m King Power Equipment Operators- Conveyors $54`.33 7A 3C 8P Underground Sewer Ft Water I 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 Et;Water Tons, Or 150' Of Boom — — — F _. (Including Jib With F Attachments) a King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer F Water Or 250 Of Boom (including Jib n ( g With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P l - - - Underground Sewer Et Water Tons, Under 150'Of Boom (including Jib With Attachments) r ' King Power Equipment Operators- Cranes: A-frame 10 Tons And $51.97 7A 3C 8P Underground Sewer Ft Water Under — — — a King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C` 8P I Underground Sewer Et Water Through 199 Tons 1 King Power E ui went O erators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer £t Water I King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer 6t Water Of Boom (including Jib With s Attachments) King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P r E s Underground Sewer F±Water Attachments A-frame Over 10 Tons s King, Power EgEguipment Operators- Crusher $54.75 7A 3C 8P Underground:Sewer £±Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A X 8P Underground Sewer Ft Water (power) King Power Equipment Operators- Derricks; On Building Work $55.24 7A 3C 8P Underground Sewer Et Water EE 1 King Power Equipment Operators- Dozers D-9 &t Under $54.33 7A X 8P Underground Sewer Ft Water e Page 12 of 17 King Power Equipment Operators- Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer It Water Or Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer Et Water 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 a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stake man $51.97 7A 3C 8P Underground Sewer Et Water ` King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 8P Underground Sewer ft 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 Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer Et Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P 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 8P Underground Sewer &Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P 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 Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- $54.33 7A 3C 8P Underground Sewer Et Water finishing _ Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underround Sewer Et Water Tunnel Drill, Boring, Road { Header And/or Shield King Power Equipment O erators- Oil Distributors, Blower $5197 7A 3C 8P s Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $5433 7A` 3C 8P i Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power E ui ment Operators- .Overhead, Bridge Type: 100 $55:79 7A ` 3G 8P Underground Sewer.Et Water Tons And Over e e a King Power Equipment.Operators- Overhead, Bridge Type: 45. $5524 7A 3C 8P Underground Sewer F±Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water i King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) — — — ` Asphalt, Crusher $54.33 7A 3C` 8P Underground,Se t Operators- Plant-Oiler-King Power Equ�pmewer 8~'Water King Power Equipment Operators- Posthole Digger,;Mechanical $51.97 7A 3C 8P i Underground Sewer Et Water -King ; Power : ui,meat Operators- Power Plant $51.97 7A 3C' 8P Underground Sewer Et Water k g gKin Power Eou'p meat Operators- Pumps - Water $5197 7A 3C 8P Unde round Sevier Et Water k `King Power Equipment Operators- Quad 9, Hd 411 D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et''Water 100 Feet In Height Based To u Boom a A i King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P A — Under'round Sewer Et Water Rubber.Tired Earth Moving A Equipment King Power g'ipme t Operators Rigger And Bellman $51.97 7A 3C 8P_ Under round Sewer 8t Water g t Operators- Rollagon $55:24 7A 3C 8P` x Km Power Equipmen Underground Sewer Et Water g Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Kin Power E u1 meet Undergr6und',,Sewer,F±l Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C' 8P r Under round Sewer &Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3G 8P Underground Sewer Et'Water — — g r Equipment Operators- Saws- Concrete $54.33 7A 3C' 8P Unde' f Kin Powe n r round Sewer Et'Water King Power Equip:Ment'Operators- Scraper, Self Propelled Under, $54.75 7A 3C' 8P Underground Sevier Et'Water 45 Yards A i a Kin 4.33 7A 3C 8 P 5 fit- Page 14 of 17 Power Equipment Operators- Scrapers - Concrete Et Carry Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer E:Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P " 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 Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer Fx Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment 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 Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer Ft Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et 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 Et Water King Power Line Clearance Tree Journey Level In Charge $45.75 5A 4A . Trimmers Page 15 of 17 I , F King Power Line Clearance Tree Spray Person $43.38 5A 4A Trimmers at King Power Line Clearance Tree Tree Equipment Operator $45.75 5A 4A Trimmers fi King Pouter Line Clearance Tree Tree Trimmer $40.84 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer'Groundperson $30.74 5A 4A I Trimmers =King Refrigeration Et Air Journey Level $73.51 6Z 11G Conditaonan Mechanics King Residential Brick Mason Journey Level $51.32 5A 1M L.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 1E King Residential Electricians Journey Level $30.44 1 King ' Residential Glaziers Journey Level $37.30 7L 1 H ,King Residential Insulation Journey Level $26:28 1 Applicators ;King Residential Laborers Journey Level $23:03 1 i axing Residential Marble Setters Journey Level $24.09 1 a =King Residential Painters Journey Level $24.46 1 King Residential Plumbers � Journey Level $34.69 1 g r a Pipefitters King Residential Refrigeration Et Air Journey Level $73.51 6Z 1 G s Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1_R Workers King Residential Soft Floor Layers Journey Level $42.41 5A 3D King Residential S rnkler Fitters Journey Level $42.48 5C 2R s (Fire;Protection} F King Residential Stone Masons Journey Level $51.32 5A 11M King Residential Terrazzo Workers Journey Level $46.96 5A 1M H Ong Reside K' tial Terrazzo/Tile Journey Level $21.46 1 Finishers' 1 King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $45.71 5A 3H King Roofers Using Irritable Bituminous $48.71 5A 3H' Materials F King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1 E' a - _ l King Shipbuilding Et Ship Repair Boilermaker $39.82 7M 1 H lKing Shipbuilding 8: Shiq Re air Carpenter $39.24 7T 2B King Shi buildin Et Ship Re air Electrician $40.16 7T 4B a z King Shi b alding Et Ship Repair Heat Et Frost Insulator $61;18 5J 1S' King Shipbuilding Et Ship Repair Laborer $40.19 TT 4B g p ' dingy Ev Ship Repair Machinist $40.18 TT 4B Kin Shy bul r l King Shipbuilding Et Ship Repair Operator $40.11 7T 4B ?; L,a-d-r��• /./��r-r�r.:r. . ..� w� i/Lv��/....�i..:.-.Ir.�I�....�/.. .....\A/ I 7./I11]-I C Page 16 of 17 King Shipbuilding Et Ship Repair Painter $40.16 7T 4B King Shipbuilding Et Ship Repair Pipefitter $40.11 7T 4B King Shipbuilding Et Ship Repair Rigger $40.19 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $40.14 7T 4B ' King Shipbuilding Et Ship Repair Shipfitter $40.19 7T 4B King Shipbuilding Et Ship Repair Trucker $40.03 7T 4B King Shipbuilding Et Ship Repair Warehouse $40.08 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $40.19 7T 4B King Sign Makers It Installers Sign Installer $22.92 1 (Electrical King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical} King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical) King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electricals King Soft Floor Layers Journey Level $42.41 5A 3D ° King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.74 5C 1X Protection) 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 Surveyors Assistant Construction Site $54.33 7A 3C 8P Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Surveyors 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 Installer II $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 Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside AA/ -113/11/li C Page 17 of 17 King Tele hone Line Construction - Television $25.89 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B` Outside a .King Telephone Line Construction - Television Technician $27.77 5A 2B Outside 2 King Telephone Line Construction Tree Trimmer $34.34 5A 2B y Outside ;King Terrazzo Workers Journey Level $46.96 5A 1M' King Tile Setters Journey Level $21',.65 1 l King Tile Marble 8t Terrazzo Finisher $37.79 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.11 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards'`(W. $49.85 5D 3A 8L WA-Joint Council 28) fiKing Truck Drivers Asphalt Mix To 16 Yards (W. $49.01 5D 3A- 8L a i WA-Joint Council 28) MKing Truck Drivers Dump Truck 8t Trailer $49.85 5D 3A` 8L_ 3 11 King` Truck Drivers Dump Truck (W. WA-Joint $49.01 5D 3A 8L a Council 28) n King Truck Drivers Other Trucks (W. WA-Joint $49.85 5D 3A 8L 's Council 28) a King Truck Drivers Transit Mixer $43.23 1 a ='King Well Drillers Pump Irrigation Irrigation Pu Irrigation Pump Installer $17.71 1 Installers y a l Kin g Driller s Et Irrigation Pomp Oiler $12.97 1 a Well ' y Installers a A K n - E ing Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers i f Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly 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. All hours worked in excess of ten(10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at . double the hourly rate of wage. 1 Benefit Code Key Effective 3-4-2015 thru 9-1 2015 1. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The'first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of,wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday,shall be paid at double the hourly rate of wage. [ P. All hours,worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. 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 atone and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two 2 hours after eight 8 regular hours Monday through Friday and the first eight 8 hours on Saturday O g O � Y g Y g O Y shall be paid at one and one-half times the hourly rate of wage. .All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on ! Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on c Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one'and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on 'Saturdays and Sundays;(except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and.the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage.When holiday falls on Saturday or Sunday,the day before Saturday,Friday,and the day after Sunday,Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All'hours worked outside-the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any employer and the ernployee)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 $ 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 allhours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays.and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked 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 hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the 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 TIMES THE HOURLY RATE OF WAGE. ` A. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten(10)hour shifts are established,or forty(40)hours of straight time per week,Monday through Friday,or outside the normal shift,and all work on Saturdays shall be paid at time and one-half the straight time rate.Hours worked over twelve hours(12)in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the 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 3-4-2015 thru 9-1-2015 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. i All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage.After an employee,has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight'(8)hours or more. D. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 15%over the hourly rate ofwage.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 times the hourly rate of wage.All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two E and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two(2)times the regular rate of pay.Work performed on Sundays between October 15th and March'15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. i I. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.In the event the job is " down due to weather conditions during a five day work week(Monday through Friday,)or a four day-ten hour work week(Tuesday through Friday,)then Saturday may be worked as a voluntary make-up day at the straight time rate. However,Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the ' hourly rate of wage. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL i ; BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. a ; A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays;Sundays and holidays shall be,paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked 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)times the straight time rate of pay,unless a four.(4)day ten( 0)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 I. 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(l-1/2)times the straight time rate of pay,except that if the job 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 3-4-2015 thru 9-1-2015 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly ' rate of wage.All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines,switching stations,regulating,capacitor stations,generating plants,industrial plants,associated installations and substations,except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday,shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2) times the hourly rate of wage.The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2) times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized,shall be paid at the 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. On a four-day,ten-hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four-day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight(8)hours.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. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 20%over the hourly rate of wage.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 double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6)• J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,And Christmas Day(7). 5 i Benefit Code Key-Effective 3 4 2015 thru 9 1-2015 5. 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)'. 4 N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence_Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday ' After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday,The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2): S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,And Christmas Day(7). T. Paid Holidays: New Year's Day, Washington's' Birthday,` Memorial Day, 'Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day,'And The Day Before Or After'Christmas Z. Holidays: New Year's Day,`Memorial Day,Independence Day, Labor Day, Veterans'Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). Holiday Codes Continued LW 6. A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day;The Friday After'Thanksgiving Day,And Christmas Day,(8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,Day After Thanksgiving Day,Christmas Day,And A Half-Day On Christmas Eve Da 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 1 Eve Day(11). H. Paid Holidays: New Year's Day, New Year's Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After'Christmas, And A Floating Holiday(10). I. Paid'Holidays:New Year's Day,;Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 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). 6 f Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 6. 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, Independence Day, Labor Day, , Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 1. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 7 Benefit Code Key:-Effective 3-472015 thru 9-1-2015 7. 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 xI - on the following Monday. Any holiday which falls on a Saturday shall be observed as a.holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year's Day,;President's Day, Memorial Day, Independence Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,And the Day after-or before Christmas Day 10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, 'Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, 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. ��� S. Paid Holidays:New Year's Day, Day',Ind ependence 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 accordin gly. 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 i 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 t 8. A In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50'To 100'-$2.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$3.00 per Foot for Each Foot Over 100 Feet Over 150'To 220'-$4.00 per Foot for Each Foot Over 150 Feet Over 220' $5.00 per Foot for Each Foot Over 220 Feet 17 8 Benefit Code Key—Effective 3-4-2015 thru 9-1-2015 8. C. In addition to the hourly wage and fringe benefits,the following depth premiums apply to depths of fifty feet or more: Over 50' To 100'-$1.00 per Foot for Each Foot Over 50 Feet Over 100'To 150'-$1.50 per Foot for Each Foot Over 100 Feet Over 150'To 200'-$2.00 per Foot for Each Foot Over 150 Feet Over 200'-Divers May Name Their Own Price D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75,Level B: $0.50,And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows:Levels A&B: $1.00,Levels C&D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,And Class D Suit$0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. R. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance , and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle, and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on 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 F i ':. ., . _ 3 I .1 " �,,,I�j�0,,,�J1 !j� �j�, �, , I�',,, r_j !:—,:.'�I I I I �: ����,:�:��i���� ����A�v!;�T 1�1�1 W 1��; : 1 4�:1 ]� ;I ::1 �,.;�v�;�� ��Z�1�, �� �r I I � �,, �,i , 4,,I:�,; ��:���,r�� � I ,� v I i,�' r ,���� ��:,, r,��,I ��� - � , t f v�� ��r�,�j�,j"1,;1 0 4�TV�h A A 1 W T 1 ��, I I it,, "��;r z:��. i:,:��:T v : ;, ,���� to,it A�1 1� ,, �:�f��� �; !��"��i�'I r� � , �r,,�:�:,i,;��� ,-: ,,���1 � �:�, � ; �i�t� ��,��, .-f '=1. I ,. , �i� , ��, r- � : ;"" r I "� _ r r������.�_��,��r �: � ,�:��j,; r-','] �I r : , '��,�:�,�!:��'l�����".-1� 4" �,1,� ' e r,'t��,�� � ���� � -gk! �:r�::����:�j����:��4r 1 1 4 -����1 k��"t�I� ��4��v�I i�; � ' r��:��i�' ��'��'r ;,. % ., . •• .: , �. -. - : , ) ��: � - ,r.-�,��,�''�, '�����:�r�.., " �� �� ��� � �r 1 �� � i ��,. r �!,T, �,��:�: ��:����,���,� , � � j ����;,,,��"������,�������� � � � 1 J I�,,��v: f,�:�,�Z���:���1 I��r�I��I�� , ,, , '�' r ' �4 r� I: Q k 1�I t:�':�� �:� �!�!:,!:"I�,�::��,��_�":���������",, r. , ���� : Ir�� - �, !� 1 � tl �' 11 I -Ito�' , I, t i _ „ 1 ii 3 -I s .' j• 7, �-77777T---7 -11 117 T I + R�,UEST7 F0R"MAYO`R'S .ShGNATURE ., ?rin'f o'n ' error- c�iored apo KEN7 WAS Fit Nlj Q N formation ALL RE UESTS.MUST';FIRST BE ROUTEDTHROUGH THE LA EP , Routing In , , A rove by�pirecfo I. r �,I OI"h 111atOr:'Joe Araucto Fh"OCler Ori inator ; 5664 Date Sent: 5 t9 ,i Date Re uired 6` / . Return SI ne'd;D,oc:iarnent to' Nancy Yosnitake Contract.Termination'Date .9/25/2015 VEND;OR',NAME• Date Finance Not fied' r (Only;required,,on contracts, " r " ); 10'000'and over or on any,Grant , • D.ate Risk''Man`a er"'Notified 1 �s DATE OFJCOUNCIL APPROVAL. g.. 4/21/15 Re uired'o'n Non'-Cit Standard'Contracts/A reements a his Document been'S ecificall Acco.unt'Nu'rnber H st p ' In the'B`ud et? •: YES NO ®Ella Authorized .'O' O° _ f Brief Explanation-o f Document. I ' edEconstruction.aree:mentis with:M�uherCon truction;for the 20,15Asphalt G'rindi"ng The attach g h 'ect con istsi of `lan�i`na roximatel ,10,:foot wide sectionls�of� auement for , Project. T e prod p,l g pp y P a roxirnatel �35 Lir ear feet on various'roadways throughout the city: For addutional informa J,L ;see Pp y the attached.Council motion sh p I I I I i A`/l Confracts Must Be Routed Through The.L'aw Department: a. o pleted`by the`Law Depa'trne Received f h r I I I I Approva4' Laver Dep't': { I I I I.I' Law De� t Comments; Date'For`w�arded to Ma or: = ! I I � I I i ration Sta ff A' rein st B, d areas`To Be Completed y , , I r r { Y- t E F I •J f E „ Received „ , 1 z f r „ I I Z I rr rn tints. . m°en.da Ions,'and Co rn , ,Recom, t f fi• i sl II n �.o 1 r , �t -Date Returned �f >, I r. i ,` ,5 a P:1Giyil\FormslDocument Froces mg\Requ stiifor Mayors S gnature I � I i�• I' i� I I .I I ' + I I I I I I I I , i '1 .I N x�i- W � Agenda Item: Bids 9A A&i1I'W4l 0,14 I TO: City Council DATE: April 21,,2015 SUBJECT Asphalt Grinding Project - Award MOTION: Move to award the Asphalt Grinding project to Mulier Construction in the amount of $64,963.30 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. P SUMMARY: The Asphalt Grinding project consists of plaXning approximately 10-foot wide sections of pavement for approximately 35000 linear feet on various roadways throughout the City of Kent. The City's Street Section will be paving many segments of roadways this summer. Prior to performing these overlays the failing portions of the asphalt must be ground out. This contractor will provide the grinding work needed to allow the city crews to complete the overlay work. EXHIBITS: Memo Dated April 15, 2015 RECOMMENDED BY: Public Works Director ' YEA: N/A NAY: N/A BUDGET IMPACTS: This project will be funded out of Business & Occupation funds.