Loading...
HomeMy WebLinkAboutCAG2020-311 - Original - A Plus Tree, Inc. - Hycroft Pond Tree Removal - 10/01/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and A Plus Tree, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and A Plus Tree, Inc. organized under the laws of the State of California, located and doing business at 3490 Buskirk Avenue, Pleasant Hill, CA 94523, Phone: (206) 771-1331, Contact: Marsha Newman (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: The Contractor shall remove trees at Hycroft Pond. For a description and Contractor's Proposal, see Exhibit A which is attached and incorporated by this reference. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I by October 9, 2020. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Ten Thousand, Two Hundred Eighty Five Dollars ($10,285), including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty- five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is $150,000 or less, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) 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 State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor’s signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor’s failure to complete the work within the time specified in this Agreement. C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor’s persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor’s receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor’s liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor’s part, then the Contractor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Contractor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 7 ($20K or Less and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. / / / / / / / / / / K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Docusign Envelope lD: ECC09F88-0FAA-4492-8632-EF2E6B48C37 A IN WITNESS, the paÊ¡es below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. A Plus Tree - Hycroft/Araucto PUBLIC WORKS AGREEMENT - 8 (ç20K or Less and No Performance Bond) CONTRACTOR: By 7ffi"är*0, Pri vp of sales DATE:to/L/2020 (t¡ïÍ*lg PM PDr CITY OF KENT: By:d-l ß*^^ Print Nam 4!t¿nf t3; (signature) ffi tÌ2lt Its:fn-l¿¿,- Public Works Director lo I Ð0eaDATE NOTICES TO BE SENT TO: CONTRACTOR: Marsha Newman A Plus Tree, Inc. 3490 Buskirk Avenue Pleasant Hill, CA 94523 (206) 7 II-133 1 (telephone) N/A (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Timothy J. LaPorte, P.E. City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-s500 (telephone) (2s3) 856-6500 (facsimile) ATTEST: Kent City Clerk EEO COMPLIANCE DOCUMENTS - 1 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A 10/1/2020 | 1:09 PM PDT Carrie Eidsmoe VP of Urban Forest Sales EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City’s nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City’s equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EEO COMPLIANCE DOCUMENTS - 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A BIDDER RESPONSIBILITY CRITERIA - 1 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (September 9, 2020), the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. A Plus Tree, Inc. By: ___________________________________________ Signature of Authorized Official* Printed Name: __________________________________ Title: _________________________________________ Date: _________________________________________ City and State: _________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Pleasant Hill, CA VP of Urban Forest Sales 10/1/2020 | 1:09 PM PDT Carrie Eidsmoe 1 of 2 PROPOSAL The undersigned hereby certifies that has examined the job site(s) and details of the work as described in the specifications for the project named Street Tree Pruning/Project Number: 44005590.64190.7420 / Hycroft Pond located at 27306 126th Pl SE, Kent Washington 98030 for the City of Kent, Washington, and has read and thoroughly understands the specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: Item Description Units Unit Price Total Amount 1 Mobilization and Demobilization 1 Lump Sum $ Per Lump Sum $ 2 Clearing 1 Lump Sum $ Per Lump Sum $ 3 Tree Removal 1 each $ Per Each $ 4 SPCC Plan 1 Lump Sum $ Per Lump Sum $ 5 Minor Change 1 Calc $2,500 (common to all bidders) $2,500 Tax @ 10% $ Bid Total $ NOTE TO BIDDERS: 1.Unit prices for all items, all extensions, tax and total amount of bid must be shown. 2.Any bids not filled out properly may be considered non-responsive. 3.The agreement is to be executed by the successful bidder after the Contract is awarded. Both the Contract and Insurance documents must be accepted as written and no modifica- tions will be allowed. 4.The City of Kent reserves the right to reject any and all bids on any or all schedules or alter- natives or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge there- of. 5.Contractors interested in bidding the project can visit the project site located in Springwood Park located at 12700 SE 274th St, Kent, Washington 98030 during regular park hours. Only foot access to the project site will be available during the bidding period. 6.Bidders must submit with their bid submittal a copy of their valid ISA – Certified Arborists and/or ISA – Certified Tree Worker certificates. By signing below, the undersigned bidder agrees to accept all contract forms and insurance requirements in the bid documents and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder.         $3OXV7UHH,QF0DUVKD1HZPDQ           EXHIBIT ADocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A 2 of 2 The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Pro- ceed, and agrees to complete the Contract within five (5) calendar days after issuance of the City’s Notice to Proceed. The City anticipates issuing the Notice to Proceed letter on September 21, 2020. DATE: Signature of Authorized Representative COMPANY NAME OF BIDDER (Print Name and Title) Address %XVNLUN$YH 3OHDVDQW+LOO&$ $3OXV7UHH,QF  0DUVKD1HZPDQ8UEDQ)RUHVW0DQDJHU           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 1 of 27 TECHNICAL SPECIFICATIONS FOR Hycroft Pond Maintenance Tree Removal Project Number: 44005590.64190.7420 City of Kent AUGUST 2020 1. PURPOSE The City of Kent Public Works Department seeks bids from qualified service providers to perform tree removal within the confines of the project limit for the purpose of maintenance of the Hycroft Pond The project consists of tree removal including stumps and roots, and site clearing at the Springwood park, 12700 SE 274th St. Kent WA 98030 as identified in the plans and in accordance with these specifications. The project is to be accessed via the park access for the Springwood Park. See Exhibit C for location map of the limit of work. 1.1 Intent of the Contract: The intent of the Contract is to prescribe a complete Work. Omissions from the Contract of details of Work that are necessary to carry out the intent of the Contract shall not relieve the Contractor from performing the omitted Work. The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all Work for the items included in the Proposal. 2. SCOPE OF WORK 2.1 Requirements: The Contractor shall furnish all necessary labor, vehicles (trucks, aerial lifts, and cranes included), materials, equipment, safety gears, tools, traffic control devices and supplies as may be required to provide tree services requested in accordance with the terms and conditions and specifications set forth herein. A Certified Arborist must supervise the crew and be present at the work site at all times. The Contractor shall have qualified line-clearance tree trimmers on site whenever any work is to be done within 10 feet of energized conductors or communication wires in accordance with ANSI Z133 American Standard for Tree Worker Safety, since work includes the removal of trees that are in or around service lines and electrical lines. The Contractor shall assign a Coordinator or Representative with proven expertise and experience in the field of Arboriculture to handle and assist           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 2 of 27 in any and all scheduling, and problem solving. Bidders must submit with their bid submittal a copy of their valid ISA – Certified Arborists and/or ISA – Certified Tree Worker certificates. 2.2 Standards of Service: All services provided under this contract shall be performed by competent, experienced workers in a good, professional manner taking all necessary precautions to ensure the safety of the public. Each worker shall be outfitted with the appropriate tools and equipment to complete the job properly and safely, meeting all applicable ANSI Standards, and all local, state and federal regulations. City of Kent shall have the right at any time to refuse or determine unacceptable work by the Contractor. The work shall be corrected within five (5) calendar days to the satisfaction of the City Representative. The presence of any structural weakness, disease conditions, decayed trunk or branches, split crotches or branches, shall be reported to the City’s Representative and corrective measures recommended. The use of climbing spurs or irons is not approved in pruning operations on live trees not identified to be removed. 2.3 Contractor’s Qualifications: All services shall be performed by personnel who are qualified and experienced to provide tree services and are directly employed and supervised by the Contractor. The Contractor shall employ an Urban Forester who holds a degree, and/or an International Society of Arboriculture (ISA) certified arborist with who has at least five (5) years of experience to oversee tree work. The Contractor shall provide with their bid submittal copies of all certifications, degrees, or any other requested documentation that provide evidence of their Urban Forester and/or arborist’s experience and certifications. Failure to provide the requested documentation may result in disqualification of Bidder’s bid. All certifications and degrees shall be current at the time of Contract award and shall remain current and up to date throughout the life of the Contract. All personnel shall be trained in; and familiar with ANSI A300 Standard Practices for Trees, Shrubs, and Other Woody Plant Maintenance and ANSI Z133 American Standard of Tree Worker Safety. Evidence of stated qualifications and training shall be made available to the City of Kent upon request. The City of Kent reserves the right to reject Contractor's service personnel who, in the City's judgment, are not adequately qualified to perform the work and require the Contractor to replace with employee(s) who, in the City’s judgment, are adequately qualified. Reference the International Society of Arboriculture for an explanation of credentials: https://www.isa-arbor.com/Credentials/The-Power-of-Credentials           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 3 of 27 The Contractor's work shall meet all applicable ANSI Standards including but not limited to ANSI A300 Standard Practices for Trees, Shrubs, and Other Woody Plan Maintenance and ANSI Z133 American Standard of Tree Worker Safety; and all local, state and federal regulations. 2.4 Changes: The City of Kent reserves the right to make, at any time during the work, changes in quantities and alterations in the work as are necessary to satisfactorily complete the project. Changes in quantities and alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform the work as directed. Among others, these changes and alterations may include: 1. Deleting any part of the work. 2. Increasing or decreasing quantities. 3. Require additional pruning efforts 4. Adding new work. Bid item shall be paid at the appropriate bid item contract price regardless of the amount of quantity actually used. No adjustment to the bid item contract price, including any bid item increase or decrease by more than 25 percent from the original quantity. 2.5 Prevailing Wage Requirements: This Contract is subject to the minimum wage requirements of RCW 39.12 and RCW 49.28 (as amended or supplemented). The Contractor, any Subcontractor, and all individuals or firms required by RCW 39.12, or WAC 296-127, to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by RCW 39.12. 3. EXECUTION OF WORK 3.1 Pre-Construction Meeting: After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the City Representative and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following:           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 4 of 27 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. Traffic Control Plan (TCP) for approval. 4. Request to sublet, for approval by the City Representative, of all subcontractors. 5. Contractor’s description of all equipment to be used. 3.2 Notice to Proceed: Notice to Proceed letter will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the City Representative, the Contractor shall not commence the work until the Notice to Proceed has been given by the City. The Contractor shall commence construction activities within fourteen (14) calendar days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 3.3 Work Hours: Except in the case of emergency or unless otherwise approved by the City Representative, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 10:00 p.m. Monday through Friday, unless otherwise specified herein, with a 5-day work week, plus allowing a maximum one- hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 10:00 p.m. on any day, the Contractor shall apply in writing to the City Representative for permission to work those times. The Contractor shall notify the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the City Representative’s time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 10:00 p.m. is not required. Note: For the purpose of this contract, the following dates are considered holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of the above dates fall on a Sunday, the following Monday shall be counted a holiday. When any of the above dates fall on a Saturday, the preceding Friday shall be counted a holiday. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 5 of 27 time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The City may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City. These conditions may include, but are not limited to the following: hours worked by City employees; availability of City Representative; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. It shall be the responsibility of the Contractor to keep the City informed of any intent to change the normal work schedule. Such notification shall be timely so as to avoid either’s travel to an inactive job site. 3.4 Completion Time: All work shall be completed within Five (5) calendar days of starting for the specified work. 3.5 Basis of Acceptance: All work shall be subject to a final inspection by an authorized representative of the City of Kent. Any omission or failure on the part of such representative to disapprove or reject inferior or defective work shall not be construed to be an acceptance of any such work or material. If any defective work or materials are found during inspection, the Contractor shall remove or repair, at his own expense, such defective work or rejected material and shall correct and/or replace same without extra charge. 3.6 Damages: Any damages to the City of Kent property or adjacent private properties caused by Contractor's negligence or nonfeasance shall be repaired / replaced at no cost to the City of Kent. Damaged property shall be repaired / replaced within twenty (20) days after notification by the City Representative. It shall be the responsibility of the Contractor to report to the City Representative any damage found prior to the start of any project. 3.7 Site Access: Access to the project site will be through Springwood Park entrance. Removal of bollards will be coordinated with the City of Kent Parks Department. 3.5 Clearing Limits: Clearing shall be performed for the sole purpose of accessing the Project site. Clearing Limits will be plainly marked by the City with paint with a pre-determined color of paint on the ground. The City and the Contractor shall agree upon the color of paint in advance of the work. 4. Terms and Definitions 4.1 Crown Raising: Crown Raising consists of pruning the lower branches of           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 6 of 27 a tree to provide vertical clearance of 14 feet over streets and driveways, and 8 feet over sidewalk while protecting branch collars and tree trunk. For this project, this work included trimming all dead, dying, diseased, decayed, or decaying, and obviously weak branches and stubs which are 1-1/4 inches in diameter or greater. 4.2 Crown Reduction: Crown Reduction is the selective removal of live branches to decrease the height or spread of a tree’s crown. Use of reduction cut is required. A reduction cut removes the end of a branch by cutting back to a crotch created by a lateral branch. This lateral branch needs to be at least 1/3 the diameter of the branch being cut. 4.3 Reference section 10 of the ANSI A300 Standard Practices for Trees, Shrubs, and Other Woody Plant Maintenance for additional definitions. 5. Tree Pruning Specifications 5.1 General Requirements: a. Trees to be pruned will be plainly marked by the City with paint at the base of the tree, facing the street. b. Methods: i. Pruning Method: Crown Raising will involve the use of a three- step cutting method illustrated in Figure A and described herein. Remove a branch without leaving a stub or cutting too flush to the tree. Flush cuts shall not be made. Make the first cut part way through the branch at A. Then prune the branch off at B. Finally, remove the stub at C without harming the branch collar and trunk of the tree. FIGURE A ii. Reduction Cut: Crown reduction will involve the use of reduction cuts. A reduction cut is made to a live lateral or codominant stem when it can be expected to sustain the remaining branch or stem. The remaining lateral branch should typically be at least 1/3 the diameter of the stem or branch being removed. The reduction cut should be made at a slight angle to the remaining branch or codominant stem, without           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 7 of 27 damaging the branch bark ridge and without leaving a stub. See Figure B for illustration. FIGURE B c. Tree limbs shall be removed and controlled in such a manner as to cause no damage or injury to people, animals, property, other parts of the tree, or other surrounding plants and trees. Tie off all branches where damage could be caused by gouging of a sodded area and/or damage to public walks and other private property d. No pruning paint will be required. 5.2 Crown Raising: For trees identified to receive Crown Raising, the following additional specifications will apply: a. Prune the lower branches of a tree to provide vertical clearance of 14 feet over streets and 8 feet over sidewalk while protecting branch collars and tree trunk. b. Use the pruning method specified in Section 5.1.b.i above. c. Trim all dead, dying, diseased, decayed, or decaying, and obviously weak branches and stubs which are 1-1/4 inches in diameter or greater. 5.3 Crown Reduction: For trees identified to receive Crown Reduction, use the pruning method specified in Section 5.1.b.ii. The following additional specifications will apply: a. Pruning activities shall be performed in a manner that maintains the natural form and shape of the tree. b. Under no circumstance(s) shall the total pruning exceed 20% of the tree’s crown. c. Trim all dead, dying, diseased, decayed, or decaying, and obviously weak branches and stubs which are two inches (2”) in diameter or greater. d. Trim to reduce or eliminate crossing, and/or rubbing branches that are one inch (1”) in diameter or less.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 8 of 27 e. Trim all lower branches to obtain a minimum six-foot (6’) clearance from a structure. f. Trim all branches that may interfere with illumination of a streetlight so that the light may specifically shine onto the street. 6. Tree Removal Specifications 6.1 The basis of payment will be based on each tree identified for removal. 6.2 Specific locations will be given to the Contractor of trees marked for removal. The tree(s) to be removed will be plainly marked by the City with a pre-determined color of paint. The City and the Contractor shall agree upon the color of paint in advance of the work order being issued. 6.3 In locations where ordinary felling operations might cause damage to property, the trees shall be suitably dismembered and felled using recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation), ensuring that any severed portion of the tree is under control at all times. 6.4 If the Contractor is performing work within 15 feet of high-voltage transmission or distribution lines, all work shall cease and the Contractor must notify the City immediately. The Contractor shall not resume work without written authorization from the City. After all limbs have been removed which might contact high-voltage utility lines or cause damage to other trees or property, trees shall be felled directly away from power or communications lines, structures, vehicular or pedestrian rights-of- way, or horticultural plantings. If a tree is outside the 15-foot zone and must be felled toward a power or telephone line, it shall be topped low enough to clear all conductors, poles, guys, and similar installations. 6.5 If there is danger that the trees being felled could fall in the wrong direction or damage property, guide ropes shall be used. All limbs shall be removed from trees to a height and width sufficient to allow the tree to fall clear of any wires and other objects in the vicinity. The Contractor shall use recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation). 6.6 Due to the danger of trees falling in an unexpected direction, even though the cut is made on the proper side, the Contractor shall take precaution in roping trees, most especially those which are diseased, rotten or rotting, split, or in appearance to be visibly weak. The Contractor shall use recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation). 6.7 Ropes shall be used to lower all limbs of sufficient size to cause damage to other trees or surrounding public or private property.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 9 of 27 6.8 Before any trees are felled, workmen, other than those operating the felling equipment or giving directions to the workmen involved, shall move and remain clear of the danger zone. Any and all workers who are within the danger zone shall adhere to the safety guidelines as required by the most current revision of ANSI standards, OSHA, and any other governing policy, ordinance, standard, or law. The danger zone is that sector of the felling-area in which the tree(s) could fall. The size of the danger zone shall be determined by the Contractor upon consideration of all pertinent factors relative to the tree removal operation. Ample warning shall always be given prior to the tree falling and all workmen must stand clear in case the tree springs from the stump while falling. Prior to felling any trees, the Contractor shall clear away all brush, debris, or equipment that is not required/needed for felling of the tree. 6.9 Under no circumstances shall a partially cut tree or debris be left standing during rest breaks, lunch breaks, or overnight. All debris created must be removed from the jobsite daily. If the Contractor must leave debris overnight, the Contractor shall contact the City for authorization. Under no circumstances shall the Contractor leave debris overnight without prior approval of the City. 6.10 When removing a tree that is split, or a tree with twin trunks, chains or cables with adequate strength shall be placed tightly around the tree before commencing the back cut. At least one chain or cable shall be placed above, and as close as practical, to the back cut to prevent separation of the trunk. 6.11 Except as otherwise provided in this Contract, the stumps of all removed trees will be ground. 6.12 The Contractor shall take special precautions with tree(s) that have obstacles in and around them prior to performing services. No additional payment will be made for cost associated with working around such obstacles. 7. Stump Grinding Specifications 7.1 Stump-grinding shall be performed on removed trees as required by the Contract or as directed by the City Representative. 7.2 The Contractor shall use stump-grinding machinery which has a cutter- head designed to grind stumps approximately six (6) inches below ground level. 7.3 The cutter-head shall have solid fixed-teeth, equipped with carbide insert cutters. Swinging teeth will not be acceptable. The machine must have a guard to protect flying debris, and cannot be used within five (5) feet of pedestrians, vehicles, road traffic, and/or property. 7.4 All loose material, including chips and/or soil, or any mixture created by the grinding process, shall be removed by the Contractor before leaving the work-site at the end of each work-day.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 10 of 27 7.5 The Contractor shall be responsible for locating all underground utilities, which can include, but are not limited to, electrical, water, gas, cable, irrigation, etc. In the event a utility is interrupted, the City must be contacted verbally no later than two (2) hours of incident and followed up in writing no more than 24 hours. 7.6 The Contractor shall be responsible for the prompt repair of any damage(s) caused to pond, walls, drainage facilities, sidewalk, curb, underground utilities, and turf or surrounding vegetation that occur during the stump-grinding operation, and at Contractor’s cost. 7.7 Remove all roots of significant size and level disturbed soil. 8. Topsoil and Sodding Procedures After Stump Grinding 8.1 The City may require that tree planting spaces remain available for replanting without sod or turf installation as determined by the City. Replanting of sod will be on an as-needed basis, and only as directed by the City. 8.2 Once the stump has been ground, topsoil shall be placed in the hole created by grinding. Topsoil shall have the following characteristics: Topsoil shall consist of 50 – 67% sand and/or sandy loam and 33 – 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 “Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils,” and TMECC 05.07A “Loss-On-Ignition Organic Matter Method.” A. The soil shall meet the following requirements. 1. The mixed soil shall meet the following gradation: Screen Size * Percent Passing 2 inch 100 1 inch 99-100 5/8” 90 – 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 11 of 27 8.3 The Contractor shall rake the topsoil level with surrounding area. 9. Site Clean Up 9.1 At the end of each work day, the Contractor shall be responsible for cleaning the site and all grounds that it has occupied, of all tools, equipment, rubbish, debris, downed tree limbs, and branches. All parts of the work shall be left in a neat, orderly, and presentable condition. The removal of all rubbish and debris generated as a result of the Contractor’s work under this contract will be the responsibility of the Contractor. No debris will be allowed to remain in or on any roadways and pedestrian pathways at any time. Streets, sidewalk, and pedestrian pathways shall be open to public use at the end of each work day. 9.2 Once the tree(s) are pruned, trimmed, or removed, all wood chips, brush, and limbs, tree parts, shall be hauled off from the jobsite unless otherwise directed by the City. The Contractor will be responsible for proper disposal of all materials removed from the jobsite. Removed parts of trees shall not remain at the site, and the Contractor shall not permit any third party to claim the wood. 9.3 When stump grinding/removal are performed, remove all wood chip debris and fill the created holes with clean topsoil. 9.4 Once the work order is complete and the work-site is ready for inspection, the Contractor shall notify the City by phone or in writing. The City will either make the necessary inspection or request photographic evidence that services were completed to the City’s satisfaction, and if it is found the work has been properly performed and completed in accordance with all terms of this Contract, the work shall be accepted and approved for payment. 9.5 The City shall have the right to perform, or have performed, inspections of all places where work is undertaken in connection with this Contract. 10. Temporary Traffic Control 10.1 General Requirements: Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). The Contractor, utilizing contractor labor and contractor- provided equipment and materials, shall plan, manage, supervise, and perform all temporary traffic control activities needed to support the work identified herein. It is the Contractor’s responsibility to plan, conduct, and safely perform the work. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 12 of 27 The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. The Contractor shall furnish Stop/Slow paddles for use during all flagging operations. The Contractor shall provide signs and all other traffic control devices. Unless otherwise permitted by the Contract or approved by the City Representative, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths, and crosswalks) open and clear at all times. The Contractor shall keep lanes open to traffic at all times except when work requires lane closures. Lanes shall be closed for the minimum time required to complete the work. The Contractor shall erect and maintain all temporary traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations. No Work shall be done until all necessary traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor’s employees, and of the City personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the City Representative, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor’s payments. When performing contract work, the Contractor’s equipment shall follow normal and legal traffic movements. The Contractor shall manage temporary traffic control with his or her own staff. Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field activities. The Contractor shall provide the City Representative with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person’s inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor. The primary and alternate TCS shall be certified by one of the organizations:           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 13 of 27 Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. A traffic control management assignment and a TCS designation are required on all projects that will utilize traffic control. The Contractor shall maintain 24- hour telephone numbers at which the Contractor’s assigned traffic control management personnel and the TCS can be contacted and be available upon the City Representative’s request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. 10.2 Traffic Control Management: The responsibilities of the Contractor’s traffic control management personnel shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor’s work zones and the Contract. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the jobsite. 2. Providing the Contractor’s designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), including the Washington State Modifications to the MUTCD M 24-01 the most current edition of the Public Rights- of-Way Accessibility Guidelines (PROWAG), which can be downloaded from the United States Access Board website at www.access-board.gov/prowac under Revised Draft Guidelines (2005), and applicable standards and Specifications available at all times on the project.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 14 of 27 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor-adopted traffic control plan(s) with the City Representative. 4. Coordinating all traffic control operations, including those of Subcontractors and suppliers, with each other and with any adjacent construction or maintenance operations. 5. Coordinating the project’s activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the Contract that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. 7. Reviewing the TCS’s diaries daily and being aware of field traffic control operations. 8. Being present on-site a sufficient amount of time to adequately satisfy the above listed responsibilities. Failure to carry out any of the above-listed responsibilities shall be a failure to comply with the Contract and may result in a suspension of work. 10.3 Traffic Control Supervisor: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the City Representative. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45-minute time period after notification by the City Representative. The TCS’s duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. 2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked once a week and nighttime lighting need to be checked only once a shift. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 15 of 27 3. Preparing a daily traffic control diary/traffic control log on each day that traffic control is performed using WSDOT Form 421-040A and 421-040B, and submitting them to the City Representative no later than the end of the next work day. The Contractor may use alternate forms if approved by the City Representative. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. 4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the City Representative. 5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance. 6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them. 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans. The TCS may perform the Work described in flagger and other traffic control duties, provided that the duties of the TCS are accomplished first. 10.4 Traffic Control Plans: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. Contractor shall either: 1. Adopt, in writing, the traffic control plan or plans contained in these Contract document, or 2. Submit Contractor’s plan that modifies, supplements or replaces a plan from these Contract documents. Any Contractor proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. Contractor-proposed traffic control           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 16 of 27 plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the City Representative’s acceptance and providing copies of the accepted Traffic Control Plans to the Traffic Control Supervisor. 10.5 Conformance to Established Standards: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the MUTCD, published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD, and the most current edition of the Public Rights-of-Way Accessibility Guidelines (PROWAG). Stop/Slow paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, WA 98504. In addition to the standards of the MUTCD described above, the City has crashworthiness requirements for most work zone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing. Work zone devices are divided into four categories. Each of those categories is described below: x Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices used on the project shall meet the requirements of NCHRP 350 or MASH as certified by the manufacturer of the device. x Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs. All Category 2 devices shall meet the requirements of NCHRP 350 or MASH. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as “existing equipment”.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 17 of 27 x Category 3 is for hardware expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash cushions, transportable attenuators and other work zone devices not meeting the definitions of Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the design of the project. Where this is the case, NCHRP 350 or MASH requirements have been incorporated into the design and the Contractor complies with the requirements by constructing devices according to the Plans and Specifications. Where the device is a product chosen by the Contractor, the device chosen must be compliant with the requirements of NCHRP 350 or MASH. x Category 4 includes portable or trailer-mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs. Crash testing is not required for these devices. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the City Representative. The City Representative’s decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. The Contractor shall require all personnel under their control (including service providers, Subcontractors, and lower tier subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high-visibility apparel described in this section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high-visibility apparel suitable for the jobsite conditions. High-visibility garments shall always be the outermost garments. High-visibility garments shall be labeled as, and in a condition compliant with the ANSI/ ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations. 10.6 Flaggers: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the City Representative. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the City Representative upon request. Flagging stations shall be shown on Traffic Control Plans at locations where construction operations require stopping or diverting public traffic. Flagging stations shall be staffed only when flagging is required. This staffing may be continuous or intermittent, depending on the nature of the construction activity. Whenever a flagger is not required to stop or divert traffic, the flagger shall move away from the flagging station to a safer location. During hours of darkness, flagging stations shall be           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 18 of 27 illuminated in a manner that insures that flaggers can easily be seen but that does not cause glare to the traveling public. Flagger station illumination shall meet the requirements of the MUTCD and these Specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 feet above the ground. The flagger should be visible and discernable as a flagger from a distance of 1,000 feet. Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). 10.7 Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item “Temporary Traffic Control Devices” includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. 10.8 Sequential Arrow Signs Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, operate and maintain sequential arrow signs. A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 10.9 Portable Changeable Message Sign Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 19 of 27 provide 4 feet of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 10.10 Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, install and maintain traffic cones or tall channelizing devices. Cones and tall channelizing devices shall be kept in good repair and shall be removed immediately when directed by the City Representative. Where wind or moving traffic frequently displaces cones or tall channelizing devices, an effective method of stabilizing them, such as stacking two together at each location, shall be employed, or heavier weighted bases may be necessary. 11. Performing Work Under Traffic The contractor shall close the path lanes from 7:00 a.m. to 10:00 p.m., Monday through Friday using Type II Barricades. Path lanes need to be open to the public use at the end of each work day. If the City Representative determines the permitted closure hours adversely affect foot traffic, the City Representative may adjust the hours accordingly. The City Representative will notify the Contractor in writing of any change in the closure hours. Path closures or roadway closures are not allowed on any of the following, which shall take precedence over the allowable hours of path closures above: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 p.m. (noon) on the day prior to a holiday or holiday weekend. 4. From midnight through noon the day following a holiday or holiday weekend. Construction Vehicles Construction vehicles using a closed path lane shall travel only in the normal direction of foot traffic flow unless expressly allowed in an approved traffic control plan. Construction vehicles shall be equipped with flashing or rotating amber lights, and in operation when in the work zone. Controlled Access No special access or egress will be allowed the Contractor other than normal legal movements or as shown in the Plans. Public Notification The Contractor shall furnish and install information signs that provide advance notification of lane(s) closure, a minimum of seven (7) calendar days prior to the closure. PCMS may be used for this notice. Sign locations, and messages, shall be as provided to the City Representative for approval.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 20 of 27 12. Utilities 12.1 The Contractor shall be responsible at its own cost for any and all work, expense, or special precautions caused or required by the existence or proximity of utilities encountered in performing the work. The Contractor’s site supervisor(s) will fully brief and instruct all workers working in the vicinity of utility lines on the safe working procedures appropriate to the voltage of the electrical apparatus on or near the work site. The Contractor’s site supervisor(s) in charge of any group or groups shall be fully aware of the safety procedures to be followed in case of an accident involving utility lines. 12.2 Under no circumstances shall the Contractor perform work near high- voltage transmission or distribution lines. If the Contractor is performing work near high-voltage transmission or distribution lines, all work shall cease and the Contractor must notify the City immediately. The Contractor shall not resume work without written authorization from the City. 12.3 Electrical Hazard Training Program: It is highly recommended for bidders to supply documentation of their completion of an electrical hazard training program. Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Puget Sound Energy Power Hong Nguyen (cell) 425-449-6609 Hong.Nguyen@pse.com Verizon Brad Landis 425-201-0901 425-766-1740 (cell) 13. Equipment 13.1 All safety equipment required by OSHA, Federal, state, or local guidelines           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 21 of 27 shall be in place and in proper operating condition at all times. OSHA must approve all safety equipment for the purpose for which it is being used. OSHA-approved hard hats and any other OSHA required equipment or clothing must be worn at all times at the work-site. 13.2 No ladders will be allowed at the work site. The use of climbing spurs or irons is not approved in pruning operations on live trees. 13.3 All equipment used by the Contractor to perform services under this Contract shall be maintained and in good operating condition at all times. All gasoline cans or any other equipment/container used to hold fuel shall be OSHA approved. 13.4 Safety ropes, tools, severed limbs, equipment, and aerial lifts shall be handled in such a way as to ensure they do not come into contact with any utility lines. 13.5 The Contractor shall inspect any climbing ropes in use at the site, from end to end, before the start of each day’s work, to ensure that there is no weakening, fraying, stressing, or other damage that constitutes a danger to the climber or workers. Similarly, all other safety equipment will be checked daily to ensure that it is in safe working condition. Any equipment defect shall be rectified immediately. 13.6 All aerial lifts will be insulated, maintained, and tested to ensure the safety of an employee in the bucket or at any other controls should the lift come into contact with any energized utility line on the work site. 13.7 Spill Prevention, Control, and Countermeasures Plan The Contractor shall prepare a project-specific spill prevention, control, and countermeasures plan (SPCC Plan), and shall implement the plan for the duration of the project. No on-site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. An SPCC Plan template and guidance information is available at www.wsdot.wa.gov/environment/technical/disciplines/hazardous- materials/spill-prevent-report. The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated,           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 22 of 27 at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: 1. Responsible Personnel – Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. 2. Spill Reporting – List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. 3. Project and Site Information – Describe the following items: a. The project Work. b. The site location and boundaries. c. The drainage pathways from the site. d. Nearby waterways and sensitive areas and their distances from the site. 4. Potential Spill Sources – Describe each of the following for all potentially hazardous materials brought or generated on-site including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: a. Name of material and its intended use. b. Estimated maximum amount on-site at any one time. c. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. 5. Preexisting Contamination – Describe any preexisting contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and Work practices that shall be used to prevent the release of contamination. 6. Spill Prevention and Response Training – Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. 7. Spill Prevention – Describe the following items: a. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. b. Security measures for potential spill sources to prevent accidental spills and vandalism. c. Methods used to prevent stormwater from contacting hazardous materials. d. Secondary containment for each potential spill source listed in           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 23 of 27 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology’s Construction Stormwater General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110 percent of the volume contained in the largest tank within the containment structure. Double-walled tanks do not require additional secondary containment. e. BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology’s Construction Stormwater General NPDES Permit. BMP guidance is provided in Ecology’s Stormwater Management Manuals, such as Volume II – Construction Stormwater Pollution Prevention, BMP C153, and Volume IV – Source Control BMPs. f. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. g. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. h. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks, or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. i. Site inspection procedures and frequency. 8. Spill Response – Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on-site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate equipment, and dispose of spilled and contaminated material: a. A spill of each type of hazardous material at each location identified in 4, above. b. Stormwater that has come into contact with hazardous materials. c. A release or spill of any preexisting contamination and contaminant source described in 5, above. d. A release or spill of any unknown preexisting contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. e. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 24 of 27 describe actions the Contractor shall take while waiting for the Subcontractor to respond. 9. Project Site Map – Provide a map showing the following items: a. Site location and boundaries. b. Site access roads. c. Drainage pathways from the site. d. Nearby waterways and sensitive areas. e. Hazardous materials, equipment, and decontamination areas identified in 4, above. f. Preexisting contamination or contaminant sources described in 5, above. g. Spill prevention and response equipment described in 7 and 8, above. 10. Spill Report Forms – Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. 14. Submittals 14.1 Daily traffic control diary/traffic control log for each day that traffic control is performed. Use WSDOT Form 421-040A and 421-040B and submit to the City Representative no later than the end of the next work day. 15. Insurance and Indemnity See Exhibit B. 16. Measurement and Payment Payment will be made in accordance with this section, for the following bid items when they are included in the Proposal: Traffic control shall be incidental to the project. No measurement will be made for traffic control. 16.1 Mobilization and Demobilization: The lump sum contract price for “Mobilization and Demobilization” shall be considered full compensation for all labor, equipment, tools and materials necessary to complete the work as specified, which shall include: preconstruction conference, required submittals; site preparation; mobilization and demobilization of equipment and personnel to and from the site; setup and teardown; cleanup and site restoration; and all other work not included in the other bid items in the Contract. “Mobilization and Demobilization” will not be measured and the payment of the contract lump sum price will be made in two (2) installments. The first payment of 50% of the lump sum price will be made when pruning activities start. The second and final 50% will be paid when all work has been deemed complete to the satisfaction of the City Representative, all equipment and materials are removed from the sites and the sites are fully restored to the City’s satisfaction.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 25 of 27 No additional payment will be made for demobilization and remobilization of equipment and personnel to and from the various job sites in the Contract, and/or due to faulty equipment. No additional payment will be made for mobilization to trees requiring additional pruning activities. 16.2 Crown Raising: When included, the unit contract price per each for “Crown Raising” constitute complete compensation for all labor, equipment, tools, supplies, disposal, and materials necessary to prune trees identified in these Contract Documents or by the City Representative; to raise the crown and trimming all dead, dying, diseased, decayed, or decaying, and obviously weak branches and stubs which are 1-1/4 inches in diameter or greater. Crown Raising will be measured per each tree identified to receive Crown Raising and performed pruning activities have been approved by the City Representative as meeting the requirements of these Specifications. No additional measurement and payment will be made of trees requiring additional pruning activities to meet these Specifications. 16.3 Crown Reduction: When included, the unit contract price per each for “Crown Reduction” constitute complete compensation for all labor, equipment, tools, supplies, disposal, and materials necessary to prune trees identified in these Contract Documents or by the City Representative; to reduce the crown. Crown Reduction will be measured per each tree identified to receive Crown Reduction and performed pruning activities have been approved by the City Representative as meeting the requirements of these Specifications. No additional measurement and payment will be made of trees requiring additional pruning activities to meet these Specifications. 16.4 Tree Removal: The unit contract price per each for “Tree Removal” constitute complete compensation for all labor, equipment, tools, materials, supplies, disposal, and materials necessary to remove trees identified in these Contract Documents and field verified by the City Representative, including stump grinding, root removal, topsoil, filling of hole and restoration. Tree Removal will be measured per each tree identified to be removed and restoration has been approved by the City Representative.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 26 of 27 16.5 Traffic Control: Traffic control shall be incidental to the various items in the contract. No measurement will be made for traffic control. 16.6 SPCC Plan: “SPCC Plan”, lump sum. When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50 percent of the lump sum Contract price for the plan. The remaining 50 percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for the “SPCC Plan” shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specification. 16.7 Minor Change: Payments or credits for changes amounting $2,500 or less may be made under the bid item “Minor Change”. The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the minor change will be documented by the signature of the contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for minor change, the contractor shall provide written protest to owner within two calendar days. For the purpose of providing a common proposal for all bidders, the City has entered an amount for “Minor Change” in the proposal to become a part of the total bid by the Contractor. 16.8 Clearing No measurement will be made for the Lump Sump item “Clearing”. Payment will be full compensation for work prescribed in this section and the Plans. The Contractor shall clear, and clean up those areas shown on the Plans. This Work includes protecting from harm, all trees, bushes, shrubs, facilities, or other objects not identified to be removed. “Clearing” means removing and disposing of all unwanted material from the surface, such as trees, brush, down timber, or other natural           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A HYCROFT POND MAINTENANCE: Project Number 44005590.64190.7420/Singh June 25, 2020 27 of 27 material. “Debris” means all unusable natural material produced by clearing, or path cleanup. Disposal of Usable Material and Debris The Contractor shall meet all requirements of state, county, and municipal regulations regarding health, safety, and public welfare in the disposal of all usable material and debris. The Contractor shall dispose of all debris by one or more of the disposal methods described below. a. Disposal Method No. 1 – Open Burning Open Burning is not allowed for this project. b. Disposal Method No. 2 – Waste Site Debris shall be hauled to a waste site obtained and provided by the Contractor in accordance with Section 2-03.3(7) C of the WSDOT Standard Specifications c. Disposal Method No. 3 – Chipping Wood Chips are not allowed to be disposed on site.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT A SAMPLE CONTRACT           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and [Insert Contractor's Company Name] THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and [Insert Contractor's Co. Name] organized under the laws of the State of [Insert State Co. Formed Under], located and doing business at [Insert Contractor's Address, Phone Number, and Contact Person] (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: [Insert detailed description of services contractor is providing. Be as detailed as possible. You may attach an exhibit so long as the exhibit is clearly referenced and identified by title and date]. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I [Type either "within" or "by" depending on deadline in next form field] [Insert either a date specific or enter # of days, weeks, months, years, etc.]. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed [Insert maximum dollar amount to be paid for services - Must be $20K or less. You may type out the dollar amount and place the numerical dollar amount in parentheses or you may just enter the numerical dollar amount], including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is $150,000 or less, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) 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 State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor’s signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor’s failure to complete the work within the time specified in this Agreement. C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor’s persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor’s receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) The Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor’s liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor’s part, then the Contractor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Contractor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit [Insert Exhibit #] attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 7 ($20K or Less and No Performance Bond) of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. / / / / / / / / / /           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A PUBLIC WORKS AGREEMENT - 8 ($20K or Less and No Performance Bond) K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: (signature) Print Name: Its (title) DATE: CITY OF KENT: By: (signature) Print Name: [Insert Name of Dept. Head] Its: [Insert Dept. Head Title] DATE: NOTICES TO BE SENT TO: CONTRACTOR: [Insert Contact Name] [Insert Company Name] [Insert Address] [Address - Continued] [Insert Telephone Number] (telephone) [Insert Fax Number] (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: [Insert Name of City Rep. to Receive Notice] City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) [Insert Phone Number] (telephone) (253) [Insert Fax Number] (facsimile) ATTEST: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved]           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EEO COMPLIANCE DOCUMENTS - 1 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City’s nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City’s equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EEO COMPLIANCE DOCUMENTS - 3 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A BIDDER RESPONSIBILITY CRITERIA - 1 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (Insert Date), the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Insert Bidder's Business Name By: ___________________________________________ Signature of Authorized Official* Printed Name: __________________________________ Title: _________________________________________ Date: _________________________________________ City and State: _________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT B INSURANCE REQUIREMENTS           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor.           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT C PROJECT LOCATION MAPS           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A SHEET INDEX NO. SHEET TITLE 1 COVER 2 TREE REMOVAL PLAN PROJECTLOCATION           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A City of Kent Public Works Department Operations Division           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT D TRAFFIC CONTROL PLANS           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A City of Kent Public Works Department Operations Division           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A           DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Certificate Of Completion Envelope Id: 1694F1D2592640C89C86401D683AD84D Status: Completed Subject: Please DocuSign: Hycroft Pond - Tree Removal.pdf Source Envelope: Document Pages: 52 Signatures: 1 Envelope Originator: Certificate Pages: 5 Initials: 0 Tabitha Huston AutoNav: Enabled EnvelopeId Stamping: Enabled Time Zone: (UTC-08:00) Pacific Time (US & Canada) 3490 Buskirk Ave Pleasant Hill, CA 94523 tabitha@aplustree.com IP Address: 96.28.83.76 Record Tracking Status: Original 9/9/2020 12:04:26 PM Holder: Tabitha Huston tabitha@aplustree.com Location: DocuSign Signer Events Signature Timestamp Marsha Newman mnewman@aplustree.com Urban Forest Manager Security Level: Email, Account Authentication (None)Signature Adoption: Pre-selected Style Using IP Address: 73.53.105.192 Sent: 9/9/2020 12:05:11 PM Viewed: 9/9/2020 12:05:37 PM Signed: 9/9/2020 12:05:53 PM Electronic Record and Signature Disclosure: Accepted: 2/19/2020 9:36:02 AM ID: 48db3bd4-3586-43c5-a05f-fbd3560b786f In Person Signer Events Signature Timestamp Editor Delivery Events Status Timestamp Agent Delivery Events Status Timestamp Intermediary Delivery Events Status Timestamp Certified Delivery Events Status Timestamp Carbon Copy Events Status Timestamp Tabitha Huston tabitha@aplustree.com Contractor A Plus Tree, Inc. Security Level: Email, Account Authentication (None) Sent: 9/9/2020 12:05:55 PM Electronic Record and Signature Disclosure: Not Offered via DocuSign Witness Events Signature Timestamp Notary Events Signature Timestamp Envelope Summary Events Status Timestamps Envelope Sent Hashed/Encrypted 9/9/2020 12:05:55 PM Certified Delivered Security Checked 9/9/2020 12:05:55 PM Signing Complete Security Checked 9/9/2020 12:05:55 PM DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Envelope Summary Events Status Timestamps Completed Security Checked 9/9/2020 12:05:55 PM Payment Events Status Timestamps Electronic Record and Signature Disclosure DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A ELECTRONIC RECORD AND SIGNATURE DISCLOSURE From time to time, Tabitha Huston (we, us or Company) may be required by law to provide to you certain written notices or disclosures. Described below are the terms and conditions for providing to you such notices and disclosures electronically through the DocuSign system. Please read the information below carefully and thoroughly, and if you can access this information electronically to your satisfaction and agree to this Electronic Record and Signature Disclosure (ERSD), please confirm your agreement by selecting the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. Getting paper copies At any time, you may request from us a paper copy of any record provided or made available electronically to you by us. You will have the ability to download and print documents we send to you through the DocuSign system during and immediately after the signing session and, if you elect to create a DocuSign account, you may access the documents for a limited period of time (usually 30 days) after such documents are first sent to you. After such time, if you wish for us to send you paper copies of any such documents from our office to you, you will be charged a $0.00 per-page fee. You may request delivery of such paper copies from us by following the procedure described below. Withdrawing your consent If you decide to receive notices and disclosures from us electronically, you may at any time change your mind and tell us that thereafter you want to receive required notices and disclosures only in paper format. How you must inform us of your decision to receive future notices and disclosure in paper format and withdraw your consent to receive notices and disclosures electronically is described below. Consequences of changing your mind If you elect to receive required notices and disclosures only in paper format, it will slow the speed at which we can complete certain steps in transactions with you and delivering services to you because we will need first to send the required notices or disclosures to you in paper format, and then wait until we receive back from you your acknowledgment of your receipt of such paper notices or disclosures. Further, you will no longer be able to use the DocuSign system to receive required notices and consents electronically from us or to sign electronically documents from us. All notices and disclosures will be sent to you electronically          ! DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Unless you tell us otherwise in accordance with the procedures described herein, we will provide electronically to you through the DocuSign system all required notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you during the course of our relationship with you. To reduce the chance of you inadvertently not receiving any notice or disclosure, we prefer to provide all of the required notices and disclosures to you by the same method and to the same address that you have given us. Thus, you can receive all the disclosures and notices electronically or in paper format through the paper mail delivery system. If you do not agree with this process, please let us know as described below. Please also see the paragraph immediately above that describes the consequences of your electing not to receive delivery of the notices and disclosures electronically from us. How to contact Tabitha Huston: You may contact us to let us know of your changes as to how we may contact you electronically, to request paper copies of certain information from us, and to withdraw your prior consent to receive notices and disclosures electronically as follows: To contact us by email send messages to: office@aplustree.com To advise Tabitha Huston of your new email address To let us know of a change in your email address where we should send notices and disclosures electronically to you, you must send an email message to us at office@aplustree.com and in the body of such request you must state: your previous email address, your new email address. We do not require any other information from you to change your email address. If you created a DocuSign account, you may update it with your new email address through your account preferences. To request paper copies from Tabitha Huston To request delivery from us of paper copies of the notices and disclosures previously provided by us to you electronically, you must send us an email to office@aplustree.com and in the body of such request you must state your email address, full name, mailing address, and telephone number. We will bill you for any fees at that time, if any. To withdraw your consent with Tabitha Huston To inform us that you no longer wish to receive future notices and disclosures in electronic format you may: DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A i. decline to sign a document from within your signing session, and on the subsequent page, select the check-box indicating you wish to withdraw your consent, or you may; ii. send us an email to office@aplustree.com and in the body of such request you must state your email, full name, mailing address, and telephone number. We do not need any other information from you to withdraw consent.. The consequences of your withdrawing consent for online documents will be that transactions may take a longer time to process.. Required hardware and software The minimum system requirements for using the DocuSign system may change over time. The current system requirements are found here: https://support.docusign.com/guides/signer-guide- signing-system-requirements. Acknowledging your access and consent to receive and sign documents electronically To confirm to us that you can access this information electronically, which will be similar to other electronic notices and disclosures that we will provide to you, please confirm that you have read this ERSD, and (i) that you are able to print on paper or electronically save this ERSD for your future reference and access; or (ii) that you are able to email this ERSD to an email address where you will be able to print on paper or save it for your future reference and access. Further, if you consent to receiving notices and disclosures exclusively in electronic format as described herein, then select the check-box next to ‘I agree to use electronic records and signatures’ before clicking ‘CONTINUE’ within the DocuSign system. By selecting the check-box next to ‘I agree to use electronic records and signatures’, you confirm that: x You can access and read this Electronic Record and Signature Disclosure; and x You can print on paper this Electronic Record and Signature Disclosure, or save or send this Electronic Record and Disclosure to a location where you can print it, for future reference and access; and x Until or unless you notify Tabitha Huston as described above, you consent to receive exclusively through electronic means all notices, disclosures, authorizations, acknowledgements, and other documents that are required to be provided or made available to you by Tabitha Huston during the course of your relationship with Tabitha Huston. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2. The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A 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: 9/15/2020 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $52.39 5D 1H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $60.57 7E 1N View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.63 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $64.94 7A 4C View King Carpenters Carpenter $64.94 7A 4C View King Carpenters Carpenters on Stationary Tools $65.07 7A 4C View King Carpenters Creosoted Material $65.07 7A 4C View King Carpenters Floor Finisher $64.94 7A 4C View King Carpenters Floor Layer $64.94 7A 4C View King Carpenters Scaffold Erector $64.94 7A 4C View King Cement Masons Application of all Composition Mastic $64.84 7A 4U View King Cement Masons Application of all Epoxy Material $64.34 7A 4U View King Cement Masons Application of all Plastic Material $64.84 7A 4U View King Cement Masons Application of Sealing Compound $64.34 7A 4U View King Cement Masons Application of Underlayment $64.84 7A 4U View King Cement Masons Building General $64.34 7A 4U View King Cement Masons Composition or Kalman Floors $64.84 7A 4U View King Cement Masons Concrete Paving $64.34 7A 4U View King Cement Masons Curb & Gutter Machine $64.84 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $64.34 7A 4U View King Cement Masons Curing Concrete $64.34 7A 4U View King Cement Masons Finish Colored Concrete $64.84 7A 4U View King Cement Masons Floor Grinding $64.84 7A 4U View King Cement Masons Floor Grinding/Polisher $64.34 7A 4U View King Cement Masons Green Concrete Saw, self- powered $64.84 7A 4U View King Cement Masons Grouting of all Plates $64.34 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $64.34 7A 4U View Page 1 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Cement Masons Gunite Nozzleman $64.84 7A 4U View King Cement Masons Hand Powered Grinder $64.84 7A 4U View King Cement Masons Journey Level $64.34 7A 4U View King Cement Masons Patching Concrete $64.34 7A 4U View King Cement Masons Pneumatic Power Tools $64.84 7A 4U View King Cement Masons Power Chipping & Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural Finish $64.84 7A 4U View King Cement Masons Screed & Rodding Machine $64.84 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $64.34 7A 4U View King Cement Masons Troweling Machine Operator $64.84 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $64.84 7A 4U View King Cement Masons Tunnel Workers $64.84 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.80 7A 4C View King Divers & Tenders Dive Supervisor/Master $81.98 7A 4C View King Divers & Tenders Diver $118.80 7A 4C 8V View King Divers & Tenders Diver On Standby $76.98 7A 4C View King Divers & Tenders Diver Tender $69.91 7A 4C View King Divers & Tenders Manifold Operator $69.91 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $74.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $69.91 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $65.19 7A 4C View King Dredge Workers Assistant Engineer $70.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $70.07 5D 3F View King Dredge Workers Boatmen $70.62 5D 3F View King Dredge Workers Engineer Welder $71.97 5D 3F View King Dredge Workers Leverman, Hydraulic $73.41 5D 3F View King Dredge Workers Mates $70.62 5D 3F View King Dredge Workers Oiler $70.07 5D 3F View King Drywall Applicator Journey Level $64.94 5D 1H View King Drywall Tapers Journey Level $65.31 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $89.11 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $95.77 7C 4E View King Electricians - Inside Certified Welder $86.08 7C 4E View King Electricians - Inside Certified Welder (tunnel) $92.44 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $83.05 7C 4E View King Electricians - Inside Journey Level (tunnel) $89.11 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Journey Level Lineperson $75.64 5A 4D View Page 2 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Electricians - Powerline Construction King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $44.40 7A 4V 8Y View King Fence Erectors Fence Laborer $44.40 7A 4V 8Y View King Flaggers Journey Level $44.40 7A 4V 8Y View King Glaziers Journey Level $69.26 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $79.43 5J 4H View King Heating Equipment Mechanics Journey Level $89.61 7F 1E View King Hod Carriers & Mason Tenders Journey Level $54.01 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $64.94 7A 4C View King Ironworkers Journeyman $75.23 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $52.39 7A 4V 8Y View King Laborers Airtrac Drill Operator $54.01 7A 4V 8Y View King Laborers Ballast Regular Machine $52.39 7A 4V 8Y View King Laborers Batch Weighman $44.40 7A 4V 8Y View King Laborers Brick Pavers $52.39 7A 4V 8Y View King Laborers Brush Cutter $52.39 7A 4V 8Y View Page 3 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Laborers Brush Hog Feeder $52.39 7A 4V 8Y View King Laborers Burner $52.39 7A 4V 8Y View King Laborers Caisson Worker $54.01 7A 4V 8Y View King Laborers Carpenter Tender $52.39 7A 4V 8Y View King Laborers Cement Dumper-paving $53.35 7A 4V 8Y View King Laborers Cement Finisher Tender $52.39 7A 4V 8Y View King Laborers Change House Or Dry Shack $52.39 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $53.35 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $52.39 7A 4V 8Y View King Laborers Choker Setter $52.39 7A 4V 8Y View King Laborers Chuck Tender $52.39 7A 4V 8Y View King Laborers Clary Power Spreader $53.35 7A 4V 8Y View King Laborers Clean-up Laborer $52.39 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $53.35 7A 4V 8Y View King Laborers Concrete Form Stripper $52.39 7A 4V 8Y View King Laborers Concrete Placement Crew $53.35 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $53.35 7A 4V 8Y View King Laborers Crusher Feeder $44.40 7A 4V 8Y View King Laborers Curing Laborer $52.39 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $52.39 7A 4V 8Y View King Laborers Ditch Digger $52.39 7A 4V 8Y View King Laborers Diver $54.01 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View King Laborers Dry Stack Walls $52.39 7A 4V 8Y View King Laborers Dump Person $52.39 7A 4V 8Y View King Laborers Epoxy Technician $52.39 7A 4V 8Y View King Laborers Erosion Control Worker $52.39 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $53.35 7A 4V 8Y View King Laborers Fine Graders $52.39 7A 4V 8Y View King Laborers Firewatch $44.40 7A 4V 8Y View King Laborers Form Setter $52.39 7A 4V 8Y View King Laborers Gabian Basket Builders $52.39 7A 4V 8Y View King Laborers General Laborer $52.39 7A 4V 8Y View King Laborers Grade Checker & Transit Person $54.01 7A 4V 8Y View King Laborers Grinders $52.39 7A 4V 8Y View King Laborers Grout Machine Tender $52.39 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View King Laborers Guardrail Erector $52.39 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $54.01 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $53.35 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View King Laborers High Scaler $54.01 7A 4V 8Y View King Laborers Jackhammer $53.35 7A 4V 8Y View King Laborers Laserbeam Operator $53.35 7A 4V 8Y View Page 4 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Laborers Maintenance Person $52.39 7A 4V 8Y View King Laborers Manhole Builder-Mudman $53.35 7A 4V 8Y View King Laborers Material Yard Person $52.39 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $53.35 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $53.35 7A 4V 8Y View King Laborers Pavement Breaker $53.35 7A 4V 8Y View King Laborers Pilot Car $44.40 7A 4V 8Y View King Laborers Pipe Layer Lead $54.01 7A 4V 8Y View King Laborers Pipe Layer/Tailor $53.35 7A 4V 8Y View King Laborers Pipe Pot Tender $53.35 7A 4V 8Y View King Laborers Pipe Reliner $53.35 7A 4V 8Y View King Laborers Pipe Wrapper $53.35 7A 4V 8Y View King Laborers Pot Tender $52.39 7A 4V 8Y View King Laborers Powderman $54.01 7A 4V 8Y View King Laborers Powderman's Helper $52.39 7A 4V 8Y View King Laborers Power Jacks $53.35 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $53.35 7A 4V 8Y View King Laborers Raker - Asphalt $54.01 7A 4V 8Y View King Laborers Re-timberman $54.01 7A 4V 8Y View King Laborers Remote Equipment Operator $53.35 7A 4V 8Y View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V 8Y View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 7A 4V 8Y View King Laborers Scaffold Erector $52.39 7A 4V 8Y View King Laborers Scale Person $52.39 7A 4V 8Y View King Laborers Sloper (Over 20") $53.35 7A 4V 8Y View King Laborers Sloper Sprayer $52.39 7A 4V 8Y View King Laborers Spreader (Concrete) $53.35 7A 4V 8Y View King Laborers Stake Hopper $52.39 7A 4V 8Y View King Laborers Stock Piler $52.39 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $44.40 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $53.35 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $53.35 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $53.35 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $52.39 7A 4V 8Y View King Laborers Topper $52.39 7A 4V 8Y View King Laborers Track Laborer $52.39 7A 4V 8Y View King Laborers Track Liner (Power) $53.35 7A 4V 8Y View King Laborers Traffic Control Laborer $47.48 7A 4V 9C View King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View Page 5 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $138.38 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $144.08 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $155.20 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $157.20 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $54.11 7A 4V 8Y View King Laborers Tunnel Work-Miner $54.11 7A 4V 8Y View King Laborers Vibrator $53.35 7A 4V 8Y View King Laborers Vinyl Seamer $52.39 7A 4V 8Y View King Laborers Watchman $40.36 7A 4V 8Y View King Laborers Welder $53.35 7A 4V 8Y View King Laborers Well Point Laborer $53.35 7A 4V 8Y View King Laborers Window Washer/Cleaner $40.36 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $52.39 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $53.35 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $40.36 7A 4V 8Y View King Landscape Construction Landscape Operator $72.28 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $64.94 5D 1H View King Marble Setters Journey Level $60.57 7E 1N View King Metal Fabrication (In Shop)Journey Level $40.08 1 View King Millwright Journey Level $66.44 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View King Pile Driver Crew Tender $69.91 7A 4C View King Pile Driver Crew Tender/Technician $69.91 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $80.76 7A 4C View Page 6 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $89.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $97.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $102.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $104.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.26 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 7A 4C View King Pile Driver Journey Level $65.19 7A 4C View King Plasterers Journey Level $61.67 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $90.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $72.84 7A 3K 8X View King Power Equipment Operators Bobcat $69.12 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators Brooms $69.12 7A 3K 8X View King Power Equipment Operators Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators Cableways $73.49 7A 3K 8X View King Power Equipment Operators Chipper $72.84 7A 3K 8X View King Power Equipment Operators Compressor $69.12 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators $75.72 7A 3K 8X View Page 7 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Cranes: 300 tons and over or 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View Page 8 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Power Equipment Operators Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators $74.22 7A 3K 8X View Page 9 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power Equipment Operators Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators Welder $73.49 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $73.49 7A 3K 8X View Page 10 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $73.49 7A 3K 8X View Page 11 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View Page 12 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $73.49 7A 3K 8X View Page 13 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Power Equipment Operators- Underground Sewer & Water Trenching Machines $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $72.84 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $73.49 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $69.12 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $72.84 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $85.51 6Z 1G View King Residential Brick Mason Journey Level $60.57 7E 1N View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $48.17 7A 4C View King Residential Drywall Tapers Journey Level $47.73 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $55.87 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $54.01 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $50.89 5C 2R View King Residential Stone Masons Journey Level $60.57 7E 1N View King Residential Terrazzo Workers Journey Level $55.71 7E 1N View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $55.55 5A 3H View King Roofers Using Irritable Bituminous Materials $58.55 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $89.61 7F 1E View Page 14 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $47.42 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $79.43 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection)Journey Level $84.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $60.57 7E 1N View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $72.28 7A 3K 8X View King Surveyors Chainman $69.12 7A 3K 8X View King Surveyors Construction Site Surveyor $73.49 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Cable Splicer $41.81 5A 2B View Page 15 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Telephone Line Construction - Outside King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $55.71 7E 1N View King Tile Setters Journey Level $55.71 7E 1N View King Tile, Marble & Terrazzo Finishers Finisher $46.54 7E 1N View King Traffic Control Stripers Journey Level $49.13 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $63.85 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $63.71 5D 4Y 8L View King Truck Drivers Dump Truck $63.71 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $63.85 5D 4Y 8L View King Truck Drivers Other Trucks $63.85 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $63.85 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 16 of 16 9/15/2020https://secure.lni.wa.gov/wagelookup/?utm_medium=email&utm_source=govd... DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 1 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 2 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 3 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 4 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 5 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 6 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 7 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 8 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. ZOvertime Calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. Work performed on Sundays may be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 9 Holiday Codes Continued 5. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 10 Holiday Codes Continued 7. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 11 Holiday Codes Continued 7. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 12 Holiday Codes Continued 7. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 13 Note Codes Continued 8. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) f eet above grade elevation receive an additional $0.50 per hour. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 14 Note Codes Continued 8. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A Benefit Code Key – Effective 9/2/2020 thru 3/2/2021 15 Note Codes Continued 9. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. DocuSign Envelope ID: ECC09F88-0FAA-4492-B632-EF2E6B48C37A