Loading...
AG 16-093RETURN TO: PW ADMIN EXT: 2700 ID #: ' I CII „ CITY OF FEDERAL WAY LAW DEPARTMENT ROUTING FORM 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 7-(777 ' �C, �/c� 1/'/,/�, 2. ORIGINATING STAFF PERSON: / / 57 EXT: ,2 7 J / 3. DATE REQ. BY: 4-..54,0 3. TYPE OF DOCUMENT (CHECK ONE): ❑ CONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, REQ) ❑ PUBLIC WORKS CONTRACT ID MALL OR LIMITED PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ REAL ESTATE DOCUMENT ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ ORDINANCE I :; ❑ RESOLUTION X CONTRACT AMENDMENT (AG #): I (p L ❑ INTERLOCAL ❑ OTHER u . 4. PROJECT NAME: 70/ ` fi %. 7/�G lJ� ;0'1► /G - �i► A/7 1 /Lr ✓� / 5. NAME OF CONTRACTOR: �/y1�/ G�JMI /`iV /!� L L C ADDRESS: 2--g 0 9 ? 17 1Y-2 4v S6- M AGtD) AM ?Y"`/ TELEPHONE: .75-3- 63-0 - "76 12 E -MAIL: e l f + k V 14y1 th re inej. . C om FAX: 253 -.:..4V lv - 76 "5% far SIGNATURE NAME: 72 y Zjrte,11 TITLE: £2i -v,i. or- 6. EXHIBITS AND ATTACHMENTS: ❑ SCOPE, WORK OR SERVICES ❑ COMPENSATION ❑ INSURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ❑ PROOF OF AUTHORITY TO SIGN ❑ REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 6 I I L 0'3_1.5 3.J BL, EXP. 12/31/ 1 7 UBI # (oO,2 (1.3 g 30 , EXP. /31 / t s /, 7. TERM: COMMENCEMENT DATE: �/LCj1L. 20167 COMPLETION DATE: Ji 'i 3/ -SCI /S /9 8. TOTAL COMPENSATION: $ OC% U l ! l G , e/� (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCII ULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY RETAINAGE: RETAINAGE AMOUNT: ❑ RETAINAGE AGREEMENT (SEE CONTRACT) OR ❑ RETAINAGE BOND PROVIDED ❑ PURCHASING: PLEASE CHARGE TO: 9. DOCUMENT / CONTRACT REVIEW INITIAL / DATE REVIEWED INITIAL / DATE APPROVED k1. PROJECT MANAGER / Z 7- ❑ DIVISION MANAGER `DEPUTY DIRECTOR f 1:21(-7-1-7 g DIRECTOR ��I CZ. i s -W 1 ❑ RISK MANAGEMENT (IF APPLICABLE) 1 X. LAW DEPT rd1� I n e\IS\kl 10. COUNCIL APPROVAL (IF APPLICABLE) COMMITTEE APPROVAL DATE: COUNCIL APPROVAL DATE: 11. CONTRACT SIGNATURE ROUTING 1 / / (r ENT TO VENDOR /CONTRACTOR DATE SENT: 1 x.11 1 i1_ DATE REC'D: lc,2 la % ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS ❑ CREATE ELECTRONIC REMINDER/NOTIFICATION FOR 1 MONTH PRIOR TO EXPIRATION DATE (INCLUDE DEPT. SUPPORT STAFF IF NECESSARY AND FEEL FREE TO SET NOTIFICATION MORE THAN A MONTH IN ADVANCE IF COUNCIL APPROVAL IS NEEDED.) INITIAL / DATE SIGNED ❑ FINANCE DEPARTMENT ❑ LAW DEPT XSIGNATORY (MAYQR eR DIRECTOR) 2.11. , I, ❑ CITY CLERK at 2 . 28 11 i n . MVP. X ASSIGNED AG # A • 12152411i1 SIGNED COPY RETURNED DATE SENT: J M.7" ill -f7- ❑ RETURN ONE ORIGINAL EXECUTE" " ORIGINAALS f it-Friiv., (Jet il 1 h1 .1 fl ( fith& L 6') a i ) V (iTOYda-" COMMENTS: that' 2 ipe M% ll4.e- S- Yt CoMo � s fi 0,[ /ab,b D. 1/111 4/20(7 CITY OF FEDERAL WAY CONTRACT CHANGE ORDER AGREEMENT AG 16 -093 01 PROJECT NUMBER 11 7 CHANGE ORDER NUMBER EFFECTIVE DATE 2016 -17 Neighborhood Traffic Safety ( "NTS ") Program Tony Lind Paving, LLC PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ® Increased ❑ Decreased by 365 Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? ® Yes ❑No ® Yes ❑No PRICE CHANGE LUMP SUM: INCREASE $0 DECREASE $0 UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $0 DECREASE $0 STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. DEPARTMENT RECAP TO DATE: ORIGINAL CONTRACT AMOUNT -PREVIOus CHANGE ORDrxa THIS CHANGE ORDER *ADJUSTMENTS NEW CONTRACT AMOUNT DIREC R; SIGNATURE CHANGE ORDER AGREEMENT DATE tzIzgI11 DATE $80,000 •so $o so $80,000 1 4/17 RETURN TO: Ker&tte_sEXT: '(j ( t t�^'�' �U 6 CITY OF FEDERAL WAY LAW DEPARTMENT ROUTIN 1. ORIGINATING DEPT/DIV: PUBLIC WORKS / 2. ORIGINATING STAFF PERSON: 4. TYPE OF DOCUMENT (CHECK ONE): VCONTRACTOR SELECTION DOCUMENT (E.G., RFB, RFP, ❑ PUBLIC WORKS CONTRACT ❑ PROFESSIONAL SERVICE AGREEMENT ❑ GOODS AND SERVICE AGREEMENT ❑ REAL ESTATE DOCUMENT ❑ ORDINANCE ❑ CONTRACT AMENDMENT (AG #): EXT: 747/ (7 3. DATE REQ. BY: �tv �as-6- /a 2.3) /0 SMALL OR LIMITED PUBLIC WORKS CONTRACT ❑ MAINTENANCE AGREEMENT ❑ HUMAN SERVICES / CDBG ❑ SECURITY DOCUMENT (E.G. BOND RELATED DOCUMENTS) ❑ RESOLUTION ❑ INTERLOCAL ❑ OTHER -7 �/ ` T_ // /�/ 5. PROJECT NAME: 2O /( ant/ ,RO/ / /17ta I �lo / !1 7/2 �� (11' 73) gt 6. NAME OF CONTRACTOR: N/ v Z/j1 PQ J4 4 j Z G 6 ADDRESS: a3o'/S T72 /nci Ve• SE(' 1'i-t1 i'✓,4 9SO?2 TELEPHONE: ...2s-3 -6,30--7 /Z E -MAIL: f l Jp '6,,ty/ /12lper'ye , co eri FAX: vt53 - - 76, /• SIGNATURE NAME: TyU/ Lira ✓ TITLE: OW JLCI^ 7. EXHIBITS AND ATTACHMENTS: el-COPE, WORK OR SERVICES N OMPENSATION 1SURANCE REQUIREMENTS /CERTIFICATE ❑ ALL OTHER REFERENCED EXHIBITS ' (PROOF OF AUTHORITY TO SIGN REQUIRED LICENSES ❑ PRIOR CONTRACT /AMENDMENTS CFW LICENSE # 09 tO1 BL, EXP. 12/31/ ((p UBI # 002$13830 , EXP. g /(/ ti Jane i COMPLETION DATE: ec~ll q•- 2/ 8. TERM: COMMENCEMENT DATE: tL{1I./ [Ti /"� I (lJ � � ,00/7 9. TOTAL COMPENSATION: $ $O./ 0o 0 ( 1. -br,) (INCLUDE EXPENSES AND SALES TAX, IF ANY) (IF CALCULATED ON HOURLY LABOR CHARGE - ATTACH SCHEDULES OF EMPLOYEES TITLES AND HOLIDAY RATES) REIMBURSABLE EXPENSE: ❑ YES ❑ NO IF YES, MAXIMUM DOLLAR AMOUNT: $ IS SALES TAX OWED: ❑ YES ❑ NO IF YES, $ PAID BY: ❑ CONTRACTOR ❑ CITY X PURCHASING: PLEASE CHARGE TO: I D I �O D+ c 30-A 64+5 _ `a q80 i CorTh-a INITIAL / DATE REVIEW ) INITIA P ATE ' PPROVED 10. DOCUMENT / CONTRACT REVIEW PROJECT MANAGER ' DIVISION MANAGER lbl1S NIL DEPUTY DIRECTOR v., DIRECTOR ❑ RISK MANAGEMENT (IF APPLICABLE) X. LAW DEPT 11. COUNCIL APPROVAL (IF APPLICABLE) 12. CONTRACT SIGNATURE ROUTING SENT TO VENDOR/CONTRACTOR 414 i9/ 4, COMMITTEE APPROVAL DATE: /2/7 /S COUNCIL APPROVAL DATE: /Z /-s / 3f7 I( aw4n DATE SENT: 41.9 / 1 ❑ 'ATTACH: SIGNATURE AUTHORITY, INSURANCE CERTIFICATE, LICENSES, EXHIBITS 1V1/0 )(LAW DEPT CHIEF OF STAFF SIGNATORY (MAYOR OR DIRECTOR) CITY CLERK ASSIGNED AG # IGNED COPY RETURNED C -srt, TURN ONE ORIGINAL COMME EXECUT RIGINALS A NITI L / DATE SIGNED r� Mir 1 i fflji • Iil - AG# - r(o - 09 DATE SENT: /5MG6114a DATE REC'D: (Q f l7/ /!a P L\ 9 A6J A. eel Cu /ocu ✓ems etn+ 6 P lop 0kr. SMALL PUBLIC WORKS CONTRACT FOR 2016 -17 NEIGHBORHOOD TRAFFIC SAFETY ( "NTS ") PROGRAM This small public works contract ( "Contract ") is dated effective this v13 day of ne, 20 fpand is made by and between the City of Federal Way, a Washington municipal corporation ( "City" or "Owner "), and Tony Lind Paving, LLC, a limited liability company ( "Contractor "). A. The City desires to retain an independent contractor to furnish all labor and materials necessary to perform installation of traffic calming devices in Federal Way, Washington ( "Property "); and B. The Contractor has the requisite skill and necessary experience to perform such work. NOW, THEREFORE, the Parties ( "Parties ") agree to the following terms and conditions: 1. SERVICES BY CONTRACTOR 1.1 Description of Work. Contractor shall perform all work and furnish all tools, materials, supplies, equipment, labor and other items incidental thereto necessary for the construction and completion of the work, more particularly described as the 2016 -17 Neighborhood Traffic Safety ( "NTS ") Program project, in Exhibit "A" attached hereto and incorporated by this reference, ( "Work "), and in accordance with and as described in the Contract Documents, which include without limitation, this Contract, Contract Change Order Agreement attached as Exhibit `B," Contractor's Retainage Agreement attached as Exhibit "C," Contractor's Retainage Bond attached as Exhibit "D," Notice to Labor Unions attached as Exhibit "E," Certificate(s) of Insurance Form attached hereto as Exhibit "F," Performance/Payment Bond attached hereto as Exhibit "G," Prevailing Wage Rates attached as Exhibit "H," Title VI Assurances attached hereto as Exhibit "I," and all other Appendices attached hereto and incorporated by this reference, (collectively the "Contract Documents "), which Work shall be completed to the City's satisfaction, within the time period prescribed by the City and pursuant to the direction of the Mayor or his or her designee. 1.2 Completion Date. The Work shall be commenced within five (5) days of receipt by the Contractor of the City's Notice to Proceed. The Work shall be completed on or before the 31st day of December, 2017. In the event the Work is not completed within the time specified, Contractor agrees to pay to the City liquidated damages in the amount set forth in the formula included in Section 1.3 of this Contract. The Work shall not be deemed completed until the City has accepted the Work. 1.3 Liquidated Damages. Time is of the essence of the Contract. Delays inconvenience the public and cost taxpayers undue sums of money, adding time needed for administration, inspection, and supervision. It is impractical for the City to calculate the actual Rev 4/16 - 1 - cost of delays. Accordingly, the Contractor agrees to pay liquidated damages calculated on the following formula for its failure to complete this Contract on time: (1) To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for completion, and (2) To authorize the City to deduct these liquidated damages from any money due or coming due to the Contractor. LIQUIDATED DAMAGES FORMULA LD = 0.15C T where: LD = Liquidated damages per working day (rounded to the nearest dollar). C = Original Contract amount. T = Original time for completion. When the Work is completed to the extent that the City has full and unrestricted use and benefit of the facilities, both from an operational and safety standpoint, the City may determine the Work is complete. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete this entire Contract. 1.4 Performance Standard. Contractor shall perform the Work in a manner consistent with accepted practices for other properly licensed contractors, performed to the City's satisfaction, within the time period prescribed by the City. 1.5 Compliance with Laws. Contractor shall perform the Work in accordance with all applicable federal, state and City laws, including but not limited to all City ordinances, resolutions, standards or policies, as now existing or hereafter adopted or amended, and obtain all necessary permits and pay all permit, inspection or other fees, at its sole cost and expense. 1.6 Change Orders. The City may, at any time, without notice to sureties, order changes within the scope of the Work. Contractor agrees to fully perform any such alterations or additions to the Work. All such change orders shall be in the form of the Contract Change Order Agreement attached hereto as Exhibit "B," which shall be signed by both the Contractor and the City, shall specifically state the change of the Work, the completion date for such changed Work, and any increase or decrease in the compensation to be paid to Contractor as a result of such change in the Work. Oral change orders shall not be binding upon the City unless confirmed in writing by the City. If any change hereunder causes an increase or decrease in the Contractor's cost of, or time required for, the performance or any part of the Work under this Contract, an equitable adjustment will be made and the Contract modified in writing accordingly. If the Contractor intends to assert a claim for an equitable adjustment hereunder, it shall, within five (5) days after receipt of a written change order from the City or after giving the City the written notice required above, as the case may be, submit to the City a written statement Rev 1/15 — 2 - setting forth the general nature and monetary extent of such claim; provided the City, in its sole discretion, may extend such five (5) day submittal period upon request by the Contractor. The Contractor shall supply such supporting documents and analysis for the claims as the City may require to determine if the claims and costs have merit. No claim will be allowed for any costs incurred more than five (5) days before the Contractor gives written notice as required. No claim by the Contractor for an equitable adjustment hereunder will be allowed if asserted after final payment under this Contract. 1.7 Work and Materials Omitted. The Contractor shall, when directed in writing by the City, omit work, services and materials to be furnished under the Contract and the value of the omitted work and materials will be deducted from the Total Compensation and the delivery schedule will be reviewed if appropriate. The value of the omitted work, services and materials will be a lump sum or unit price, as mutually agreed upon in writing by the Contractor and the City. If the parties cannot agree on an appropriate deduction, the City reserves the right to issue a unilateral change order adjusting the price and the delivery schedule. 1.8 Utility Location. Contractor is responsible for locating any underground utilities affected by the Work and is deemed to be an excavator for purposes of Chapter 19.122 RCW, as amended. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator system before commencing any excavation activities. 1.9 Air Environment. Contractor shall fully cover any and all loads of loose construction materials including without limitation, 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 of Federal Way. 2. TERM This Contract shall commence on the effective date of this Contract and continue until the completion of the Work, which shall be no later than the 31st day of December 2017, and the expiration of all warranties contained in the Contract Documents ( "Term "). 3. WARRANTY 3.1 Requisite Skill. The Contractor warrants that it has the requisite skill to complete the Work, and is appropriately accredited and licensed by all applicable agencies and governmental entities, including but not limited to being registered to do business in the City of Federal Way by obtaining a City of Federal Way business registration. Contractor represents that it has visited the site and is familiar with all of the plans and specifications in connection with the completion of the Work. 3.2 Defective Work. The Contractor shall, at its sole cost and expense, correct all Work which the City deems to have defects in workmanship and material discovered within one (1) year after the City's final acceptance of the Work. Rev 1/15 — 3 4. COMPENSATION 4.1 Total Compensation. In consideration of the Contractor performing the Work, the City agrees to pay the Contractor an amount not to exceed Eighty Thousand and No /100 Dollars ($80,000.00), throughout the term of this contract to be paid upon completion of each instance per the schedule outlined in Exhibit "A," which amount shall constitute full and complete payment by the City. 4.2 Contractor Responsible for Taxes. The Contractor shall be solely responsible for the payment of any taxes imposed by any lawful jurisdiction as a result of the performance and payment of this Contract. 4.3 Nonpayment. The City shall have the right to withhold payment to the Contractor for any of the Work not completed in a satisfactory manner, in the City's sole discretion, which shall be withheld until such time as Contractor modifies or repairs the Work so that the Work is acceptable to the City. 4.4 Method of Payment. Payment by the City for the Work will only be made after the Work has been completed, a voucher or invoice is submitted in the form specified by the City, and such invoice is approved by the appropriate City representative. Payment shall be made within thirty (30) days of receipt of such invoice or voucher unless otherwise set forth in the Bid Form. The Contractor's acceptance of such payment for the Work shall constitute full compensation for the performance of the Work. Invoices shall be submitted, in duplicate to: City of Federal Way ATTN: Accounts Payable 33325 8th Avenue South Federal Way, WA 98003 -6325 Duplicate invoices shall be furnished to: City of Federal Way ATTN: Erik Preston Public Works Department 33325 8th Avenue South Federal Way, WA 98003 -6325 4.5 Retainage. Pursuant to Chapter 60.28 RCW, five percent (5 %) of the Total Compensation shall be retained by the City to assure payment of Contractor's state taxes as well as payment of subcontractors, suppliers and laborers. Upon execution of this Contract, Contractor shall complete, execute and deliver to the City the Contractor's Retainage Agreement attached hereto as Exhibit "C" or execute the Retainage Bond attached hereto as Exhibit "D." No payments shall be made by the City from the retained percentage fund ( "Fund ") nor shall the City release any retained percentage escrow account to any person, until the City has received from the Department of Revenue a certificate that all taxes, increases, and penalties due from the Contractor and all taxes due and to become due with respect to the Contract have been paid in Rev l /15 — 4 - full or that they are, in the Department's opinion, readily collectible without recourse to the State's lien on the retained percentage. Upon non - payment by the general contractor, any supplier or subcontractor may file a lien against the retainage funds, pursuant to Chapter 60.28 RCW. Subcontractors or suppliers are required to give notice of any lien within forty -five (45) days of the completion of the Work and in the manner provided in RCW 39.08.030. Within sixty (60) days after completion of all Work on this Contract, the City shall release and pay in full the money held in the Fund, unless the City becomes aware of outstanding claims made against this Fund. 5. EQUAL OPPORTUNITY EMPLOYER In all Contractor services, programs or activities, and all Contractor hiring and employment made possible by or resulting from this Contract, there shall be no discrimination by Contractor or by Contractor's employees, agents, subcontractors or representatives against any person because of sex, age (except minimum age and retirement provisions), race, color, creed, national origin, marital status or the presence of any disability, including sensory, mental or physical handicaps, unless based upon a bona fide occupational qualification in relationship to hiring and employment. This requirement shall apply, but not be limited to the following: employment, advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall comply with and shall not violate any of the terms of Chapter 49.60 RCW, Title VI of the Civil Rights Act of 1964, the Americans With Disabilities Act, Section 504 of the Rehabilitation Act of 1973, 49 CFR Part 21, 21.5 and 26, or any other applicable federal, state, or local law or regulation regarding non- discrimination. Contractor shall post a notice to Labor Unions or other employment organizations, attached hereto as Exhibit "E," as required by Section 202 of Executive Order 11246. Any material violation of this provision shall be grounds for termination of this Contract by the City and, in the case of the Contractor's breach, may result in ineligibility for further City agreements. If this project involves federal funds including USDOT funds administered by WSDOT, the contractor agrees to the clauses contained in Exhibit I. 6. INDEPENDENT CONTRACTOR/CONFLICT OF INTEREST 6.1 It is the intention and understanding of the Parties that the Contractor shall be an independent contractor and that the City shall be neither liable nor obligated to pay Contractor sick leave, vacation pay or any other benefit of employment, nor to pay any social security or other tax which may arise as an incident of employment. The Contractor shall pay all income and other taxes due. Industrial or any other insurance that is purchased for the benefit of the City, regardless of whether such may provide a secondary or incidental benefit to the Contractor, shall not be deemed to convert this Agreement to an employment contract. It is recognized that Contractor may or will be performing professional services during the Term for other parties; provided, however, that such performance of other services shall not conflict with or interfere with Contractor's ability to perform the Services. Contractor agrees to resolve any such conflicts of interest in favor of the City. 6.2 If the Contractor is a sole proprietorship or if this is a contract with an individual, the contractor agrees to notify the City and complete any required form if the Contractor retired Rev 1/15 — 5 - under a State of Washington retirement system and agrees to indemnify any losses the City may sustain through the Contractor's failure to do so. 7. TERMINATION Prior to the expiration of the Term, this Contract may be terminated immediately, with or without cause by the City. 8. INDEMNIFICATION 8.1 Contractor Indemnification. The Contractor agrees to indemnify, defend and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, demands, losses, actions and liabilities (including costs and all attorney fees) to or by any and all persons or entities, including, without limitation, their respective agents, licensees, or representatives, arising from, resulting from, or connected with this Contract to the extent caused by the negligent acts, errors or omissions of the Contractor, its partners, shareholders, agents, employees, or by the Contractor's breach of this Contract. Contractor waives any immunity that may be granted to it under the Washington State Industrial Insurance Act, Title 51 RCW. Contractor's indemnification shall not be limited in any way by any limitation on the amount of damages, compensation or benefits payable to or by any third party under workers' compensation acts, disability benefit acts or any other benefits acts or programs. 8.2 City Indemnification. The City agrees to indemnify, defend and hold the Contractor, its officers, directors, shareholders, partners, employees, and agents harmless from any and all claims, demands, losses, actions and liabilities (including costs and attorney fees) to or by any and all persons or entities, including without limitation, their respective agents, licensees, or representatives, arising from, resulting from or connected with this Contract to the extent solely caused by the negligent acts, errors, or omissions of the City, its employees or agents. 8.3 Survival. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 9. INSURANCE 9.1 Minimum Limits. The Contractor agrees to carry as a minimum, the following insurance, in such forms and with such carriers who have a rating, which is satisfactory to the City: (1) Workers' compensation and employer's liability insurance in amounts sufficient pursuant to the laws of the State of Washington; (2) Commercial general liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death, products liability and property damage. Rev 1/15 — 6 (3) Automobile liability insurance with combined single limits of liability not less than $2,000,000 for bodily injury, including personal injury or death and property damage. (4) If any structures are involved in the Contract, the Contractor shall maintain an "All Risk Builder's Risk 2 form at all times in an amount no less than the value of the structure until final acceptance of the project by the City. 9.2 Endorsements. Each insurance policy shall contain, or be endorsed to contain, the following provisions: (1) The City, its officers, officials, employees, volunteers and agents shall each be named as additional insured. (2) Coverage may not be terminated or reduced in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, to the City. (3) Coverage shall be primary insurance as respects the City, its officials, employees and volunteers. Any insurance or self - insurance maintained by the City, its officials, employees or volunteers shall be in excess of Contractor's insurance. (4) Coverage shall apply to each insured separately against whom claim is made or suit is brought. (5) Coverage shall be written on an "occurrence" form as opposed to a "claims made" or "claims paid" form. 9.3 Verification. Contractor shall furnish the City with certificates of insurance evidencing the coverage required by this Section, in compliance with the Certificate(s) of Insurance Form attached hereto as Exhibit "F," which certificate must be executed by a person authorized by the insurer to bind coverage on its behalf. The City reserves the right to require complete certified copies of all required insurance policies, at any time. 9.4 Subcontractors. Contractors shall include all subcontractors as additional insured under its policies or shall furnish separate certificates for each subcontractor. All coverage for subcontractors shall be subject to all of the requirements stated herein. 9.5 Deductibles and Self Insured Retentions. Any deductibles or self - insured retentions must be disclosed by Contractor and approved in writing by the City. At the option of the City, Contractor shall either reduce or eliminate such deductibles or self - insured retentions or procure a bond guaranteeing payment for any amounts not covered by the insurance by reason of such deductibles or self - insured retentions. 9.6 Asbestos Abatement or Hazardous Materials. If asbestos abatement or hazardous materials work is performed, Contractor shall review coverage with the City's Risk Manager and provide scope and limits of coverage that are appropriate for the scope of Work and are Rev 1/15 — 7 — satisfactory to the City. Contractor shall not commence any Work until its coverage has been approved by the Risk Manager. 9.7 Termination. The Contractor's failure to provide the insurance coverage required by this Section shall be deemed to constitute non - acceptance of this Contract by the Contractor and the City may then award this Contract to the next lower bidder. The provisions of this Section shall survive the expiration or termination of this Contract with respect to any event occurring prior to such expiration or termination. 10. PERFORMANCE /PAYMENT BOND Pursuant to RCW 39.08.010, Contractor shall post a Performance /Payment Bond in favor of the City, in the form attached to this Contract as Exhibit "G" and incorporated by this reference, in a dollar amount satisfactory to the City; to guarantee Contractor's performance of the Work to the City's satisfaction; to insure Contractor's performance of all of the provisions of this Contract; and to guarantee Contractor's payment of all laborers, mechanics, subcontractors and material persons. Contractor's obligations under this Contract shall not be limited to the dollar amount of the bond. Alternatively, pursuant to RCW 39.08.010, at the option of Contractor, if the value of this Contract as less than Thirty -Five Thousand Dollars ($35,000.00), the City may, in lieu of a bond, retain fifty percent (50 %) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the Department of Revenue and the Department of Labor and Industries and settlement of any liens filed under Chapter 60.28 RCW, whichever is later. 11. SAFETY Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and municipal safety and health laws and codes, including without limitation, all OSHA/WISHA requirements, Safety and Health Standards for Construction Work (Chapter 296 -155 WAC), General Safety and Health Standards (Chapter 296 -24 WAC), and General Occupational Health Standards (Chapter 296 -62 WAC). Contractor shall erect and properly maintain, at all times, all necessary guards, barricades, signals and other safeguards at all unsafe places at or near the Work for the protection of its employees and the public, safe passageways at all road crossings, crosswalks, street intersections, post danger signs warning against known or unusual hazards and do all other things necessary to prevent accident or loss of any kind. Contractor shall protect from damage all water, sewer, gas, steam or other pipes or conduits, and all hydrants and all other property that is likely to become displaced or damaged by the execution of the Work. The Contractor shall, at its own expense, secure and maintain a safe storage place for its materials and equipment and is solely responsible for the same. Rev 1/15 — 8 12. PREVAILING WAGES 12.1 Wages of Employees. This Contract is subject to the minimum wage requirements of Chapter 39.12 of the Revised Code of Washington, as now existing or hereafter amended or supplemented. In the payment of hourly wages and fringe benefits to be paid to any of Contractor's laborers, workpersons and /or mechanics, Contractor shall not pay less than the "prevailing rate of wage" for an hour's work in the same trade or occupation in the locality within the State of Washington where such labor is performed, as determined by the Industrial Statistician of the Department of Labor and Industries of the State of Washington, which "prevailing rates of wage" are attached hereto as Exhibit "H" and incorporated herein by this reference. Prevailing wages paid pursuant to this Agreement shall be the prevailing wage rates, which are in effect on the date when the bids, proposals, or quotes were required to be submitted to the City. 12.2 Exemptions to Prevailing Wage. The prevailing wage requirements of Chapter 39.12 RCW, and as required in this Contract do not apply to: (1) Sole owners and their spouses; (2) Any partner who owns at least 30% of a partnership; and (3) The President, Vice President and Treasurer of a corporation if each one owns at least 30% of the corporation. 12.3 Reporting Requirements. Contractor shall comply with all reporting requirements of the Department of Labor and Industries of the State of Washington. Upon the execution of this Contract, Contractor shall complete and file a Statement of Intent to Pay Prevailing Wages with the Department of Labor and Industries. Upon completion of the Work, Contractor shall complete and file an Affidavit of Wages Paid with the Department of Labor and Industries. Contractor shall deliver copies of both the Statement of Intent to Pay Prevailing Wages and the Affidavit of Wages Paid, certified by the Department of Labor and Industries, to the City. 12.4 Disputes. In the event any dispute arises as to what are the prevailing rates of wages for work of a similar nature and such dispute cannot be resolved by the City and the Contractor, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries of the State of Washington and the decision therein shall be final and conclusive and binding on all parties involved in the dispute. 13. FAILURE TO PAY SUBCONTRACTORS In the event the Contractor shall fail to pay any subcontractors or laborers, or fail to pay for any materials or any insurance premiums, the City may terminate this Contract and /or the City may withhold from the money which may be due the Contractor an amount necessary for the payment of such subcontractors, laborers, materials or insurance premiums. Rev 1/15 — 9 14. OWNERSHIP OF DOCUMENTS All originals and copies of work product, including plans, sketches, layouts, designs, design specifications, records, files computer disks, magnetic media, all finished or unfinished documents or material which may be produced or modified by Contractor while performing the Work shall become the property of the City and shall be delivered to the City at its request. 15. CONFIDENTIALITY Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept as confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City. 16. BOOKS AND RECORDS The Contractor agrees to maintain books, records, and documents which sufficiently and properly reflect all direct and indirect costs related to the performance of this Contract and such accounting procedures and practices as may be deemed necessary by the City to assure proper accounting of all funds paid pursuant to this Contract. These records shall be subject at all reasonable times to inspection, review or audit by the City, its authorized representative, the State Auditor, or other governmental officials authorized by law to monitor this Contract. 17. CLEAN UP At any time ordered by the City and immediately after completion of the Work, the Contractor, shall, at its own expense, clean up and remove all refuse and unused materials of any kind resulting from the Work. In the event the Contractor fails to perform the necessary clean up, the City may, but in no event is it obligated to, perform the necessary clean up and the costs thereof shall be immediately paid by the Contractor to the City and /or the City may deduct its costs from any remaining payments due to the Contractor. 18. CONTRACTOR AND SUBCONTRACTOR RESPONSIBILITY: 18.1 Contractor Verification. The Contractor verifies that it has a certificate of registration with the State of Washington; has a current state unified business identifier number; is not disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); has industrial insurance as required by Title 51 RCW, if applicable; has an employment security department number as required in Title 50 RCW, if applicable; has a state excise tax registration number as required in Title 82 RCW, if applicable; possesses a valid electrical contractor license as required by chapter 19.28 RCW, if applicable; and possesses an elevator contractor license as required by chapter 70.87 RCW, if applicable. 18.2 Subcontractor Contracts. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include the same language of this section in each of their subcontracts, adjusting only as necessary the terms Rev 1 /15 — 10 - used for the contracting parties. Upon request of the Owner, the Contractor shall promptly provide documentation to the Owner demonstrating that the subcontractor meets the subcontractor responsibility criteria below. The requirements of this section apply to all subcontractors regardless of tier. 18.3 Subcontractor Verification. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: Have a current certificate of registration in compliance with chapter 18.27 RCW, which must have been in effect at the time of subcontract bid submittal; Have a current Washington Unified Business Identifier (UBI) number; Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3); Have Industrial Insurance (workers' compensation) coverage for the subcontractor's employees working in Washington, as required in Title 51 RCW, if applicable; A Washington Employment Security Department number, as required in Title 50 RCW, if applicable; A Washington Department of Revenue state excise tax registration number, as required in Title 82 RCW, if applicable; An electrical contractor license, if required by Chapter 19.28 RCW, if applicable; An elevator contractor license, if required by Chapter 70.87 RCW. 19. GENERAL PROVISIONS 19.1 Entire Contract. The Contract Documents contain all of the agreements of the Parties with respect to any matter covered or mentioned in this Contract and no prior agreements or understandings pertaining to any such matters shall be effective for any purpose. 19.2 Modification. No provisions of this Contract, including this provision, may be amended or added to except by agreement in writing signed by the Parties or their respective successors in interest. 19.3 Full Force and Effect. Any provision of this Contract, which is declared invalid, void or illegal, shall in no way affect, impair, or invalidate any other provision hereof and such other provisions shall remain in full force and effect. 19.4 Assignment. The Contractor shall not transfer or assign, in whole or in part, any or all of its obligations and rights hereunder without the prior written consent of the City. In the event the City consents to any such assignment or transfer, such consent shall in no way release the Contractor from any of its obligations or liabilities under this Contract. 19.5 Successors In Interest. Subject to the preceding Subsection, this Contract shall be binding upon and inure to the benefit of the Parties' successors in interest, heirs and assigns. 19.6 Attorney Fees. In the event the City or the Contractor defaults on the performance of any terms in this Contract, and the Contractor or City places the enforcement of the Contract or any part thereof, or the collection of any monies due, or to become due hereunder, or recovery of possession of any belongings, in the hands of an attorney, or file suit upon the same, each Party shall pay all its own attorneys' fees, costs and expenses. The venue for any dispute related to this Contract shall be King County, Washington. Rev 1/15 — 11 — 19.7 No Waiver. Failure of the City to declare any breach or default immediately upon occurrence thereof, or delay in taking any action in connection with, shall not waive such breach or default. Failure of the City to declare one breach or default does not act as a waiver of the City's right to declare another breach or default. 19.8 Governing Law. This Contract shall be made in and shall be governed by and interpreted in accordance with the laws of the State of Washington. 19.9 Authority. Each individual executing this Contract on behalf of the City and Contractor represents and warrants that such individuals are duly authorized to execute and deliver this Contract on behalf of the Contractor or City. 19.10 Notices. Any notices required to be given by the City to Contractor or by the Contractor to the City shall be delivered to the Parties at the addresses set forth below. Any notices may be delivered personally to the addressee of the notice or may be deposited in the United States mail, postage prepaid, to the address set forth herein. Any notice so posted in the United States mail shall be deemed received three (3) days after the date of mailing. 19.11 Captions. The respective captions of the Sections of this Contract are inserted for convenience of reference only and shall not be deemed to modify or otherwise affect in any respect any of the provisions of this Contract. 19.12 Performance. Time is of the essence of this Contract and each and all of its provisions in which performance is a factor. Adherence to completion dates is essential to the Contractor's performance of this Contract. 19.13 Compliance with Ethics Code. If a violation of the City's Ethics Resolution No. 91 -54, as amended, occurs as a result of the formation and /or performance of this Contract, this Contract may be rendered null and void, at the City's option. 19.14 Conflicting Provisions. In the event of a conflict between the terms and provisions of any of the Contract Documents, the Mayor or his or her designee shall issue an interpretation of the controlling document, which interpretation shall be final and binding. Rev 1/15 — 12 - DATED the day and year set forth above. APPROVED AS TO FORM: lot City Attorney, Amy Jo Pearsall CITY OF FEDERAL WAY Ferr 1, Mayor 3325 8th Avenue South Federal Way, WA 98003 -6325 ATTEST: Ir �,�Y 1►� erk, Stephanie CI urt i TONY LIND PAVING, By: ey, CMC Its: Owner 23048 172nd Avenue SE Kent, WA 98042 STATE OF WASHINGTON ) ) ss. COUNTY OF Wt>U(7 ) On this day personally appeared before me Tony Lind, to me known to be the Owner of Tony Lind Paving, LLC that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument. GIVEN my hand and official seal this `\ \REY LAN /'' � •N, �ss►oc • 6�% �, ;fa) NOTgA m:Cn p 18LIC . 20 \1 • • •' \-- ///01111\10 ASH00 (type e of notary) Notar Publi d for the Stat of Wa,shington. My commission expires �vy �� Rev 1/15 - 13 - EXHIBIT "A" SCOPE OF WORK 1. Perform basic discretionary work for services listed in Exhibit A, Schedule A of installing traffic calming devices such as speed humps, a raised crosswalk, and a traffic circle island at locations and in quantities to be provided by staff at a future date. The quantities provided in Exhibit A, Schedule A are preliminary estimates to provide an example of a "typical" project. Each year's work order(s) shall be physically completed within 30 calendar days of receipt of the work order, but in no case later than October 31 of each year. 2. Perform discretionary work listed in Exhibit A, Schedule B, which may consist of installation and /or removal of pre -cast, block, or extruded traffic curb, installation of CSTC and HMA, installation and/or removal of speed humps, speed tables, and raised crosswalks, installation and/or removal of pedestrian refuge islands, curb ramps, concrete sidewalk, or concrete curb and gutter, and installation of traffic circle islands. Work orders showing locations and quantity estimates to be provided by staff at future dates. For each work order, work shall be completed within 30 calendar days of receipt of the order. Quantity ranges for typical work orders are provided in Exhibit A, Schedule B. Prorated averages of these quantities will be used to determine the lowest quote. 3. Work- orders will be issued for individual work sites within the City of Federal Way. All basic and discretionary work items within each work -order will be located on contiguous street(s) within a six -block radius of each other. Months may pass during the contract term without a work -order and it is rare that more than one work order would be issued in any given month. Typical months of work will be March to October as weather allows. 4. A preconstruction meeting and a notice to proceed are anticipated to be issued in April of 2016. 5. All work shall be performed in conformance with the latest edition of WSDOT Standard Plans and Standard Specifications as amended by the City of Federal Way Special Provisions and Standard Details. 6. The contract termination date will be December 31, 2017. Rev I /15 — 14 - EXHIBIT A REQUEST FOR QUOTE CITY OF FEDERAL WAY 2016 -17 Neighborhood Traffic Safety (NTS) Program Vendor Name: Date Prepared: Tony Lind Paving, LLC. February 11, 2016 Exhibit A, Schedule A Notes: 1 All items shall include in the price any required layout, mobilization, traffic control, roadside cleanup, or any other incidentals. 2 All permanent pavement markings for traffic calming devices shall be done by others. 3 All permanent signs for traffic calming devices are done by others. 4 Any removal of pavement markings will be done by others. 5 Unit Price is per Each for a Traffic Circle Island, Complete within the circle diameter range, in feet. SCHEDULE A, (Example of a 'Typical" Project As Described Under Section VI -1 Item "Typical" Project Quantity Unit B -7 Speed Hump, Complete (includes toe grind and temporary markings. Permanent signing and markings by others.) COFW Development Standard 3 -26, COFW SP 8 -32 2 EA B -9 Raised Crosswalk, Complete (includes toe grind and temporary markings. Permanent signing and markings by others.) COFW Development Standard 3 -27, COFW SP 8 -33 1 EA B -165 Traffic Circle Island, Complete (includes painted pre -cast curb, pavement removal, monument case & valve box adjustment, topsoil. Each (1) island by Circle Diameter range in feet) COFW Development Standard 3 -59, COFW SP 8 -04 32 -foot Diameter Circle 1 EA Total of Schedule A Must be the same as Schedule B Price Unit Price Multiplier Total $2,700.00 2 $5,400.00 $3,400.00 1 $3,400.00 $8,200.00 1 $8,200.00 _ $17,000.00 1/2 2/12/2016 SCHEDULE B. (Discretionary Work Orders As Described Under Section VI -2 Item Quantity Range Unit B -1 Pre -Cast Traffic Curb, Painted 50 100 LF WSDOT Standard Specification Section 8 -07 101 500 LF COFW Special Provision 8 -07 501 + 50 LF B -2 Block Traffic Curb, Painted 50 100 LF COFW Development Standard 3-4 101 500 LF COFW Special Provision 8 -07 501 + 101 LF B -3 Extruded Curb, Painted 50 100 LF WSDOT Standard Specification Section 8 -07 (except no 101 500 LF rebar) COFW Development Standard 3-4A, COFW SP 8 -07 501 + 501 LF B-4 Remove Pre -Cast, Block, or Extruded Curb (include asphalt 50 100 LF patching if necessary) WSDOT Standard Specification Section 2- 101 500 LF 02.3(3), COFW SP 8 -07 501 + 1 LF B -5 Crushed Surfacing Top Course, Include Haul 1 5 TON WSDOT Standard Specification Section 4 -04, 9 -03 6 15 TON COFW Special Provision 4 -04 15 + 2 TON B-6 HMA Class 1/2" PG 64 -22 1 5 TON WSDOT Standard Specification Section 5 -04 6 15 TON COFW Special Provision 5 -04 15 + 4 TON 13-7 Speed Hump, Complete (includes toe grind and temporary 1 $3,400.00 EA markings. Permanent signing and markings by others.) COFW 2 3 EA Development Standard 3 -26, COFW SP 8 -32 4 + 1 EA B-8 Speed Table, Complete (includes toe grind and temporary 1 $3,600.00 EA markings. Permanent signing and markings by others.) 2 3 EA COFW Development Standard 3 -27A, COFW SP 8 -33 4 + 2 EA B -9 Raised Crosswalk, Complete (includes toe grind and temporary 1 $50,000.00 EA markings. Permanent signing and markings by others.) COFW 2 3 EA Development Standard 3 -27, COFW SP 8 -33 4 + 4 EA 13-10 Remove Speed Hump, Speed Table, or Raised Crosswalk 1 $3,700.00 EA (include asphalt patching if necessary) COFW SP 8 -04 2 3 EA WSDOT Standard Specification Section 2- 02.3(3) 4 + 5 EA B -11 Pedestrian Refuge Island, Complete (includes detectable 1 $2,475.00 EA warning strips) COFW SP 8 -04 2 3 EA COFW Development Standard 3 -58 4 + 31 EA B -12 Remove Pedestrian Refuge Islands, Complete 1 $7,070.00 EA (include asphalt patching if necessary) COFW SP 8 -04 2 3 EA WSDOT Standard Specification Section 2- 02.3(3) 4 + 1 EA B -13 Remove & Replace Concrete Curb Ramp, Complete 1 = EA COFW Development Standard 3 -8, 3 -8A, 3 -8B, 3 -10, 3 -10A, 3 -11, 2 3 EA WSDOT Std Plan F -40.14 (Up to 25 ft.) COFW SP 8 -04, 8 -14 4 + EA B -14 Remove & Replace Concrete Sidewalk, Complete 5 10 SY COFW Development Standard 3 -3 & 3 -12 11 50 SY COFW Special Provision 8 -04, 8 -14 51 + SY B -15 Remove & Replace Concrete Curb & Gutter, Complete 10 30 LF (includes sawcutting, disposal, ashpalt patching) COFW Dwg 3-4, 3 31 100 LF 4A & WSDOT Stnd. Spec. 5- 04.3(14), COFW SP 8 -04 101 + LF B -167 Traffic Circle Island, Complete (includes painted pre -cast curb, pavement removal, monument case & valve box adjustment, topsoil. Each (1) island by Circle Diameter range in feet) COFW Diam.(ft) Quantity EA EA 10' - 16' 17' - 24' 1 1 Development Standard 3 -59. COFW SP 8 -04 25' - 32' 1 EA Total of Schedule B Adjusted Total of Schedule B 8 X 0.10 Total (Total of Schedule A + Adjusted Total of Schedule B) Unit Price Multiplier Total' 45.00 50 $2,250.00 45.00 101 $4,545.00 38.00 501 $19,038.00 55.00 50 $2,750.00 48.00 101 $4,848.00 45.00 501 $22,545.00 21.00 50 $1,050.00 16.00 101 $1,616.00 12.00 501 $6,012.00 10.00 50 $500.00 9.00 101 $909.00 8.00 501 $4,008.00 80.00 1 $80.00 45.00 6 $270.00 30.00 15 $450.00 350.00 1 $350.00 300.00 6 $1,800.00 270.00 15 $4,050.00 2,700.00 1 $2,700.00 2,700.00 2 $5,400.00 2,700.00 4 $10,800.00 3,300.00 1 $3,300.00 3,300.00 2 $6,600.00 3,300.00 4 $13,200.00 3,400.00 1 $3,400.00 3,400.00 2 $6,800.00 3,400.00 4 $13,600.00 1,800.00 1 $1,800.00 1,800.00 2 $3,600.00 1,800.00 4 $7,200.00 12,500.00 1 $12,500.00 12,500.00 2 $25,000.00 12,500.00 4 $50,000.00 5,800.00 1 $5,800.00 5,800.00 2 $11,600.00 5,800.00 4 $23,200.00 3,700.00 1 $3,700.00 3,700.00 2 $7,400.00 3,700.00 4 $14,800.00 275.00 5 $1,375.00 225.00 11 $2,475.00 200.00 51 $10,200.00 100.00 10 $1,000.00 80.00 31 $2,480.00 70.00 101 $7,070.00 6,800.00 1 $6,800.00 7,300.00 1 $7,300.00 8,200.00 1 $8,200.00 = $356,371.00 = $35,637.10 Exhibit A, Schedule B Notes: 6 Line Item Total for Schedule B are calculated by multiplying the quantity range minimum by the unit price, except for item B -16. 7 Unit Price is per Each for a Traffic Circle Island, Complete within the circle diameter range, in feet. 8 Adjusted (weighted) Total reflects likelihood that only 10% of discretionary work in Schedule B will be requested. Note: The contract resulting from this RFQ is mainly for future discretionary work orders; exact quantities and locations are unknown. The City's recent historical average for this work is approximately $25,000 per year. Discretionary work orders are typically issued multiple times throughout the calendar year. $52,637.10 2/2 2/12/2016 cc w a Z O Q coo -4- Z Q CC UN0 • w a =� • ~- iUJ — Ow Z a Ow� V]° UV)O W W O w BROOMED FINISH z 0 oz (7)-‹ Z Y R a X �p W D �- O Z O W Q O 1 W m Z r D DW w a U N 1 /4" 'V'- GROOVE S m ? J Z3 Z UJ O° - N M Z O W O Q Z F- O <aZ aaw W O N a N Ct w 2 ZO Zu) 0 �O Z w0 ▪ Z Q O n' m m W Q W a CO I- --) 0 m cn U Z J I .._,LA S OW Z °W Q O~ a 2¢ W U OQ O W Z (nom} cn0 0 O 0 0 O° O ° W CO N M 0 2 M} M N W W W S a W ct M N W H W = W= 0 7 U S H O H W Z ix O 0 (y Z� p3� OZ_ CC La a�� a -W_m J Q 0 d id to OONO} W W I J CO M) Q J M W Q cart.' N > I'', m °, S u_ I- Y.. LL QOO UFW- WH 0 W° O 7 Z N O m _Z Z O W cd Z° W Z S N O Y Q D H Z O �J0 �HJ� Qm° WO -J VI D (nW V1 �Zc>c' W == O J W Z U � Z O W O ° Z I.- OW O W Z° N W O O Q Q Q F =1- N /- J J J z F- ~ 0 0 O Q F N Z 0 Z Q O a a 0 z up_ W W H U W W Z cn U 0 - -a? O J O j= 0- O (1-j jZ O J Z = = O -, = 0 OO)Z = ZQ oN ) Q (n ° Q V) O _ W- MH V ° XJQ >_i - ▪ ZSy O X JI- Z W < W QJ ��- . Q~J J_ZN W QW Q� W Z w H Z I- WIC- X U Wj a O W Q Z W a X Q I- Q F-- v1 Q F- a W H 1 ~ p a Q< 0 W 0 .tea N�0?m r1) 65 v) 4MW xi �Q coo z W 5 0 W a H O a 0 Z 0 0 J 2 O Q E2 M W 2E <o 7. MONOLITHIC POURS OF CURB AND SIDEWALK ARE NOT ALLOWED. H2 = Oa (p OW Z �a Li NO p -w W • OW 00 3 inCt N11- Wa aD 10 0 U O Z Z Q W M CC U U O CO Z H Z O N � Z O W OZ1_ to Q 0 Z m Z XDW W U N m LL 1/4" 'V' -GROG U Y J CO CE D 0 D AVM 0313AVeLL JO 3003 0 MOUNTABLE CEMENT CON - 0 cc 0 0 z w Iii < 0 o • x v) Z 0 0 0 o o La I- S Ce Z IA cn - D 0 a -, , a a0 O cm 0 z a_ o a o N1- (71 Z A.0 a- >( W CO 0 .Z/L 9 * NOTE: TOP OF LIP AT DRIVEWAYS. NEW CEMENT CONCRETE CURB (Sc GUTTER TYPE 'C' BLOCK TRAFFIC CURB NOTES: 1. SEE DWG. 3 -3 FOR JOINT REQUIREMENTS. 2. ROLL GUTTER TO MATCH POSRIVE SUPERELEVATION. 3. TO BE USED ONLY AS APPROVED BY THE PUBLIC WORKS DEPT. REV: FEB 2011 CEMENT CONCRETE BARRIER CURB EXTRUDED ASPHALT OR CEMENT CONCRETE CURB IN PRIVATE PARKING AREAS ONLY 0 0 Q W r � W 5 O 0 W W 0 Q J 0 Z W N W 0 50 Q. W CC CO 2 0 Z J N Q W i W °Z o EXTRUDED CEMENT CONCRETE CURB a FOR USE IN PUBLIC RIGHT OF APRIL 2012 z M 3" Shiner (TYPJ Cement Conc. Barrier Curb (TYP•) 4' Minimum Saw cut 'Match Line' (TYPO Sidewalk Plante Sidewalk 00000000000000000 00000000000000000 00000000000000000 00000000000000000 Curb /Gutter Curb /Gutter Dummy Joint Cement Conc. Barrier Curb (See DWG 3 -4) 0.35' ± DETECTABLE WARNING PATTERN (SEE DETAIL) gNDW 4' MiN G REV. MAR 2011 Dummy Joint DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8- 14.3(3) PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CITY OP 0 ��/ PUBLIC v aY WORKS CURB RAMP WITH SIDEWALK AND PLANTER STRIP DWG. NO. 3 -8 MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CITY OP 0 ��/ PUBLIC v aY WORKS CURB RAMP WITH SIDEWALK AND PLANTER STRIP DWG. NO. 3 -8 Cement Conc. Barrier Curb See Detail A, below 3" Shiner (TYP.) (TYP.) 4' Sidewalk Curb /Gutter 12:1 g N 00000000000000000 00000000000000000 00000000000000000 00000000000000000 12:1 2' (TYP•) 4" 1 /4" V ( "Western ") Groove (TYP) Saw cut 'Match Line' (TYP.) Sidewalk Center of - Curb Ramp as Marked in Field. Cement Conc. Barrier Curb (SEE DWG 3 -4) Curb /Gutter 0.35' ± Dstance will vary Dummy Joint (TYPO DETECTABLE WARNING PATTERN (SEE DETAIL) REV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8- 14.3(3) A PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CV Fed �I�1p PUBLIC erfg l�lVa WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8A MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" A PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CV Fed �I�1p PUBLIC erfg l�lVa WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3 -8A (TYP.) 6' 3" Shiner (TYP•) (TYP•) 4" "Western Groove" (TYP•) Sidewalk Rolled Curb /Gutter 12:1 00000000000000000 00000000000000000 00000000000000000 00000000000 00000 12:1 2' Saw cut 'Match Line' (TYP•) Sidewalk Rolled Curb /Gutter Dummy Joint �C Center of Wheel Chair Ramp as Marked in Field. Restore Asphalt pathway to original location level with back of concrete ramp (Max 8% slope) Distance will vary Dummy Joint (TYP•) DETECTABLE WARNING PATTERN (SEE DETAIL) REV. MAR 2011 DETECTABLE WARNING PATTERN (SEE DETAIL) DETECTABLE WARNING PATTERN AREA SHALL BE YELLOW, IN COMPLIANCE WITH WSDOT STD. SPEC. 8-14.3(3) ,, ,F © PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CITY OP Fed Way PUBLIC WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3-8B MIN. MAX. A 1 5/8" 2 3/8" B 5/8" 1 1/2" C 7/16" 3/4" D 7/8" 1 7/16" PLAN ELEVATION DETECTABLE WARNING PATTERN DETAIL CITY OP Fed Way PUBLIC WORKS CURB RAMP WITH SIDEWALK (NO PLANTER STRIP) DWG. NO. 3-8B U, w 0 ° TRUNCATED Z< Ceo zw 3w J� CD C) U 0G 0 U 22 0 U 0 0z U0 H 0 ww U a >4c4 0 o= NVId 213d RIO IM N1VM301S El a- 0 w r a 0 0 0 EXPANSION JOINT z Www (na 5� o crz C7° w 0 azwo 00 0¢0o wo_ ZULU' o m Z_ 0¢ Z J 0� .?1(21cZm a= w a cn� Q w~ WO Wu_ xp0 0 Ho mrz cowo Zoo 0(`�¢ ct U J Z. Z W W O Z m LL/ J a (,,L.' m0OQw Wm mxzmm OZQ �WWF-.J Z W fx R° °< crF- fx mH JON d 079 n.Z- wa <mz- 0n-W <W?WQ aa= 2'JwI�' ate~ mao m wW mmz° - 2 0 D a- Z D 01- U wwoa W U w zor o_J oc,a = Jo_ 000 - (n <� N• C, s m LL O /z0 V 7 � M a cn CURB AND GUTTER N1VM S0a3 0 z0_ oWF- 0_ (0tr ?m CDCL CCU m U 0 z- 0w a0 ww w W N Q W 0< Wu- WD CCD 00 0< 0- CC zr zw w LULL 0w Ua SIDEWALK a ISOMETRIC VIEW Z W mZ �W�LL as D� 0 >0 Ow0w3 Oa aZaO O0O g0_ �a� Z2 a0 W J UD w Z Z W Z <LIJ w >�2m WI- wQOa'(,5 X0 0_�OIW 0 01-ZF-a MHO WWF=ln Oa0 ZaWOH F-LLZ 2:25ZJ a DWIY� oOXQ 002 Dw22m ZW 2 �~� z� x0 OQ aawl 2HWOIn ODD a&::tea 0_0 z Uaw Qww2Q QQ2 c -1wF -a _1 a co a D O m FWa a <?ZQ' OOH 0t:,:,.,-0 WWO0_W W - OaQ 22_10_2 F- 000_ F- F -IAQ1- 0 , ZI w 00 o0 w (00 way WD DU U2 ZQ 0W d <0 w < • J N aw Li Y Z v< J Q ww z....,--1 0(0 a a W 0 0 0 EXPANSION JOI HUJY WOW UZ0_ UN REV. JAN 2013 2 I.I. to 2 (i) `0 I' Z U0_ J J Z U) U Y J � mo D 3 = M 3r'? wWv mvl Z - Q M Z S d ct oW a wUN - Q Z CO Z Z O w J o W < W N p d } 3 000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 00000000 000000 z -J a of I1 2 ap N N M Z co 03 r CO r U 03 ELEVATION DETECTABLE WARNING PATTERN C) O 0 2 Z_ z ° O ▪ O Sa 0 vi Oma U HN • Q W O Q O a s W w d 3Q O N O O�w mpz %NO O u, sawn On ce Na rc o 3 t.71-6_ o r O ow owo ON ZO Z O W WNN j OW U U~ m =ce.= z O N z w <, < 7 o w a 0 K w� m =ck. Z WO VOO_ WO= 3�0� a. =6 m 7V0 O ~ 0o2w N O as W wv ::z 0 ?WOF NU W E x a UO NW N p-Vy=j Wb0_z ZO 7 0a :m Fn :, N?O o_� �c�p zoc'ma °d WOw °WZ ��� c'c''' • Uo 7= oo v3 m rnw¢Z av maw > iw zir zoti 0 z §§am 3�NN ova 000Z O CI M Y N z REV. MAR 2011 z r CURB RAMP se 2" CRUSHED SURFACING TOP COURSE EXPANSION JOINTS, SEE FEDERAL WAY STANDARD FOR SIDEWALK SPACING, MINIMUM DEPTH OF CONCRETE THROUGH DRIVEWAY SECTIONS. 0 L THAN 1/8 INCH W ce 0 W H J W 0 N O J J w= U Q Z O W 0z W H I I I- Q W ce 1 O N � E SPEC. 8 -14. 3000, WSDOT CONCRETE SHALL BE CLASS REV. MAR 2011 Z 0 I- W U) J W 0 U) 2 FOOT WIDE, )¢" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) CURB FACE Ftl PM T1'PE II- YELLOW (TYP. ■T CENTERLINE) WIIIITE PLASTIC MARKINGS PER WSDOT STND PLAN M -24.60 (TYPICAL) SIGN DESIGNATION / SIZE W8 -1 BUMP 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(15) 15 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) O 0 'CO M N N 0 N a0 O 1' 7' 7' SECTION A -A - PARABOLIC CROWN 2 FOOT WIDE, )¢" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) 1' -2' MAX 6» TAPER STANDARD CLASS D OR CLASS C MIX (TYP) GUTTER TACK COAT (TYP) SECTION B -B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION. THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. SECTION B -B (SHOULDER) REV. NOV. 2014 CRT �- OP �r PUBLIC Feder Way WORKS SPEED HUMP DWG. NO. 3 -26 2 FOOT WIDE, V. DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) —6. 10' 0 100' (TYP)—I \ r a z =i v -1333 vU-i3 PAVEMENT WID a WHITE PLASTIC MARKINGS PER DWG NO 3 -20 —WHITE PLASTIC MARKINGS PER (TYP) A A WSDOT STND PLAN M -24.60 (TYP) RPM TYPE II (WHITE) CB B RPM TYPE II -YELLOW (TYP. AT CENTERLINE) SIGN DESIGNATION / SIZE W11 -2 MAN WALKING 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(20) 20 MPH ADVISORY PLAQUE 18" x 18" W16 -7P ARROW DOWN 24" x 12" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) 3) USE YELLOW -GREEN SIGNS 4) USE S1 -1 INSTEAD OF W11 -2 FOR SCHOOL CROSSINGS a cV o N N CURB FACE 7' 8' SECTION A —A — PARABOLIC CROWN 2 FOOT WIDE, )¢" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) 1-1 MAX } GUTTER 3' TAPER STANDARD CLASS D OR CLASS C MIX (TYP) TACK COAT (TYP) SECTION B -B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. SECTION 8 -B (SHOULDER) REV. NOV. 2014 WV GP Fed Way PUBLIC WORKS RAISED CROSSWALK DWG. NO. 3 -27 2 FOOT WIDE, Xt" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) AVEMENT WIDT A I Z D 10' RPM TYPE II- YELLOW (TYP. AT CENTERLINE)I N m I W I Zlr 100' (TYP) B A J 100' (TYP) 5c `n3 S PER WSDOT STND PLAN M -24.60 (TYP) SIGN DESIGNATION / SIZE W8 -1 BUMP 30" x 30" W8 -1A BUMP AHEAD 30" x 30" W13 -1(20) 20 MPH ADVISORY PLAQUE 18" x 18" NOTES: 1) ADVANCE SIGNS USED ONLY FOR FIRST IN SERIES 2) WHEN 2 OR MORE BUMPS, REPLACE W8 -1A WITH W8 -1A(S) (BUMPS AHEAD) o `a? 19 M N N u] 0 CURB FACE SECTION A —A — PARABOLIC CROWN 2 FOOT WIDE, )1" DEPTH ASPHALT GRIND, TYP. BOTH ENDS (SEE NOTE 1) —1' -2' MAX } 3 TAPER GUTTER STANDARD CLASS D OR CLASS C MIX (TYP) TACK COAT (TYP) SECTION B -B (CURB AND GUTTER) NOTE: 1.) PRIOR TO SPEED HUMP CONSTRUCTION, THE ENGINEER MAY REQUIRE ASPHALT GRINDING IN ORDER TO PROVIDE A SMOOTH TRANSITION. SECTION B -B (SHOULDER) REV. NOV. 2014 CITY CO °o Way ay erd WORKS SPEED TABLE DWG. NO. 3 -27A Q >- w • w a w W U w z0 Q 2 O J QLU H W a. • w Z co Z x .• 0 O • •a cc • w. z• 0 U I- A A A A AA w a w 0 Z H 0 U) J O a ¢ z } H Fa H H a CC Z w 0 CO 02 ZW ¢ L H a0CJn D0 _,¢UHH ?zcn U Q W CO < c O mNO I-0 ca 1 H W a rU_CC W W 0 0 CC LL . NOTE: DIMENSIONS MAY VARY z 0o E2 a U • I- CC H Z 0 0 J z D o a 2 w >- >- ¢ LL Z O ISLAND CONSTRUCTION DETAILS 0 2 J H w N d 00 wa >- ❑ 0 FCO Z Q 0 a 0 U) Z ma' a d U Z 0 i= I] Oz¢ Co' ¢ 2 = 0 0 ¢O ¢ Z 2 LL O CO a. a c7) z < a <LL ¢ z w LL Z W w O ¢ z ._D 0 J I- 0 H 0 J 0O z2 cnEr_ zZ P2 0 N H b O Cl. N LO H W wo CO O cn 0 I- V . V •J co U) Oz UY 0 U H 2 a W W U Z 0 ato >- ` • HN J 2 mZ ¢ CO O jH U W_�-- }0 U) W W CO NOTE: ALL SIGNS SHALL BE FLOURESCENT YELLOW -GREEN BACKGROUND EXCEPT R1 -5a REV. DEC 2014 } cJo 2> c¢oH -0 wo W w a O m 4 O co a O N N Q U) r Ct cD Q U co O z W -w LL w O Co 0 z co M /w V2 LLJ I.LQ Z < -0 (/) w0 0 w Z Q SIGN NOTES: J Li Q OZ Z 0 w W ce w cn P o W OW W w Z c N W JZ Om z =O O O_ Q w ce O WN Ln0� al z a w a m a L,. a MW wam ON a' W� Q D oo NNw WL/> L+- Zo? aJ wo U H N O p o5 •r J w [n I 1<o ZOwL� Lpa. aOW UI- ww Zm Ww za ¢a3o 03‹ O= wB }o z J J 0 w W O o <i <z< UJZ Na (nJv oaz Z< zcn� v)LUnw • CV M J >w0 WDW Lazo Q Q p0� E 0 0 W moo Q °Z N N M Q O 1v AI i_ V)(nO) X00 0 DOQ W N(0 O Q m U M ODD Hm WW CCD 00 Z OW- 1-/) (m < 0 Z H 0 I W Z c W 0 N Xo�.. TYPICAL TRAFFIC CIRCLE CURB DETAIL N W F- 0 z n z R O m o J Z LWi N Z ww 0 Y Z 0 w< FO0 mm U ~ to oz 0 0Z0 P a. W • amW Z F H z< <0 ZOc7 W M a N N M 0 w J� MMQ • CV 0 0 f- Z o Q J W =NCn a —D <0 0 >wN Ww0 W0 .2C Z \ i 11 moz `` U3= �,� \\ < U U /\ <a! ) ) A. RPM, TYPE 2YR TYPICAL SECTION ci Z O) 3 M E. .. mb E c - a° c U c 4 ms aEc c y c rQ I s t ._ 8 x N - V U ' ro Z5m 7 U i. E., b c w E'm4 i g.5 3.. 84 Lpi ° a g " a ll o; m m n w m mE A c U b E d O b L N. z a .2 m a 43 0b s '11 8 t in • Uy E Nc{p 8 c U ny R N U le Nz m b& 2 O -c2 t 4, E'S pe U Nm« ofi ▪ L 30 m '� �'��,pi Qa1 m 21 "o L ti L FO fig 3_ �e" �'e o' N -��i E 8 oY "gU �:° c d� c 19 Nm l$ om 2g$. m Em ''C' p °° °2 ! °N • Y N N V! C gE Sao ag Egg 2 £L ° in - d a °i ° m c m�o w U' a a, Ea aa m .a.'m y¢¢ c O E'— . tea.. ropa �m A� 1., 'vg KN c o b c rS tam f$ oV Ug 9 UR0 K'ERm � oi �a O V Q'4 U a E F Z • , 6 V N ai f. Op Qi rcd> hC COMBINATION CURB RAMP EXHIBIT "B" CONTRACT CHANGE ORDER AGREEMENT PROJECT CHANGE ORDER EFFECTIVE DATE NUMBER NUMBER PROJECT TITLE CONTRACTOR SUMMARY OF PROPOSED CHANGES: The time provided for completion in the Contract is ❑ Unchanged ❑ Increased ❑ Decreased by Calendar Days. This Document shall become an Amendment to the Contract and all provisions of the Contract not amended herein will apply to this Change Order. Will this change affect expiration or extent of Insurance coverage? If "Yes" Will the Policies Be Extended? n Yes ❑ No Yes I I No PRICE CHANGE LUMP SUM: INCREASE $ DECREASE $ UNIT PRICE: THE ITEMS ARE APPROXIMATE OR ESTIMATED QUANTITIES INVOLVED IN THIS CHANGE ITEM NO. ITEM QTY. UNIT PRICE ADD OR DELETE TOTAL NET CONTRACT: INCREASE $ DECREASE $ STATEMENT: Payment for the above work will be in accordance with applicable portions of the standard specifications, and with the understanding that all materials, workmanship and measurements shall be in accordance with the provisions of the standard specifications, the contract plans, and the special provisions governing the types of construction. CONTRACTOR'S MAYOR SIGNATURE SIGNATURE Rev 1 /15 — 15 - DATE DEPARTMENT RECAP TO DATE: *Adjustments: ORIGINAL CONTRACT AMOUNT $ PREVIOUS CHANGE ORDERS $ THIS CHANGE ORDER $ *ADJUSTMENTS $ NEW CONTRACT AMOUNT $ ADJUSTMENTS CHANGE ORDER ESTIMATE IS HEREBY ❑ INCREASED $ 1 DECREASED $ PAY THIS ADJUSTED AMOUNT: $ MAYOR'S SIGNATURE Rev 1/15 — 16 - EXHIBIT "C" CONTRACTOR'S RETAINAGE AGREEMENT City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 -6325 253 - 835 -7000 Bid /Contract Number IDENTIFICATION AND DESCRIPTION Project Title Contractor Representative Bid No. Date Administering Department City Representative Project Authority Funding Source RETAINAGE FORMULA In accordance with applicable State Statutes, the following provisions will be made for the disposition of the retainage held for investment: 1. All investments selected below are subject to City approval. 2. Retainage under this agreement will be held in escrow by the (referred to herein as the Bank), the terms of which are specified by separate escrow agreement. The cost of the investment program and the risk thereof is to be borne entirely by the contractor. 3. The final disposition of the contract retainage will be made in accordance with applicable statutes. CONTRACTOR'S INSTRUCTIONS Pursuant to RCW 60.28.010 I hereby notify the City of Federal Way of my instructions ❑ to invest ❑ not to invest the retainage withheld under the terms of this contract. If the investment option is selected, please provide the following information: Name of Bank, Mutual Fund, or Savings & Loan Association: Address: Account #: Contact Person: Contractor: Date: By: Title: Address: Phone: Fed ID #: Est. Completion Date: CITY APPROVAL Approval of Investment Program and Retainage Agreement CERTIFICATION FOR RELEASE OF CONTRACT RETAINAGE Contract No. Project Title: Finance Director Date I hereby certify, as Contract Administrator for this Contract representing the City of Federal Way, that all work required by the above cited contract was completed on and final acceptance by the City was granted on Rev 4/16 — 17 - I also certify that no liens have been received within 30 days from the above date from any person, persons, mechanics, subcontractors or materialman who has performed any work or provided any material of subject contract. Contract Administrator Director of Administering Department Also, please find attached certifications by the applicable state agencies of the receipt of: 1) Washington State Business Taxes (Washington State Dept. of Revenue); 2) Industrial Insurance Premiums (State Dept. of Labor & Industries); and 3) Employment Security, Unemployment Insurance Premiums (State of Washington Employment Security Dept.) Rev 1/15 — 18 - Bond No. 382155C EXHIBIT "D" RETAINAGE BOND TO CITY OF FEDERAL WAY 2016 -17 NEIGHBORHOOD TRAFFIC SAFETY ( "NTS ") PROGRAM KNOW ALL PERSONS BY THESE PRESENTS that we, the undersigned, Tony Lind Paving, LLC, as principal ( "Principal "), and Developers Surety and Indemnity Company, a Corporation organized and existing under the laws of the State of Iowa, 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 ( "Surety"), are jointly and severally held and firmly bonded to the City of Federal Way ( "City ") in the penal sum of: Four Thousand and No /100 Dollars ($4,000.00) for the payment of which sum we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. A. This obligation is entered into in pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. B. Pursuant to proper authorization, the Mayor is authorized to enter into a certain contract with the Principal, providing for the 2016 -17 Neighborhood Traffic Safety (NTS) Program, which contract is incorporated herein by this reference ( "Contract "), and C. Pursuant to State law, Chapter 60.28 RCW, the City is required to reserve from the monies earned by the Principal pursuant to the contract, a sum not to exceed five percent (5 %), said sum to be retained by the City as a trust fund for the protection and payment of any person or persons, mechanic, subcontractor or materialmen who shall perform any labor upon such contract or the doing of such work, and all persons who shall supply such person or persons or subcontractors with provisions and supplies for the carrying on of such work, and the State with the respect to taxes imposed pursuant to Title 82 RCW which may be due from said Principal. Every person performing labor or furnishing supplies towards completion of said improvement or work shall have a lien on said monies so reserved, provided that such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be provided thereto; and D. State law further provides that with the consent of the City, the Principal may submit a bond for all or any portion of the amount of funds retained by the public body in a form acceptable to the public body conditioned upon such bond any proceeds therefrom being made subject to all claims and liens and in the same manner and priority as set forth retained percentages pursuant to Chapter 60.28 RCW; and E. 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, for the amount of $80,000.00; and F. The City is prepared to release any required retainage money previously paid by the Principal prior to acceptance and successful operation and fulfillment of all other terms of said contract upon being indemnified by these presents, NOW, THEREFORE, if the Principal shall perform all the provisions of the Contract in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Contract, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and if the Principal shall pay to the State all taxes imposed pursuant to Title 82 RCW which may be due from such Principal as a result of this contract then and in the event this obligation shall be void; but otherwise it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Contract or to the Work. The Surety hereby agrees that modifications and changes may be made in the terms and provisions of the Contract without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Retainage Bond in a like amount, such increase, however, not to exceed twenty -five percent (25 %) of the original amount of this bond without consent of the Surety. Rev 4/16 — 19 - Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Contract, the Surety shall make written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the City, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. The parties have executed this instrument under their separate seals this 6th day of May 2016 the name and corporate seal of each corporate party hereto affixed, and these presents duly signed by its undersigned representatives pursuant to authority of its governing body. STATE OF WASHINGTON ) COUNTY OF KING ) ss. TONY LIND PAVING, LLC, PRINCIPAL By: 9 Tony Lind, Oy6ner 23048 172 "d Ave SE Kent, WA 98042 On this day personally appeared before me Tony Lind to me known to be the Owner of Tony Lind Paving, LLC that . executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he /she was authorized to execute said instrument. GIVEN my hand and official seal this /5 day of J 1� 20`4' \\\\ \��tt' litlii, oN LAN B i, � Notary's signature • •SIGN• •. 0' 1otary's printed name �:��� ,�.• otary Public in and for the ate o ► h .ton. 9�;� My commission expire rj/ /oZp( 7 �.0 sOTARy m. / I PUBLIC • '9'i.. 4Y24 20'N* �'/'' /,F • WASY`�\\,�• Rev 4/16 20 — CORPORATE SEAL: DEVELOPERS SURETY AND INDEMNITY COMPANY, SURETY CERTIFICATE AS TO CORPORATE SEAL By: Attorney -in -Fact Jennifer D. Lutz (Attach Power of Attorney) Attorney -in -Fact 17771 Cowan, Suite 100 Irvine, CA 92614 I hereby certify that I am the (Assistant) Secretary of the Corporation named as Surety in the within bond; that Jennifer D. Lutz, who signed the said bond on behalf of the Surety, was of the said Corporation; that I know his or her 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. APPROVED AS TO FORM: ag‘z-- -rat Amy Jo Pearsall, City Attorney Rev 4/16 — 21 — See Attached Power of Attorney Secretary of Assistant Secretary STATE OF Washington COUNTY OF King On 06/08/2016 , before me, personally appeared Jennifer D. Lutz /I e cuth- - T-ho rn p so (here insert name of notary) (name(s) of Signer(s)) personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her/their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. S i g n a t u r 1 / r S D" (SEAL) This area for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) TITLE(S) ❑ LIMITED ❑ GENERAL Cd ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Developers Surety and Indemnity Company Retainage Bond #382155C - Tony Lind Paving, LLC TITLE OF TYPE OF DOCUMENT 6 NUMBER OF PAGES n\ G, a.0ILp lb ATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 10 -1232 (REV. 5/09) ALL - PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ** *Kristin Jackson, Kelly Stiling, Jennifer Lutz, Glenn F. Davidson, Kori White, Josh Wright, Ramona Scott, Andrew R. Hoven, James G. Hunt, Carmen Meyers, Suzanne Allee, Karen L. Padilla, jointly or severally * ** as their true and lawful Attomey(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attorney(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President Senior Vice- President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attomey(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers 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 shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015. By: By: 7—DadtzLij Daniel Young, Senior Vice- President Mark Lansdon, Vice- President State of California County of Orange tee, �POf?qt "`, t, ems, OCT. e.e; 10 ne 1936 0.,,,,, * ,ss ,..,. * • A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. On January 29, 2015 personally appeared Date before me, Lucille Raymond, Notary Public Here Insert Name and Title of the Officer Daniel Young and Mark Lansdon LUCILLE RAYMOND Commission 1 2081945 Notary Public - California Orange County Comm. Expires Oct 13, 2018 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged to me that he /she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument I certify under PENALTY OF PERJURY under the laws of the State of California that the fore t rawg ff� is'•. true and correct. WITNESS my hand and official seal. J = ,`• .o Place Notary Seal Above Signature CERTIFICATE Lucill]•y ond, Notary Public ay U a • :.r • n 'a L 111 4 oar.befAjreyiprs.ef The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respe said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. h This Certificate is executed in the City of Irvine, California, this ( / , t day of 11.1 Q vJ , R oib By: C , Cassie J. rrisford, Assistant Se tary ID- 1380(Rev.01/15) EXHIBIT "E" NOTICE TO LABOR UNIONS OR OTHER EMPLOYMENT ORGANIZATIONS NONDISCRIMINATION IN EMPLOYMENT TO: Lit,. (-L LD Ac. So p--� a R /o c.,444._ (Name off Union or Organization) The undersigned currently holds contract(s) with City of Federal Way involving funds or credit of the City of Federal Way, Washington, or (a) subcontract(s) with a prime contractor holding such contract(s). You are advised that, under the provisions of the above contract(s) or subcontract(s) and in accordance with Section 202 of Executive Order 11246 dated September 24, 1965, the undersigned is obliged not to discriminate against any employee or applicant of employment because of race, color, creed or national origin. This obligation not to discriminate in employment includes, but is not limited to, the following: EMPLOYMENT, UPGRADING, TRANSFER OR DEMOTION RECRUITMENT AND ADVERTISING RATES OF PAY OR OTHER FORMS OF COMPENSATION SELECTION FOR TRAINING INCLUDING APPRENTICESHIP, LAYOFF OR TERMINATION This notice is furnished to you pursuant to the provisions of the above contract(s) or subcontractor(s) and Executive Order 11246. Copies of this Notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. Complaints may be submitted to: or; ePre.s-I City of Federal Way 33325 8th Avenue South Federal Way, WA 98003 Rev 1/15 — 22 - Tony 1 ind Pavitlgi —LC (Contractor or subcontractor) Date Rev 4/ 16 EXHIBIT "F" CERTIFICATE OF INSURANCE - 23 - Aco °. CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 4/29/2016 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 Bell Anderson Agency, Inc. 600 SW 39th St, Suite 200 Renton WA 98057 CONTACT NAME: Karen Padilla, CISR CRIS PHONE E>Rr (425)291 -5200 ( No): (425)291 -5100 ADDRESS:karenp @bell- anderson.com INSURERS) AFFORDING COVERAGE NAIC # INSURERA:American Fire & Casualty Company 24066 INSURED Tony Lind Paving, LLC 23048 172nd Avenue SE Kent WA 98042 INSURERB:The Ohio Casualty Insurance Co. 24074 INSURER C : 9/3/2016 INSURERD: $ 1,000,000 INSURER E : INSURER F : X COVERAGES CERTIFICATE NUMBER:CL162314271 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MM /DD/YYYY) POLICY EXP (MM /DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY BKA54233095 9/3/2015 9/3/2016 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE RENTED PREMISES O(Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 15,000 PERSONAL BADVINJURY $ 1,000,000 GENII AGGREGATE POLICY OTHER: X LIMIT APPLIES jE PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP /OP AGG $ 2,000,000 $ A AUTOMOBILE X X LIABILITY ANY AUTO ALL OWNED AUTOS HIRED AUTOS SCHEDULED AUTOS NON -OWNED AUTOS BAA54233095 9/3/2015 9/3/2016 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE Increase to 5M eff 2/1/16 USO54233095 9/3/2015 9/3/2016 EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 DED X RETENTION$ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR /PARTNER/EXECUTIVE OFFICER /MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y / N N/A BKA54233095 WA Stop Gap 9/3/2015 9/3/2016 H- J STATUTE I 1 0TH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: 2016 -17 NTS Program The City of Federal Way, its officers, officials, employees, volunteers and agents are additional insured for general liability, but only if required by written contract or written agreement per CG8810 0413. Waiver of Subrogation and Primary Non Contributory provisions are included. Additional Insured for Auto Liability applies per CA8810 0110, waiver of subrogation is included. CERTIFICATE HOLDER CANCELLATION City of Federal Way 33325 8th Ave S Federal Way, WA 98003 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE James Hunt /KLP ACORD 25 (2014/01) INS025 (201401) © 1988 -2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 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 PAGE 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 ERRORS /MALPRACTICE AND WHO IS AN INSURED — 6 FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES 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 CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 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 does not apply to an aircraft provided: 1. 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 any 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. C. PROPERTY DAMAGE LIABILITY — ELEVATORS 1. Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, 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 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 Insurance, 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 I - 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 following: 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: CG 88 10 04 13 (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. © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 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 while rented to you or temporarily 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. Any one 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 systems; 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 fire 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: 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 contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 b. Premises or facilities rented by you or used by you; 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 advertising 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) However: 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 exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. 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. 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 1.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 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. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 4 of 8 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 rendering 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 "occurrence" 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 a part 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 issued 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. 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 amended as follows: CG 88 10 04 13 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. © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 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 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 II - 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 are a 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 employment 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; 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 professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. CG 88 10 04 13 (c) © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 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 "employees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and 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 intoxication 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 II - 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 Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations 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 6. Representations: 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 2. 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 II — 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 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, sickness or disease. CG 88 10 0413 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 8 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 "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. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a 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 agreement. CG 88 10 04 13 © 2013 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE — BROADENED COVERAGE 10 GLASS REPAIR — WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / LEASE GAP 14 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE — ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 19 SECTION II — LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self- insured retention plan available to that organization; CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee ". An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee ". g. 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto ", provided that you and such person or organization have agreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured ". However, such person or organization is an "insured ": (1) Only with respect to the operation, maintenance or use of a covered "auto "; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earnings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II — LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos ": a. You hire, rent or borrow; or CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss "; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $750 per "accident ", we will also cover the actual loss of use of the hired "auto" if it results from an "accident ", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto" that is hired, rented or borrowed from your "employee ". For the purposes of this provision, SECTION V — DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III — PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks ", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 — 20,000 pounds. However, the labor must be performed at the place of disablement. 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500 CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss ", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto ". d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE - BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V — DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclusions 4.c. and 4.d. is deleted and replaced with the following: CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto "; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 14. LOAN / LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss ", b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a "Balloon Loan ", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto ", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto ", i. Any amount representing taxes, j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss ". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss ". This adjustment is not applicable in Texas. B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V — DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 5 of 7 15. GLASS REPAIR - WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured "; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. SECTION IV — BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident ", claim, "suit" or "loss ", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 3. Member, if you are a limited liability company; 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss ", our rights are waived also. CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit ", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V — DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V — DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A.— CANCELLATION condition applies except as follows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancellation. CA 88 10 01 10 ©2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Page 7 of 7 EXHIBIT "G" CITY OF FEDERAL WAY PERFORMANCE/PAYMENT BOND KNOW ALL PEOPLE BY THESE PRESENTS: Bond No. 382132P We, the undersigned Tony Lind Paving, LLC, ( "Principal ") and Indemnity Company of California the undersigned corporation organized and existing under the laws of the State of California and legally doing business in the State of Washington as a surety ( "Surety "), are held and firmly bonded unto the City of Federal Way, a Washington municipal corporation ( "City ") in the penal sum of Eighty Thousand and no /100 Dollars ($80,000.00) the payment of which we firmly bind ourselves and our legal representatives, heirs, successors and assigns, jointly and severally. This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances, regulations, standards and policies of the City, as now existing or hereafter amended or adopted. The Principal has entered into an Agreement with the City dated ! y e ,20/19 for 2016 -17 Neighborhood Traffic Safety ( "NTS ") Program. NOW, THEREFORE, if the Principal shall perform all the provisions of the Agreement in the manner and within the time period prescribed by the City, or within such extensions of time as may be granted under the Agreement, and shall pay all laborers, mechanics, subcontractors and material men or women, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall hold the City, their officials, agents, employees and volunteers harmless from any loss or damage occasioned to any person or property by reason of any carelessness or negligence on the part of the Principal, or any subcontractor in the performance of said work, and shall indemnify and hold the City harmless from any damage or expense by reason of failure of performance as specified in the Agreement within a period of one (I) year after its final acceptance thereof by the City, then and in the event this obligation shall be void; but otherwise, it shall be and remain in full force and effect. And the Surety, for value received, hereby further stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in any way affect its obligation on this bond, and it does hereby waive notice of any change, extension of time, alterations or additions to the terms of the Agreement or to the Work. The Surety hereby agrees that modifications and changes may be made in terms and provisions of the Agreement without notice to Surety, and any such modifications or changes increasing the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this Performance Bond in a like amount, such increase, however, not to exceed twenty -five percent (25 %) of the original amount of this bond without the consent of the Surety. Within forty-five (45) days of receiving notice that the Principal has defaulted on all or part of the terms of the Agreement, the Surety shall make a written commitment to the City that it will either: (a) cure the default itself within a reasonable time period, or (b) tender to the city, the amount necessary for the City to remedy the default, including legal fees incurred by the City, or (c) in the event that Surety's evaluation of the dispute is not complete or in the event the Surety disputes the City's claim of default, the Surety shall notify the City of its finding and its intent, if any, to interplead. The Surety shall then fulfill its obligations under this bond, according to the option it has elected. Should Surety elect option (a) to cure the default, the penal sum of the Bond shall be reduced in an amount equal to the costs actually incurred by the Surety in curing the default. If the Surety elects option (b), then upon completion of the necessary work, the City shall notify the Surety of its actual costs. The City shall return, without interest, any overpayment made by the Surety and the Surety shall pay to the City any actual costs which exceed the City estimate, limited to the bond amount. Should the Surety elect option (c), the Parties shall first complete participation in mediation, described in the below paragraph, prior to any interplead action. Rev 4/16 — 24 - In the event a dispute should arise between the Parties to this Bond with respect to the City's declaration of default by the Principal, the Parties agree to participate in at least four hours of mediation in accordance with the mediation procedures of United States Arbitration and Mediation ( "USA &M "). The Parties shall proportionately share in the cost of the mediation. The mediation shall be administered by the Seattle USA &M office, 4300 Two Union Square, 601 Union Street, Seattle, Washington 98101 -2327. The Surety shall not interplead prior to completion of the mediation. DATED this28th day of April 2016 CORPORATE SEAL OF PRINCIPAL: STATE OF WASHINGTON ) ss. COUNTY OF f &J(. ) PRINCIPAL By: Tony Its: Owner 23048 172nd Ave SE Kent, WA 98042 (253) 630-7612 On this day personally appeared before me Tony Lind, to me known to be the Owner of Tony Lind Paving, LLC, that executed the foregoing instrument, and acknowledged the said instrument to be the free and voluntary act and deed of said limited liability company, for the uses and purposes therein mentioned, and on oath stated that he was authorized to execute said instrument. frti GIVEN my hand and official seal this if' day of %KA-,- 20 I �� \ \F EY UN / Notary's signature � � C . •a�SSI�N Ffi. Qom% Notary's printed name :$' A 35; • Notary Public in and for the : v NOTgp1, T'm: 3 - My commission expires COR TES %F SLI s Y: k24, 2O •�,J"�`�� APPROVED AS TO • RM: i f 6! ffr Amy Jo Pearsall, City Attorney Rev 4/16 - 25 - By: SURETY Attorney-in-Fact G1 • a << ...• -__ F(..) R - j (Attach Power of A cney)•,_ / C Jennifer D. Lutz ' .•,`•� {� ...� \ \.>, (Name of Person Exec ti if176).°°.°1``.,.„.,_a 17771 Cowan, Suite 100 (Address) Irvine, CA 92614 800.782.1546 (Phone) POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO Box 19725, IRVINE, CA 92623 (949) 263 -3300 KNOW ALL BY THESE PRESENTS that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, do each hereby make, constitute and appoint: ** *Kristin Jackson, Kelly Stiling, Jennifer D. Lutz, Kori White, Josh Wright, Ramona Scott, Andrew R. Hoven, James G. Hunt, Carmen Meyers, Karen L. Padilla, jointly or severally * ** as their true and lawful Attorney(s) -in -Fact, to make, execute, deliver and acknowledge, for and on behalf of said corporations, as sureties, bonds, undertakings and contracts of suretyship giving and granting unto said Attomey(s) -in -Fact full power and authority to do and to perform every act necessary, requisite or proper to be done in connection therewith as each of said corporations could do, but reserving to each of said corporations full power of substitution and revocation, and all of the acts of said Attorney(s) -in -Fact, pursuant to these presents, are hereby ratified and confirmed. This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Boards of Directors of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, effective as of January 1st, 2008. RESOLVED, that a combination of any two of the Chairman of the Board, the President, Executive Vice- President, Senior Vice - President or any Vice President of the corporations be, and that each of them hereby is, authorized to execute this Power of Attorney, qualifying the attorney(s) named in the Power of Attorney to execute, on behalf of the corporations, bonds, undertakings and contracts of suretyship; and that the Secretary or any Assistant Secretary of either of the corporations be, and each of them hereby is, authorized to attest the execution of any such Power of Attorney; RESOLVED, FURTHER, that the signatures of such officers 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 shall be valid and binding upon the corporations when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective officers and attested by their respective Secretary or Assistant Secretary this January 29, 2015. By: By: Daniel Young, Senior Vice- President Mark Lansdon, Vice- President State of California County of Orange A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. , ^� .,., ��t0 4." • ‘� ` ' �•� '-. a ;) ' 0 �� ') I `,� ,r ••S, Y A-• • , who proved to me on the basis of satisfactory evidence to be the person(s) whose n e s' re 616:04C ...... „.s`,`��� P ry P () (� �, ���. to the within instrument and acknowledged to me that he /she /they executed the same I /her/fhziraWtgoriaeti capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the e which the person(s) acted, executed the instrument. On January 29, 2015 personally appeared Date before me, Lucille Raymond, Notary Public LUCILLE RAYMOND Commission • 2051945 Notary Public - California Orange County ` Comm. Exeires Oct 19.2015 Place Notary Seal Above Here Insert Name and Title of the Officer Daniel Young and Mark Lansdon Name(s) of Signer(s) I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature CERTIFICATE 6kii/Pf4 Lucill 'ay ond, Notary Public The undersigned, as Secretary or Assistant Secretary of DEVELOPERS SURETY AND INDEMNITY COMPANY or INDEMNITY COMPANY OF CALIFORNIA, does hereby certify that the foregoing Power of Attorney remains in full force and has not been revoked and, furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth in the Power of Attorney are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine, California, this By: CA/Pitie , Cassie J. rrisford, Assistant Se tary ID- 1380(Rev.01/15) 28th day of April , 2016 EXHIBIT "H" PREVAILING RATE OF WAGE (SEE ATTACHED). Rev 4/16 — 26 - https:// fortress. wa. gov /ln i /wagelookup /pry Wagelookup. aspx State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360 - 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 4/1/2016 County Trade King King King King King King King King King King King King King King King King King King King King King King King King King Asbestos Abatement Workers Boilermakers Brick Mason Brick Mason Building Service Employees Building Service Employees Building Service Employees BuildingService Employees Cabinet Makers (In Shop) Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Carpenters Cement Masons Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Divers Et Tenders Dredge Workers Dredge Workers Job Classification Journey Level Journey Level Journey Level Pointer - Caulker - Cleaner Janitor Traveling Waxer /Shampooer Window Cleaner (Non- Scaffold) Window Cleaner (Scaffold) Journey Level Acoustical Worker Bridge, Dock And Wharf Carpenters Carpenter Carpenters on Stationary Tools Creosoted Material Floor Finisher Floor Layer Scaffold Erector Journey Level Diver Diver On Standby Wage Holiday Overtime Note $43.95 5D 1H $64.29 5N $52.82 $52.82 5A 5A $22.09 5S 5S $22.54 $23.99 $26.78 $22.74 Diver Tender Surface Rcv Et Rov Operator Surface Rcv Et Rov Operator Tender Assistant Engineer 5S 5S $54.02 5D $54.021 5D $54.02 5D $54.15 5D $54.12 $54.02 $54.02 $54.02 $53.95 $107.22 $64.42 $58.33 $58.33 5D $54.27 5A 5D 5D 5D 5D 7A 1C 1M 1M 2F 2F 2F 2F 4C 4C 4C 4C 4C 4C 4C 4C 5D 5D 5D $56.44 5D Assistant Mate (Deckhand) $56.00 1M 4C 8A 4C 4C 4C 4C 3F 5D 3F 1 of 18 4/1/2016 11:37 AM $57.51 $58.67 $65.71 $55.34 $65.71 King King King King King King King King King King King King King King King King King King King King Dredge Workers Dredge Workers Dredge Workers Dredge Workers Dredge Workers Drywall Applicator Drywall Tapers Electrical Fixture Maintenance Workers Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Inside Electricians - Motor Shop King King King King Electricians - Motor Shop Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx $56.44 5D 3F 5D 3F 5D 3F $56.44 5D 3F $56.00 5D 3F 5D 1H Cable Splicer Cable Splicer (tunnel) Certified Welder Certified Welder (tunnel) Construction Stock Person Journey Level Journey Level (tunnel) Craftsman Electricians - Powerline Construction King Electricians - Powerline Construction King Electronic Technicians King Elevator Constructors King Elevator Constructors King Fabricated Precast Concrete Products King Fence Erectors King Flaggers King Glaziers King Heat 8 Frost Insulators And Asbestos Workers King Heating Equipment Mechanics Journey Level Cable Splicer $54.02 $54.07 $27.24 $69.77 $74.95 Certified Line Welder Groundperson $67.41 $72.37 $37.94 5P 5L 1E 1E 7C 7C 7C 4E 4E 4E 7C 4E _ $65.05 $69.77 $15.37 $14.69 $74.92 $65.71 7C 4E 7C 4E 7C 4E 1 Heavy Line Equipment Operator Journey Level Lineperson Line Equipment Operator Pole Sprayer Powderperson $44.12 5A 5A 5A $65.71 Journey Level Mechanic Mechanic In Charge 5A 1 4D 4D 4D 4D $49.16 $31.00 $85.45 5A 4D 5A 4D 5A 5A 4D 4D 7D $92.35 7D 4A All Classifications - In- Factory $16.55 5B Work Only Fence Erector Journey Level Journey Level Journeyman Journey Level $15.181 $37.26 $56.16 $63.18 7A 7L 5J $72.83 7F 4A 1R 31 1Y 1S 1E 2 of 18 4/1/2016 11:37 AM $55.57 $55.57 $31.49 $43.95 $43.95 $43.95 $45.32 King Hod Carriers a Mason Tenders King Industrial Power Vacuum Cleaner King Inland Boatmen King King King King King King Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen King Inspection /Cleaning /Sealing Of Sewer &t Water Systems By Remote Control Inspection /Cleaning /Sealing Of Sewer £t Water Systems By Remote Control King Journey Level Journey Level Boat Operator Cook https: // fortress .wa.gov /lni /wagelookup /pry Wagelookup.aspx $45.32 7A 31 $9.47 $56.78 5B Deckhand Deckhand Engineer Launch Operator Mate Cleaner Operator, Foamer Operator $53.30 $53.30 $54.32 Grout Truck Operator Inspection/Cleaning/Sealing Of Sewer &t Water Systems By Remote Control King Head Operator Inspection /Cleaning /Sealing Of Sewer £t Water Systems By Remote Control King Inspection /Cleaning /Sealing Of Sewer ft Water Systems By Remote Control $11.48 5B 5B 5B 5B 5B 1K 1K 1K 1K 1K 1K 1 $24.91 Technician Tv Truck Operator King King Insulation Applicators Ironworkers King Laborers King King King King King King King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Journey Level Journeyman Air, Gas Or Electric Vibrating Screed $19.33 $20.45 $54.02 Airtrac Drill Operator Ballast Regular Machine Batch Weighman $63.53 Brick Pavers Brush Cutter Brush Hog Feeder Burner Caisson Worker Carpenter Tender Caulker Cement Dumper - paving Cement Finisher Tender $43.95 5D 7N 7A $45.32 7A $43.95 7A $37.26 7A $43.95 7A $43.95 $43.95 $44.76 $43.95 4C 10 31 31 31 31 31 7A 7A 7A 7A 7A 7A 7A 7A 31 31 31 31 31 31 31 31 Change House Or Dry Shack $43.95 7A 31 Chipping Gun (under 30 Lbs.) $43.95 Chipping Gun(30 Lbs. And $44.76 Over) Choker Setter $43.95 Chuck Tender $43.95 7A 31 7A 31 7A 31 7A 31 3 of 18 4/1/2016 11:37 AM King Laborers King King Laborers Laborers King Laborers King Laborers King Laborers https://fortress.wa.gov/lni/wagelookup/pryWagelookup.aspx Clary Power Spreader Clean -up Laborer Concrete Dumper /chute Operator Concrete Form Stripper Concrete Placement Crew Concrete Saw Operator /core Driller King Laborers Crusher Feeder King Laborers Curing Laborer King Laborers Demolition: Wrecking &t Moving (incl. Charred Material) King Laborers Ditch Digger King Laborers Diver King Laborers Drill Operator (hydraulic,diamond) King Laborers Dry Stack Walls King Laborers Dump Person King Laborers Epoxy Technician King Laborers Erosion Control Worker King Laborers $44.76 7A $43.95 7A $44.76 $43.95 $44.76 $44.76 $37.26 31 7A 7A 31 31 31 7A 7A 7A 31 31 31 $43.95 7A $43.95 King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King King King King King Laborers Laborers Faller Et Bucker Chain Saw Laborers Laborers Laborers Fine Graders Firewatch Form Setter Gabian Basket Builders General Laborer Grade Checker Et Transit Person Grinders Grout Machine Tender Groutmen (pressure)including Post Tension Beams Guardrail Erector Hazardous Waste Worker (level A) Hazardous Waste Worker (level B) Hazardous Waste Worker (level C) 7A 31 31 $43.95 7A 31 $45.32 7A 31 $44.76 7A 31 $43.95 7A 31 $43.95 7A 31 $43.95 7A 31 $43.95 7A 31 $44.76 7A 31 $43.95 7A 31 $37.26 7A _ r- 31 $43.95 7A 31 $43.95 7A 31 $43.95 7A J 31 $45.32 7A 31 $43.95 7A� 31 $43.95 7A 31 $44.76 7A $43.95 7A $45.32, $44.76 $43.95 7A 7A 7A King Laborers High Scaler $45.32 7A King Laborers Jackhammer $44.76 7A King Laborers Laserbeam Operator $44.76 7A King Laborers Maintenance Person $43.95 7A King Laborers Manhole Builder - mudman $44.76 7A King Laborers Material Yard Person $43.95 7A 31 31 31 31 31 31 31 31 31 31 31 4of18 4/1/201611:37AM King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Motorman -dinky Locomotive $44.76 Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers Pavement Breaker Pilot Car $44.76 $44.76 7A 31 7A 31 7A 31 Pipe Layer Lead Pipe Layer /tailor Pipe Pot Tender $37.26 7A 31 Pipe Reliner Pipe Wrapper Pot Tender Powderman Powderman's Helper $45.32 7A 31 $44.76 7A $44.76 7A $44.76 7A $44.76 7A 31 31 31 31 $43.95 7A 31 $45.32 7A 31 Power Jacks Laborers Railroad Spike Puller - Power Raker - Asphalt Re- timberman Remote Equipment Operator Rigger /signal Person $43.95 7A 31 $44.76 7A 31 $44.76 7A 31 $45.32 7A 31 $45.32 7A 31 $44.76 7A 31 Rip Rap Person Laborers Laborers Laborers Laborers Laborers Laborer s Laborers Laborers Rivet Buster Rodder $44.76 7A 31 $43.95 7A 31 $44.76 7A 31 $44.76 7A 31 Scaffold Erector Scale Person Sloper (over 20 ") Sloper Sprayer $43.95 7A 31 $43.95 7A 31 $44.76 7A 31 Spreader (concrete) Stake Hopper Stock Piler Tamper Et Similar Electric, Air Et Gas Operated Toots $43.95 7A $44.76 7A $43.95 7A $43.95 7A $44.76 Tamper (multiple Et $44.76 Self-propelled) Timber Person - Sewer (lagger, Shorer Et Cribber) $44.76 7A 7A 7A 1 Toolroom Person (at Jobsite) $43.95 7A Topper Laborers Track Laborer Track Liner (power) $43.95 7A $43.95 $44.76 Traffic Control Laborer $39.84 7A Traffic Control Supervisor $39.84 7A 31 31 31 31 31 31 31 31 7A 7A Truck Spotter $43.95 7A 31 31 31 31 31 31 8R 8R 5 of 18 4/1/2016 11:37 AM $101.82 $45.42 $45.42 King Laborers King Laborers King Laborers King King King King King Laborers Laborers Laborers Laborers Laborers King King Laborers Laborers King Laborers King King King King King King King King King King King Laborers Laborers Laborers Laborers Laborers Laborers Laborers Laborers - Underground Sewer Et Water _ Laborers - Underground Sewer 8 Water Landscape Construction Landscape Construction King Landscape Construction King Lathers King Marble Setters King -4Metal Fabrication (In Shop] King Metal Fabrication (In Shopj King Metal Fabrication (In Shop) King Metal. Fabrication (In Shop) King Metal Fabrication (In Shop) King Millwright King j Modular Buildings https: / /fortress.wa.gov /ln i /wagelookup /pry Wage lookup.aspx Tugger Operator Tunnel Work- Compressed Air Worker 0 -30 psi Tunnel Work- Compressed Air Worker 30.01 -44.00 psi Tunnel Work- Compressed Air Worker 44.01 -54.00 psi Tunnel Work- Compressed Air Worker 54.01 -60.00 psi Tunnel Work- Compressed Air Worker 60.01 -64.00 psi Tunnel Work- Compressed Air Worker 64.01 -68.00 psi Tunnel Work- Compressed Air Worker 68.01 -70.00 psi Tunnel Work- Compressed Air Worker 70.01 -72.00 psi Tunnel Work- Compressed Air Worker 72.01 -74.00 psi Tunnel Work -Guage and Lock Tender Tunnel Work -Miner Vibrator Vinyl Seamer Watchman Welder Well Point Laborer Window Washer /cleaner General Laborer Et Topman Pipe Layer Irrigation Or Lawn Sprinkler Installers Landscape Equipment Operators Or Truck Drivers Landscaping or Planting Laborers Journey Level Journey Level Fitter Laborer Machine Operator Painter Welder Journey Level $44.76 7A $74.29 $79.321 $83.00 $88.70 $90.82 $95.92 $97.82 7A 7A 7A 7A 31 31 31 31 7A 7A $99.82 $44.76 $43.95 $33.86 $44.76 Cabinet Assembly ! ^_ $44.76 $33.86 $43.95 $44.76 $13.56 7A 31 31 31 31 7A 7A 31 31 7A 7A 7A 7A 7A 7A 7A 7A 7A 7A $28.17 $17.87 31 31 31 31 31 31 31 8Q 8Q 31 31 31 $54.02 5D $52.82 $1 5.86 $9.78 $13.04 $11.10 $1 5.48 $55.52 $11.56 5A 1H 1M 1 6 of 18 4/1/2016 11:37 AM $56.94 King King King King King King King King King King King King King King King King King King King King King King King Ki ng King Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Painters Pile Driver Plasterers Playground Et Park Equipment Installers Plumbers Ft Pipefitters Power Equipment Operators Power Equipment Operators Power Equipment Operators https://fortress.wa.gov/Ini/wagelookup/pryWagelookuP.avx Electrician Equipment Maintenance Plumber Production Worker Power Equipment Operators Tool Maintenance Utility Person Welder Journey Level Journey Level Journey Level $11.56 $11.56 $11.56 $9.47 $11.56 $11.56 $11.56 $39.35 $54.27 $51.68 $9.47 Journey Level Journey Level Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Batch Plant Operator, Concrete Power Equipment Operators Bobcat Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King King Power Equipment Operators Power Equipment Operators King King Brokk - Remote Demolition Equipment 6Z 5D ZQ 2B 4C $75.691 6Z $56.94 $53.57 $56.44 7A $56.44 Brooms Bump Cutter Cableways Chipper Compressor Concrete Pump: Truck Mount With Boom Attachment Over 42 M Concrete Finish Machine -laser Screed Power Equipment Operators King King Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. Concrete Pump: Truck Mount With Boom Attachment Up To 42m Power Equipment Operators Conveyors Power Equipment Operators Power Equipment Operators Power Equipment Operators Cranes Friction: 200 tons and over Cranes: 20 Tons Through 44 Tons With Attachments Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With i Attachments) $53.57 $53.57 7A 7A 1R 1G 3C 3C 7A 7A 7A $53.571 7A $56.44 $56.94 $56.44 $53.57 3C 3C 3C 8P 8P 8P 8P 3C 3C 8P 8P 7A $53.57 $56.00 $56.44 3C 7A 3C 7A 3C 7A 7A 7A 7A 7A $56.00 7A $58.67 $56.44 $57.51 7A 3C 3C 3C 7A 7A 3C 8P 8P 8P 8P 8P 8P 8P 3C 3C 3C 3C 8P 8P 8P 8P 3C 8P 8P 7 of 18 4/1/2016 11:37 AM $56.94 $56.44 $56.44 $56.00 King Power Equipment Operators King King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King King King King King King King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators https: // fortress. wa. gov /ln i /wagelookup /pry Wagelookup.aspx Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments Cranes: 300 tons and over or 300' of boom including jib with attachments Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A -frame - 10 Tons And Under Cranes: Friction cranes through 199 tons Cranes: Through 19 Tons With Attachments A -frame Over 10 Tons Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Crusher Deck Engineer /deck Winches (power) Derricks, On Building Work $58.10 7A $58.67 Dozers D -9 Et Under Drill Oilers: Auger Type, Truck Or Crane Mount Drilling Machine Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type Finishing Machine, Bidwell And Gamaco Et Similar Equipment Forklift: 3000 Lbs And Over With Attachments Forklifts: Under 3000 Lbs. With Attachments Grade Engineer: Using Blue Prints, Cut Sheets, Etc Gradechecker /stakeman $53.57 $58.10 $56.00 3C 8P 8P 7A 3C 7A 7A 7A 7A $56.44) 7A 556.44 7A $56.94 7A $56.00 7A $56.00 $57.51 $53.57 $56.00 7A 7A 3C 3C 3C 7A Guardrail Punch Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards Horizontal /directional Drill Locator Horizontal /directional Drill Operator King Power Equipment Operators Hydralifts /boom Trucks Over 10 Tons $53.57 $56.44 7A 7A 7A 3C 8P 8P 8P 8P 3C 8P 8P 3C 3C 8P 3C 8P 8P 3C 7A $53.57 7A $56.44 7A $56.94, $56.44 $56.00 7A 3C 8P 8P 8P 3C 3C 3C 7A 3C 7A 7A 7A 8P 3C 8P 8P 3C 8P 8P 8P 3C 8P 3C 3C 3C 3C 3C 8P 8P 8P 8 of 18 4/1/2016 11:37 AM $56.94 $56.94 $53.57 $53.57 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx King Power Equipment Operators Hydralifts /boom Trucks, 10 Tons And Under King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King King King King King King King King King King King King King King King King King King Power Equipment Operators Loader, Overhead 8 Yards. a Over Loader, Overhead, 6 Yards. But Not Including 8 Yards Loaders, Overhead Under 6 Yards Power Equipment Operators Loaders, Plant Feed Loaders: Elevating Type Belt Locomotives, All Material Transfer Device Power Equipment Operators Power Equipment Operators $53.57 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) Motor Patrol Graders Power Equipment Operators Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And /or Shield Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Oil Distributors, Blower Distribution a Mulch Seeding Operator Outside Hoists (elevators And Manlifts), Air Tuggers,strato Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Overhead, Bridge Type: 100 Tons And Over Overhead, Bridge Type: 45 Tons Through 99 Tons Power Equipment Operators $57.51 $56.94 $56.44 $56.44 $56.00 $56.44 $56.44 7A 7A 7A 7A 7A 3C 3C 3C 3C 3C 8P 8P 8P 8P 7A 3C 7A 3C $57.51 Pavement Breaker Pile Driver (other Than Crane Mount) Plant Oiler - Asphalt, Crusher Posthole Digger, Mechanical Power Plant Pumps - Water Quad 9, Hd 41, D10 And Over Quick Tower - No Cab, Under 100 Feet In Height Based To Boom King Power Equjprnent Operators Remote Control Operator On Rubber Tired Earth Moving Equipment Power Equipment Operators Rigger And Bellman $56.00 $56.44 $57.51 $56.94 7A 7A 7A 7A 7A 7A 7A 3C 3C 7A 7A $53.57 7A $56.44 $56.00 $53.57 7A $53.57 7A $53.57 $56.94 7A 7A $56.94 $53.57 Power Equipment Operators Rigger /Signal Person, Bellman $56.00 (Certified) Power Equipment Operators Rollagon $56.94 7A 3C 8P 8P 8P 8P 8P 3C 3C 3C 3C 8P 8P 8P 8P 3C 8P 3C 3C 3C 3C 3C 8P 8P 8P 8P 7A 7A 7A 3C 3C 7A 7A 7A 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 3C 3C 8P 8P 8P 9 of 18 4/1/2016 11:37 AM $56.00' $56.00 King King King King King King King King King King https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Power Equipment Operators Roller, Other Than Plant Mix $53.57 7A Power Equipment Operators King Roller, Plant Mix Or Multi -lift Materials Power Equipment Operators Roto -mill, Roto - grinder Power Equipment Operators Saws - Concrete Power Equipment Operators King King King King King King King King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators Scraper, Self Propelled Under 45 Yards Scrapers - Concrete Et Carry All Scrapers, Self - propelled: 45 Yards And Over 7A $56.44 7A $56.00 7A $56.44 $56.00 $56.94 Service Engineers - $56.00 Equipment Power Equipment Operators Shotcrete /gunite Equipment $53.57 Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: Over 90 Metric Tons Power Equipment Operators Slipform Pavers Power Equipment Operators Spreader, Topsider a Screedman Power Equipment Operators Subgrader Trimmer Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators King Power Equipment Operators King King King Power Equipment Operators Power Equpment Operators Tower Bucket Elevators $56.94 Tower Crane Up To 175' In Height Base To Boom Power Equipment Operators Tower Crane: over 175' through 250' in height, base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines $56.44 $57.51 Truck Crane Oiler /driver - 100 Tons And Over Truck Crane Oiler /driver Under 100 Tons Truck Mount Portable Conveyor 7A 7A 7A $58.10 7A 7A 7A 7A 3C 8P 3C 8P 3C 8P 3C 8P 3C 7A 7A 7A $56.94 7A $56.94 $56.44 $56.00 $57.51 $58.10 $58.67 $56.94 3C 3C 3C 7A 7A 7A 8P 8P 8P 8P 3C 8P 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 7A 7A 7A 7A $56.00 7A $56.44 $56.00 $56.44 7A 7A 3C 3C 7A 3C 3C 8P 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 10 01'18 4/1/2016 11:37 AM $56.94 $56.44 $58.10 King Power Equipment Operators King King King King King King King King King King King King King King King King King King King King Power Equipment Operators Power Equipment Operators Power Equipment Operators - Underground Sewer Et Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment 0 Underground Sewer perators- & Water Power Equipment 0 Underground Sewer perators- & Water Power Equipment 0 Underground Sewer Power Equipment 0 Underground Sewer perators- & Water perators- & Water Power Equipment 0 Underground Sewer Power Equipment 0 Underground Sewer perators- &t Water perators- &t Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Welder Wheel Tractors, Farman Type Yo Yo Pay Dozer Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Power Equipment 0 Underground Sewer perators- & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Batch Plant Operator, Concrete Bobcat Brokk - Remote Demolition Equipment Brooms $56.94 7A $53.57 7A $56.44 $56.94 $53.57 Bump Cutter Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King Cableways Chipper Compressor Concrete Pump: Truck Mount With Boom Attachment Over 42 M Concrete Finish Machine -laser Screed Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. Concrete Pump: Truck Mount With Boom Attachment Up To 42m Conveyors Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Cranes Friction: 200 tons and over Cranes: 20 Tons Through 44 Tons With Attachments Cranes: 100 Tons Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) $56.44 $56.44 $53.57 $53.57 $53.57 $56.44 $56.94 $56.44 $53.57 7A 7A 7A 7A 7A $53.57 7A $56.00 Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments 7A 7A 7A 7A $56.00 $58.67 $56.44 $57.51 7A 3C 8P 3C 8P 3C 8P 8P 8P 3C 3C 7A 7A 7A 3C 3C 3C 3C 7A 3C 7A 7A 7A 7A 3C 3C 3C 3C 3C 7A 7A 3C 3C 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 11 of 18 4/1/2016 1 1:37 AM $56.94 $56.44 King King King https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Power Equipment Operators- Cranes: 300 tons and over or Underground Sewer Et Water 300' of boom including jib with attachments Power Equipment Operators - Underground Sewer Et Water Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) Cranes: A -frame - 10 Tons And Under Cranes: Friction cranes through 199 tons King Power Equipment Operators- 1 Underground Sewer & Water , King Power Equipment Operators- i Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer &t Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer a Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators- Sewer a Water - King Power Equipment Operators-1 Underground Sewer Et Water King King Power Equipment Operators - Underground Sewer Et Water Power Equipment Operators - Underground Sewer a Water King Power Equipment Operators - Underground Sewer Et Water ranes: Through 19 Tons With ttachments A -frame Over 10 ons rusher Deck Engineer /deck Winches (power) Derricks, On Building Work Dozers D -9 Et Under Drill Oilers: Auger Type, Truck Or Crane Mount Drilling Machine Elevator And Man -lift: Permanent And Shaft Type Finishing Machine, Bidwell And Gamaco & Similar Equipment Forklift: 3000 Lbs And Over With Attachments Forklifts: Under 3000 Lbs. With Attachments Grade Engineer: Using Blue Prints, Cut Sheets, Etc Gradechecker /stakeman Guardrail Punch $58.67 Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. &t Over Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards Horizontal /directional Drill Locator Horizontal /directional Drill j Operator $53.57 $58.10 $56.00 7A 7A 7A 7A 7A $56.44 $56.44 $56.94 $56.00 $56.00 $57.51 $53.57 $56.44 7A 7A 7A 3C 8P 3C 7A 3C 7A $56.00 $53.57 $56.44 $53.57 $56.44 $56.94 7A 7A 7A 3C 3C 3C 3C 7A $56.00 $56.44 7A 7A 7A 3C 3C 3C 3C 3C 7A 7A 7A 7A 3C 3C 3C 3C 7A 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 12 of 18 4/1/2016 11:37 AM $53.57 $56.44 $57.51 $56.94 $53.57 $56.44 $56.00 $53.57 $53.57 $53.57 King Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King King King Power Equipment Operators - Underground Sewer Et Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water https: // fortress .wa.gov /lni/wagelookup /pry Wagelookup.aspx Hydralifts /boom Trucks Over 10 Tons Hydralifts /boom Trucks, 10 Tons And Under Loader, Overhead 8 Yards. & Over $56.00 Loader, Overhead, 6 Yards. But Not Including 8 Yards Loaders, Overhead Under 6 Yards Loaders, Plant Feed Loaders: Elevating Type Belt Locomotives, All King Power Equipment Operators - M, Underground Sewer & Water King Power Equipment Operators - M $( M M Underground Sewer Et Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- M H 0 D 0 Underground Sewer & Water Power Equipment Operators- King King Underground Sewer & Water Power Equipment Operators- 0 Underground Sewer & Water King Power Equipment Operators- 0 21 0 T Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators T P P N P P P P Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King King Power Equipment Operators- Underground Sewer Et Water Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water terial Transfer Device chanics, All (leadmen - .50 Per Hour Over chanic) tor Patrol Graders ucking Machine, Mole, Ti nnel Drill, Boring, Road Bader And /or Shield l Distributors, Blower istribution & Mulch Seeding perator utside Hoists (elevators And Manlifts), Air Tuggers,strato verhead, Bridge Type Crane: Tons Through 44 Tons verhead, Bridge Type: 100 ns And Over Overhead, Bridge Type: 45 ons Through 99 Tons avement Breaker ile Driver (other Than Crane ount) lant Oiler - Asphalt, Crusher osthole Digger, Mechanical ower Plant umps - Water $53.57 $57.51 $56.94 7A 7A $56.44 $56.44 $56.00 7A 7A 7A 7A $56.44 $56.44 $57.51 $56.94 $56.94 $56.00 7A 7A 3C 8P 3C 3C 7A 3C 7A 7A 7A 3C 3C 3C 3C 7A 7A 3C 8P 8P 8P 8P 8P 8P 8P 3C 3C 7A 7A 3C 7A 7A 7A 8P 8P 8P 3C 8P 3C 3C 3C 3C 3C 3C 7A 3C 7A 7A 7A 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 13 of 18 4/1/2016 11:37 AM $53.57 $56.94 $56.00 $56.94 $56.44 King Power Equipment Operators - Underground Sewer & Water King King Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King King Power Equipment Operators - Underground Sewer & Water King King King King Power Equipment Operators - Underground Sewer Et Water Power Equipment Operators - Underground Sewer E Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King King King King hups://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Quad 9, Hd 41, D10 And Over Quick Tower - No Cab, Under 100 Feet In Height Based To Boom Remote Control Operator On Rubber Tired Earth Moving Equipment Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King King King Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Rigger And Bellman Rigger /Signal Person, Bellman (Certified) Rollagon Roller, Other Than Plant Mix Roller, Plant Mix Or Multi -lift Materials Power Equipment Operators - Underground Sewer & Water King Roto -mill, Roto - grinder $56.94 7A Saws - Concrete Scraper, Self Propelled Under 45 Yards Scrapers - Concrete E Carry All Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water King Power Equipment Operators - Underground Sewer & Water Scrapers, Self - propelled: 45 Yards And Over Service Engineers - Equipment $53.57 $56.00 $56.94 $53.57 $56.00 $56.44 7A 7A 7A $56.00 7A 7A 7A 3C 3C 7A 3C 7A Shotcrete /gunite Equipment Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $56.44 $56.00 $56.94 $56.00 Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: Over 90 Metric Tons $53.57 Slipform Pavers Spreader, Topsider Et Screedman 7A 7A 7A 3C 3C 3C 7A 7A $57.51 $58.10 $56.94 $56.94 7A 7A 3C 3C 3C 3C 3C 7A 7A 7A 3C 3C 3C 3C 3C 7A 7A 7A 3C 3C 3C 3C 3C 3C 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 8P 14 of 18 4/1/2016 1 1:37 AM King Power Equipment Operators - Underground Sewer a Water King Power Equipment Operators - Underground Sewer a Water King Power Equipment Operators - Underground Sewer a Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer 8t Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer £t Water King Power Equipment Operators - Underground Sewer Et Water King Power Equipment Operators - Underground Sewer Et Water King Power Line Clearance Tree Trimmers King King hups://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Subgrader Trimmer Tower Bucket Elevators Tower Crane Up To 175' In Height Base To Boom Tower Crane: over 175' through 250' in height, base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Power Line Clearance Tree Trimmers Truck Crane Oiler /driver - 100 Tons And Over Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Refrigeration Et Air Conditioning Mechanics King Residential Brick Mason King Residential Carpenters King Residential Cement Masons King Residential Drywall Applicators King Residential Drywall Tapers King Residential Electricians Truck Crane Oiler /driver Under 100 Tons Truck Mount Portable Conveyor Welder Wheel Tractors, Farman Type Yo Yo Pay Dozer Journey Level In Charge Spray Person Tree Equipment Operator Tree Trimmer King Residential Glaziers King Residential Insulation l Applicators Tree Trimmer Groundperson Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level Journey Level $56.44 $56.00 $57.51 $58.10 $58.67 $56.94 $56.00 $56.44 $56.00 $56.44 7A 3C 7A 7A 7A $56.94 $53.57 $56.44 7A 7A 7A 7A $45.75 $43.38 $45.75 $40.84 $30.74 $74.36 7A 7A 7A 7A 7A $52.82 $28.20 $22.64 $40.64 $54.07 $30.44 $38.40 $26.28 3C 3C 3C 8P 8P 8P 3C 5A 5A 5A 5A 5A 3C 3C 3C 3C 8P 8P 8P 8P 8P 3C 6Z 3C 3C 3C 4A 8P 8P 8P 8P 8P 4A 4A 4A 4A 1G 5D 4C 15 of 18 4/ 1 /2016 11:37 AM King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Residential Laborers Residential Marble Setters Residential Painters Residential Plumbers Et Pipefitters Residential Refrigeration & Air Conditioning Mechanics Residential Sheet Metal Workers Residential Soft Floor Layers Residential Sprinkler Fitters (Fire Protection) Residential Stone Masons Journey Level Journey Level Journey Level https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx Journey Level Residential Terrazzo Workers Residential Terrazzo /Tile Finishers Residential Tile Setters Roofers Journey Level Roofers Sheet Metal Workers Shipbuilding a Ship Repair Shipbuilding Et Ship Repair Shipbuilding & Ship Repair Shipbuilding £t Ship Repair Shipbuilding a Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Shipbuilding a Ship Repair Shipbuilding a Ship Repair Shipbuilding & Ship Repair Shipbuilding & Ship Repair Sign Makers & Installers (Electrical) Sign Makers Et Installers (Electrical) Sign Makers Et Installers (Non - Electrical) Sign Makers & Installers (Non - Electrical) Soft Floor Layers Journey Levet (Field or Shop) Journey Level Journey Level Journey Level Journey Level $23.03 $24.09 $24.46 $34.69 $74.36 $43.46 $44.11 5A $42.73 6Z 7F 5C 1G 1R 2R Journey Level Journey Level $52.82, 5A $47.46 $21.46 5A 1M $25.17 Journey Level Using Irritable Bituminous Materials $46.46 $48.71 5A Journey Level (Field or Shop) $72.83 7F $40.87 7M $40.41 7T Boilermaker Carpenter Electrician Heat & Frost Insulator Laborer Machinist Operator Painter Pipefitter Rigger 3H $41.43 $63.18 $41.47 $41.46 71- $41.39 7T $41.42 7T 5J $41.40 $41.48 Sheet Metal Shipfitter $41.43 $41.48 Trucker Warehouse Welder /Burner Sign Installer Sign Maker Sign Installer Sign Maker Journey Level $41.32 $41.37 $41.48 $22.92 $21.36 $27.28 $33.25 $44.11 5A 3D 16 of 18 4/1/2016 11:37 AM King King King King King King King King King King King King King King King King King King King King King King King King King King King King Solar Controls For Windows Sprinkler Fitters (Fire Protection) Stage Rigging Mechanics (Non Structural) Stone Masons Street And Parking Lot Sweeper Workers Surveyors Surveyors Surveyors Telecommunication Technicians Telephone Line Construction - Outside https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx Journey Level Journey Level Journey Level Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Journey Level Journey Level Telephone Line Construction - Outside Telephone Line Construction - Outside $12.44 $70.14 $13.23 5C $52.82 5A $19.09 Assistant Construction Site $56.00 Surveyor Chainman $55.47 Construction Site Surveyor $56.94 Journey Level $22.76 Cable Splicer Hole Digger /Ground Person Installer (Repairer) Special Aparatus Installer I Special Apparatus Installer II Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) Telephone Equipment Operator (Light) 7A 7A 1X 1M 3C $37.60 $20.79 7A Telephone Lineperson Television Groundperson Television Lineperson /Installer Television System Technician Terrazzo Workers Tile Setters Tile, Marble 8 Terrazzo Finishers Traffic Control Stripers Truck Drivers Truck Drivers Television Technician Tree Trimmer Journey Level Journey Level $36.02 $37.60 $36.82 $37.60 5A 5A 5A 5A $34.94 $34.93 $19.73 $26.31 $31.50 $28.23 5A 5A 5A 5A 8P 3C 8P 3C 8P 2B 2B 5A $34.93 Finisher Journey Level Asphalt Mix Over 16 Yards (W. WA -Joint Council 28) Asphalt Mix To 16 Yards (W. WA -Joint Council 28) $47.46 $21.65 $38.29 5A 5A 5A 2B 2B 2B 2B 5A 5A 5A $43.73 7A $51.25 $50.41 5D 2B 2B 2B 2B 2B 5D 2B 2B 1M 1B 1K 3A 3A 8L 8L 17 of 18 4/1/2016 11:37 AM 5D 3A 8L 8L 3A 5D King . Truck Drivers King King King King King King Truck Drivers Truck Drivers Truck Drivers Well Drillers £t Irrigation Pump Installers Well Drillers £t Irrigation Pump Installers Well Drillers £t Irrigation Pump Installers https:// fortress. wa. gov /In i /wagelookup /pry Wagelookup.aspx Dump Truck Et Trailer Dump Truck (W. WA -Joint Council 28) Other Trucks (W. WA -Joint Council 28) Transit Mixer $51.25 5D $50.41 $51.25 $43.23 Irrigation Pump Installer $17.71 Oiler Well Driller $12.97 $18.00 3A 8L 18 of 18 4/1/2016 11:37 AM Document Received Date: 5/6/2016 Company Details TONY LIND PAVING LLC 23048 1 72ND AVE SE KENT, WA 98042 253 - 630 -7612 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360- 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Statement of Intent to Pay Prevailing Wage Intent Id: 760659 Affidavit Id: Status: Approved On 5/11/2016 UBI #: 602813830 Reg #: TONYLLP922J9 E -mail: tlp @tonylindpaving.com Industrial Insurance Account Id: 57934602 Filed By Boyer, Jeff Prime Contractor Company Name TONY LIND PAVING LLC Contractor Registration No. TONYLLP922J9 WA UBI Number 602813830 Phone Number 253 - 630 -7612 Project Information Awarding Agency FEDERAL WAY, CITY OF /PUBLIC WORKS PO BOX 971 8 FEDERAL WAY, WA - 98063 -9718 Awarding Agency Contact Erik Preston Awarding Agency Contact Phone Number 253- 835 -2744 Contract Number Project Name 2016-17 NTS Program Bid due date 2/12/2016 Award Date 4/1/2016 Project Site Address or Directions Various locations within Federal Way Intent Details Does your company intend to hire subcontractors to No perform all work? Does your company intend to hire any subcontractors? Yes Will your company have employees perform work on this Yes project? Do you intend to use any apprentices? (apprentices are No considered employees.) Will this project utilize American Recovery and No Reinvestment Act (ARRA) funds? Specifically, will this project utilize any weatherization or No energy efficiency upgrade funds (ARRA or otherwise)? How many owner /operators performing work on the 0 project own 30% or more of the company? What is the estimated contract amount? Or is this a time Time and materials and materials estimate? Expected project start date: (MM -DD -YYYY) 5/16/2016 In what county (or counties) will the project be done? King In what city (or nearest city) will the project be done? Federal Way Journey Level Wages County Trade Occupation Wage Fringe King Laborers General Laborer King Laborers Raker - Asphalt King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials King Power Equipment Operators Spreader, Topsider & Screedman King Truck Drivers Show /Hide Existing Notes No note exists $33.39 $34.76 $10.56 $10.56 $38.00 $38.94 Workers 2 $18.00 2 1 $18.00 2 Asphalt Mix To 16 Yards (W. $31.74 WA -Joint Council 28) $17.27 2 EXHIBIT "I" TITLE VI ASSURANCES During the performance of this contract, the contractor /consultant, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor ") agrees as follows: 1. Compliance with Regulations The contractor shall comply with the Regulations relative to non - discrimination in federally assisted programs of United States Department of Transportation (USDOT), Title 49, Code of Federal Regulations, part 21, as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 2. Non - discrimination The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, sex, or national origin in the selection and retention of sub - contractors, including procurement of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Sub - contracts, Including Procurement of Materials and Equipment In all solicitations either by competitive bidding or negotiations made by the contractor for work to be performed under a sub - contract, including procurement of materials or leases of equipment, each potential sub - contractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to non - discrimination on the grounds of race, color, sex, or national origin. 4. Information and Reports The contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the contracting agency or the appropriate federal agency to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to WSDOT or the USDOT as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Non - compliance In the event of the contractor's non - compliance with the non - discrimination provisions of this contract, the contracting agency shall impose such contract sanctions as it or the USDOT may determine to be appropriate, including, but not limited to: Withholding of payments to the Rev 4/16 — 27 - contractor under the contract until the contractor complies, and /or; Cancellation, termination, or suspension of the contract, in whole or in part 6. Incorporation of Provisions The contractor shall include the provisions of paragraphs (1) through (5) in every sub- contract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The contractor shall take such action with respect to any sub - contractor or procurement as the contracting agency or USDOT may direct as a means of enforcing such provisions including sanctions for non - compliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a sub - contractor or supplier as a result of such direction, the contractor may request WSDOT enter into such litigation to protect the interests of the state and, in addition, the contractor may request the USDOT enter into such litigation to protect the interests of the United States. Rev 4/16 - 28 -