Loading...
HomeMy WebLinkAboutCAG2023-064 - Original - A-1 American Fence, Inc. - 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing - 02/07/2023Nancy Yoshitake for Toby Hallock Public Works 01/31/2023 02/07/2023 01/17/2023 R00016 N/A A-1 American Fence , Inc.Contract Original 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing The project includes installation of trespass fencing along the Burlington Northern Santa Fe (BNSF) Railroad. The no-cut trespass fencing will be installed along BNSF property, south of Willis Street and north of James Street. This project will help to inhibit trespassing along the railroad in these areas. Bid Bond & contract starts on page 50. Okay to sign. C. Schuck 1/31/23 CAG2023-064 2/7/23 DATE: January 17, 2023 TO: Kent City Council SUBJECT: 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Bid - Award MOTION: I move to award the 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project to A-1 American Fence, Inc. in the amount of $700,125.90 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project includes installation of trespass fencing along the Burlington Northern Santa Fe (BNSF) Railroad. The no-cut trespass fencing will be installed along BNSF property, south of Willis Street and north of James Street. This project will help to inhibit trespassing along the railroad in these areas. The bid opening for the 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project was held on January 10, 2023, with five bids received. The lowest responsible and responsive bid was submitted by A-1 American Fence, Inc. in the amount of $700,125.90. Bid Tab Summary 01. A-1 American Fence, Inc. $700,125.90 02. Northwest Cascade, Inc. $718,953.00 03. TITAN Earthwork $756,019.27 04. Road Construction Northwest, Inc. $810,649.79 05. Combined Construction, Inc. $995,052.97 Engineer's Estimate $667,333.72 BUDGET IMPACT: Council has approved accepting a grant from the Washington State Department of Commerce for $2.95M for the work associated with this Project. Work completed prior to June 30, 2023 is eligible for reimbursement from the state, work completed starting July 1, 2023 will be funded by the City through budgeted project funding. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. BNSF RR Trespass Fencing Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project Number: 23-3028.1 BIDS ACCEPTED UNTIL January 10, 2023 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR INDEX Section 1 Bidder’s Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 BNSF Railway Contractor Requirements Section 6 Kent Standard Plans Section 7 Traffic Control Plans Section 8 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project Number: 23-30 28,1 BIDS ACCEPTED UNTIL January 10, 2023 11:D0 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR W A S H I N G T O N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration – City of Kent Non-Discrimination Policy Administrative Policy 1.2 – Inclusive Contracting Proposal Contractor’s Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder’s Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions BNSF Railway Contractor Requirements Kent Standard Plans Traffic Control Plans Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through January 10, 2023 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above -stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project Number: 23-3028.1 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of installing approximately 5,000 linear feet of "no -cut" (1/2" diamond) chain link fencing and gates at locations along the Burlington Northern Santa Fe (BNSF) Railroad tracks as shown on the plans. The work includes potholing utilities as well as setting up and maintaining traffic control as shown on the plans. The contractor shall meet the requirements put forth in the right of entry permits and contractor requirements issued by BNSF Railroad (attached in the Appendix), including, but not limited to eRailSafe Certification, BNSF Safety Orientation and coordinating with BNSF railroad flaggers when working within 25-feet of the tracks. The Engineer's estimated range for this project is approximately $575,000 to $605,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Toby Hallock at 253-856-5536. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at htt s: www.k nt a. ov a - and -a l bids- rocurement--rf s. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. The City of Kent, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. No bidder may withdraw his/her bid for a period of sixt (60) days after the day of bid opening. Dated this 21s' day of December, 2022. tl BY: Kimberley A.64to&,City C er Published: Daily Journal of Commerce on December 27, 2022 and January 3, 2023 Washington State Office of Minority and Women's Business Enterprise on December 27, 2022 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order # 11246) Date 01 /09/2023 This statement relates to a proposed contract with the City of Kent named 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project Number: 23-3028.1 I am the undersigned bidder or prospective contractor. I represent that — 1. 1 X___ -have, have not, participated in a previous contract or subcontract subject to the President's Executive Order # 11246 (regarding equal employment opportunity) or a preceding similar Executive Order. A-1 American Fence, Inc. NAME OF BIDDER B /Vice President qI A RE/ TI T LE 701 E. Lutcher Drive Orange, Texas 77632 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) BNSF RR Trespass Fencing/Hallock 1 December 21, 2022 Project Number: 23-3028.1 DECLARATION Cl TY OF KENT NON -DI SCRI MI NATI ON POLI CY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally -Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). ■ Ch- 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. BNSF RR Trespass Fencing/Hallock 2 December 21, 2022 Project Number: 23-3028.1 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally -assisted programs of the U.S. Department of Transportation, State -assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrim ination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: BNSF RR Trespass Fencing/ Hallock 3 December 21, 2022 Project Number: 23-3028.1 a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); BNSF RR Trespass Fencing/Hallock 4 December 21, 2022 Project Number: 23-3028.1 viii. Titles I I and I I I of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the five requirements referenced above. 42 By: -------------- .—___-- _Z�L For: A-1 American Fence, Inc. Title: Vice President Date: 01 /09/2023 BNSF RR Trespass Fencing/Hallock 5 December 21, 2022 Project Number: 23-3028.1 CITY OF KENT ADM NI STRATI VE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: I NCLUSI VE CONTRACTI NG SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLI CY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 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. BNSF RR Trespass Fencing/Hallock 6 December 21, 2022 Project Number: 23-3028.1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that A-1 American Fence, Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing/ Project Number: 23-3028.1 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BI DDERS: 1. All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2. Proposal items are numbered in sequence but are non -continuous. 3. Unit prices for all items, all extensions, and total amount of bid must be shown. 4. Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET I TEM SECTION APPROX. I TEM UNIT TOTAL NO. NO. QUANTI TY PRI CE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non -responsive. BNSF RR Trespass Fencing/Hallock 7 December 21, 2022 Project Number: 23-3028.1 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTI TY PRI CE AMOUNT 1000 1-09.7 1 Mobilization $ 30,000.00 $ 30,000.00 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $20,000.00 $20,000.00 WSDOT LUMP SUM Per LS 1007 8-12.5 258 KSP LN FT 1010 8-12.5 4 KSP EACH 1015 8-12.5 4,920 KSP LN FT 1020 8-28.5 8 KSP EACH 1025 1-10.5 360 KSP HOURS 1030 1-10.5(2) 192 WSDOT SQ FT 1035 1-10.5 180 KSP HOURS Replace Existing Fence Fabric $70.00 with Modified Type 3 Polymer Per LF Coated No -Cut Chain Link Fence Double 16' Polymer Coated $5,000.00 No -Cut Chain Link Gate Per EA 6' High Modified Type 3 $90.00 Polymer Coated No -Cut Chain Per LF Link Fence $18,060.00 $ 20,000.00 $442,800.00 Pothole Utilities $1,200.00 $ 9,600.00 Per EA Traffic Control Labor $ 75.00 $ 27,000.00 Per HR Construction Signs Class A $20.00 $ 3,840.00 Per SF Traffic Control Supervisor 1040 1-10.5 1 Temporary Traffic Control KSP LUMP SUM Devices $ 85.00 $15, 300.00 Per HR $10,000.00 $10,000.00 Per LS BNSF RR Trespass Fencing/Hallock 8 December 21, 2022 Project Number: 23-3028.1 SCHEDULE I - STREET UNIT TOTAL I TEM SECTI ON APPROX. 1 TEM PRI CE AMOUNT NO. NO. QUANTI TY 1045 1-10.5 45 Portable Changeable Message $$ 00-000 $13,500.00 KSP DAYS Sign (PCMS) Per DAY 1050 8-21.5 1 WSDOT LUMP SUM 1055 8-01.5(2) 9 KSP EACH 1060 8-01.5(2) 1 WSDOT FORCE ACCOUNT Permanent Signing Inlet Protection Erosion/Water Pollution Control *Common price to all bidders $10,000.00 $10,000.00 Per LS $1,200.00 $ 10,800.00 Per EA $5,000* $5,000 Per FA Sub Total $ 637,300.00 10.1 % Sales Tax $ 64,367.30 Schedule I Total $ 701,667.30 BNSF RR Trespass Fencing/Hallock 9 December 21, 2022 Project Number: 23-3028.1 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. BNSF RR Trespass Fencing/Hallock 10 December 21, 2022 Project Number: 23-3028.1 602-436-607 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGAN ZATI ON 2.1 How many years has your organization been in business as a Contractor? 55 years 2.2 How many years has your organization been in business under its present business name? 55 years 2.2.1 Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: Yes 2.3.1 Date of incorporation: 3/18/1977 2.3.2 State of incorporation: Texas 2.3.3 President's name: Angelina A. Hinds 2.3.4 Vice-president's name(s):Ethan D. Hinds, Jr. & Richard D. Hinds 2.3.5 Secretary's n am e:Richard D. Hinds 2.3.6 Treasurer's name: Ethan D. Hinds, Jr. 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: BNSF RR Trespass Fencing/Hallock 12 December 21, 2022 Project Number: 23-3028.1 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. (CC01)- General Construction Contractor/ Reg:CC A1AMERAF962P5 3.2 List jurisdictions in which your organization's partnership or trade name is filed -Washington State 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces -Fence, Gates, Grading, Access Control, Clearing Traffic Control 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) None 4.2.1 Has your organization ever failed to complete any work awarded to it?No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?No 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.)No 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. See Attached 4.4.1 State total worth of work in progress and under contract: $3,568,583.65 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces -See Attached 4.5.1 State average annual amount of construction work performed during the past five years: $6,000,000.00 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization.See attached resumes 4.7 On a separate sheet, list your major equipment. See Attached BNSF RR Trespass Fencing/Hallock 13 December 21, 2022 Project Number: 23-3028.1 5. REFERENCES 5.1 Trade References: See Attached 5.2 Bank References: Cheyenne McLarty with Chase Bank 5.3 Surety: 409-882-0101 5.3.1 Name of bonding company: Merchants Bonding Company 5.3.2 Name and address of agent: Juanice Smith po box 14498, Des Moines, Iowa 6. FI NANCI NG 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1 .1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1 .2 Name and address of firm preparing attached financial statement, and date thereof: 6.1 .3 Is the attached financial statement for the identical organization named on page one? 6.1 .4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? BNSF RR Trespass Fencing/Hallock 14 December 21, 2022 Project Number: 23-3028.1 7. SIGNATURE 7.1 Dated at this 11th day of January , 2023. Name of Organization: A-1 American Fence, Inc. By: t`.J -d 1f- Title: Vice President 7.2 Richard Hinds , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 11th day of January , 2023. Notary Public: My Commission Expires: 08/07/2025 ``aro.' TEDDY JOSEPH BREAUX a .16 Notary Public, State of Texas 9 +� Comm. Expires 08-07-2025 Notary ID 131237008 nnn� BNSF RR Trespass Fencing/Hallock 15 December 21, 2022 Project Number: 23-3028.1 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 A-1 AMERICAN FENCE INC Reg: CC AIAMEAF962P5 UBI: 602-436-607 Registered as provided by Law as: Construction Contractor (CCOI) - GENERAL 1173 A-1 AMERICAN FENCE INC Effective Date: 11/8/2004 701 E LUTCHER DR Expiration Date: 6/24/2023 ORANGE TX 77632 ----------------- Kr J C s� smnrE T e btate of va�btnqton �v Secretary of State I, KIM WYMAN, Secretary of State of the State of Washington and custodian of its seal, hereby issue this CERTIFICATE OF AUTHORITY to A-1 AMERICAN FENCE COMPANY, INC. a/an TX Profit Corporation. Charter documents are effective on the date indicated below. Date: 3/6/2013 UBI Number: 602-436-607 Given under my hand and the Seal of the State f of Washington at Olympia, the State Capital Kim Wyman, Secretary of State Date Issued: 3/11/2013 INSR ADDL SUBRLTR INSD WVD PRODUCER CONTACTNAME: FAXPHONE(A/C, No):(A/C, No, Ext): E-MAILADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY) (MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) The ACORD name and logo are registered marks of ACORD 6/2/2022 (979) 774-6504 (979) 774-5372 10127 A-1 American Fence, Inc. P.O. Box 2509 Orange, TX 77631-2509 16275 22945 A 1,000,000 X X ACP3100393672 6/1/2022 6/1/2023 100,000 5,000 1,000,000 2,000,000 2,000,000 1,000,000A X X ACP3100393672 6/1/2022 6/1/2023 5,000,000B X X 1951691A 6/1/2022 6/1/2023 5,000,000 C X 0002015934 6/1/2022 6/1/2023 1,000,000 1,000,000 1,000,000 C Workers Compensation WC928758663314 6/1/2022 Other States 1,000,000 A Equipment Floater ACP3100393672 6/1/2022 6/1/2023 Leased/Rented Equip 350,000 Motor Truck Cargo- Allied Insurance Co. 6/1/22 - 6/1/23 #ACP3100393672 $250,000 Per Transit Installation Floater- Allied Insurance Co. 6/1/22 - 6/1/23 #ACP3100393672 $500,000 Installation Limit Blanket Additional Insured, blanket Waiver of Subrogation, blanket Primary/Non-Contributory and blanket 30 day NOC where required by contract included on the General Liability, Business Auto policies. Blanket Waiver of Subrogation, 30 day NOC where required by contract included on the Workers Compensation policy. Excess Liability policy following form of underlying coverages. SAMPLE A-1AMER-01 BETSEY Anco Insurance PO Box 3889 Bryan, TX 77805 Juanice G. Smith, CIC smithj@anco.com Allied Insurance Company Of America Vantage Risk Specialty Insurance Company Texas Mutual Insurance Company Aggregate 6/1/2023 X X XX X X X X X A Site alert Wa5hington State bepartment of Labor & Industries Company Status: Completed View User Status Your company has already completed this training. You are welcome to still view these modules at any time to learn more about prevailing wage and public works projects. Learn more about this training requirement. Status: Completed Duration: 30 minutes Module i Description: Introduces you to the Public Works Act, who the major parties are on public works projects, and the different types of work that will require prevailing wages. Status: Completed Duration: 40 minutes ModuiB Description: Focuses on the criteria you will to identify the correct prevailing wage rates, how to look up the wage rates, and what you need to know about usual benefits and overtime. Status: Completed IC Duration: 20 minutes Module a Description: Focuses on the verification requirements, the responsible bidder criteria, and how you can verify a contractor is responsible under the law. Status: Completed Duration: 25 minutes Module a Description: Focuses on contract requirements, what you need to know about filing the Statement of Intent to Pay Prevailing Wages, as well as certified payroll reports. Status: Completed Duration: 25 minutes Module 5 Description: Focuses on the Affidavit of Wages Paid, complaints and compliance investigations, and the project closeout process including the release of retainage. A Access 1� asas i'�s ington� orr,�;ai 1-e co�e.�me�c wec:¢e © Washington State Dept. of Labor & Industries. Use of this site is subject to the laws of the state of Washington. Help us improve A 1 American Fence Ongoing Project Name White Oak Substation, Houston, TX Owner/Architect CenterPoint Entergy Project Description Precast wall & High Security Gates Contract Amount $2,324,156.00 Project Status Ongoing (Est. completion date 4/14/23) Project Name Federal Petroleum Operations, Big Hill, TX Owner/Architect US Department of Energy/ Fluor Project Description Perimeter Fence & Gates & pre cast soldier panels Contract Amount $592,560.00 Project Status Ongoing (Est. Start Date 3/20/23) Completion date TBD A 1 American Fence Completed Projects Project Name NOSC Bronx, NY & Plainville, CT Owner/Architect NOSC/ Army Core of Engineers Project Description Perimeter security fence and gates Crash Rating Contract Amount 1215609 (A 1 self performed 100% of this project) Project Status Completed 2/22/22 Project Name 1 18 C058 MWAA NW Security Fence Sector 9 Owner/Architect MWAA/ JMT Architect Project Description Perimeter Fence And Gates, Washington, DC Contract Amount 1655746 (A 1 self performed 100% of this project) Project Status Completed 12/2/21 Project Name Chambers Substation Fence (Center Point Entergy) Owner/Architect Centerpoint Entergy Project Description Custom Perimeter Fence and Gates, Houston, TX Contract Amount 707220 (A 1 self performed 100% of this project) Project Status Completed 4/21/22 Project Name Greens & Intercontinental Substation, Houston, TX Owner/Architect CenterPoint Entergy Project Description Custom Perimeter Fence and Gates, Houston, TX Contract Amount 810005 (A 1 self performed 100% of this project) Project Status Completed 11/18/2019 Project Name Singapore Embassy Perimeter Fence Owner/Architect Embassy of Singapore/A 1 American Fence (Design Build) Project Description Perimeter Security Fence Contract Amount 1451268 (A 1 self performed 100% of this project) Project Status Completed (1/17/2020) Project Name Mountain Substation Owner/Architect UGI Utilities Project Description Perimeter Security Fence Contract Amount 1105000 (A 1 self performed 100% of this project) Project Status Completed (2/22/2020) Project Name Owner Project Description Contract Amount Project Status Project Name Owner Project Description Contract Amount Project Status Project Name Owner Project Description Contract Amount Project Status Work History Duties Education Construction Experience: Project: Love Field, Dallas, Texas Owner: City of Dallas Owner's Address: 1500 Marilla St, Room L2FN Dallas, TX 75201 Contact: Maria Alvarado Phone Number: (214) 243-2127 Project Description: Excavation, civil work, access control, perimeter fence with French drain system and stationary bollards Completion Date 1/14/1999 Contract Amount: Project: Installation of Wildlife Fencing Owner: Norwood Memorial Airport Owner's Address: 25 Access Road Norwood, Massachusetts Contact: Chris Bowker Phone Number: (617)242-9222 Project Description: Installation of wildlife fencing at Norwood Memorial Airport Completion Date: 8/7/2001 Contract Amount: Project: Construction of Perimeter Fencing / Deer Fence Owner: Union Parish Police Jury Owner's Address: 303 East Water Street, Farmville, Louisiana 71241 Contact: Dennis Reeves (318) 368-3296 Project Description: Installation of new perimeter deer fence and gates Completion Date: 8/20/2002 Contract Amount: Project: Perimeter Improvement East & West Bank, New Orleans, Louisiana Owner: Gibbs Construction Owner's Address: 5736 Citrus Blvd., New Orleans, Louisiana Contact: Berkman Manuel (504) 366-9061 Project Description: Installation of fencing, gates, 6 active vehicle barriers, cable reinforced fencing and gates, bollards, K-rated manual and electrical drop arms and cable barriers Completion Date: 5/12/2005 Contract Amount: Industrial Safety Training Council, Nederland, Texas (Basic/Site Specific Training) Security System Installer Lamar University, Orange, Texas (1989-1991) Degree: Certified Maritime Security Officer (through ABS) Richard Hinds 1789 Bassett, Orange, Texas 77632 Phone (409) 883-9725 Personal Data Date of Birth: 8/9/1961 M. W. Kellogg, Houston, Texas - Seven (7) Week Safety Training Program Gate Operator Training Program - Sentex/Chamberlain Link & Jamieson Manufacturing A-1 American Fence, Inc. (1976 - Present) 701 East Lutcher Drive, Orange, Texas 77632 Project Superintendent Oversee All Projects In Progress Vice President/Secretary/Treasurer $436,250.00 $298,600.00 $976,924.00 Position $1,082,086.85 Estimating, Project Supervision, Office Management, Crew Supervision, Southwest Louisiana Safety Training Council, Lake Charles, Louisiana (Basic/Site Specific Training) (Resume of Richard Hinds Page 2 of 2) Project: Security Upgrades, Belle Chase, New Orleans, Louisiana Owner: Gibbs Construction Owner's Address: 5736 Citrus Blvd., New Orleans, Louisiana Contact: Jeff Pujol (504) 382-7466 Project Description: Installation of fencing, gates, active vehicle barriers, cable reinforced fencing and gates, bollards, K-rated manual and electrical drop arms and cable barriers Completion Date: 6/1/2005 Contract Amount: Project: Install Gates and Security Fence Owner: USDA Owner's Address: 141 Experiment Station Rd., Stoneville, Mississippi Contact: Terry Krutz (662) 686-5361 Project Description: Installation of cameras, electrical, Ameristar ornamental fencing and gates and fiber optic cable Completion Date: Contract Amount: Project: Owner: City of Jonesville Owner's Address: P. O. Box 8460, Monroe, Louisiana 71211 Contact: Terry Pullin (318) 388-1422 Project Description: Installation of fencing, gates, operators and civil work Completion Date: 9/14/2008 Contract Amount: Project: North Turning Basin Restricted Area Access Control Owner: Port of Houston Authority Owner's Address: 111 E. Loop North, Houston, Texas 77029 Contact: Eric LeBeaux (832) 665-4906 Project Description: Installed access control and five (5) miles of duct bank and fiber. Completion Date: 5/10/2008 Contract Amount: Project: Barbours Cut Owner: Port of Houston Authority Owner's Address: 111 E. Loop North, Houston, Texas 77029 Contact: Eric LeBeaux (832) 665-4906 Project Description: Access Control Completion Date: Contract Amount: Project: Jackson Barracks - New Orleans Owner: Gibbs Construction Owner's Address: 5736 Citrus Blvd. New Orleans, LA Contact: Jeff Pujol (504) 382-7466 Project Description: Active vehicle Barriers, chain link fence, iron fence, and gate work Completion Date: 4/22/2009 Contract Amount: Project: New Meadowlands Stadium Owner: SKANSKA USA Building Owner's Address: 100 State Route 120, East Rutherford, NJ 07073 Contact: Thomas Webb (201)559-1400 Project Description: Installation of Delta Scientific barrier system Completion Date: 5/5/2010 Contract Amount: 6/26/2007 Jonesville Airport $249,680.70 $7,200,000.00 $327,485.00 $2,255,783.40 $1,373,000.00 $389,000.00 10/18/2008 $234,424.25 7071 S. Bilbo Apt#14 Orange, , Texas, , 77632 United States 409-474-0062 travolta596@yahoo.com Teddy Breaux 7071 S. Bilbo Apt#14 Orange, Texas, 77632 United States 409-474-0062 travolta596@yahoo.com PROFESSIONAL EXPERIENCE A-1 American Fence Orange, Texas Project Manager/Estimator Jul 2004 – present Schedule the project in logical steps and budget time required to meet deadlines. Confer with supervisory personnel, owners, contractors, or design professionals to discuss and resolve matters, such as work procedures, complaints, or construction problems. Prepare and submit budget estimates, progress reports, or cost tracking reports. Interpret and explain plans and contract terms to administrative staff, workers, and clients, representing the owner or developer. Take actions to deal with the results of delays, bad weather, or emergencies at construction site. Study job specifications to determine appropriate construction methods. Select, contract, and oversee workers who complete specific pieces of the project, such as painting or plumbing. Direct and supervise workers. Perform or contract others to perform prebuilding assessments, such as conceptual cost estimating, rough order of magnitude estimating, feasibility, or energy efficiency, environmental, and sustainability assessments. Analyze blueprints and other documentation to prepare time, cost, materials, and labor estimates. Prepare estimates for use in selecting vendors or subcontractors. Confer with engineers, architects, owners, contractors and subcontractors on changes and adjustments to cost estimates. Review material and labor requirements to decide whether it is more cost-effective to produce or purchase components. Prepare and maintain a directory of suppliers, contractors and subcontractors. Prepare purchase orders, solicit bid proposals, and review requisitions for goods and services. Research and evaluate suppliers based on price, quality, selection, service, support, availability, reliability, production and distribution capabilities, and the supplier's reputation and history. Analyze price proposals, financial reports, and other data and information to determine reasonable prices. EDUCATION SULPHUR HIGH SCHOOL Sulphur, Louisiana ADDITIONAL SKILLS ISTC Basic Plus TWIC Card OSHA 10 OSHA Revised Hazard Communication Standard Awareness Course MS outlook MS excel some AutoCAD Robert E. Hoover 2924 Enner Road Orange, Texas 77632 Phone (615) 419-7492 Fax (409) 883-7832 Personal Data Date of Birth: 1/17/1973 Work History A-1 American Fence, Inc. (2007 — Present) 701 East Lutcher Drive, Orange, Texas 77632 Training/Certifications Red Cross CPR Training, Orange, Texas Industrial Safety Training Council, Nederland, Texas Delta Certified Installer since 2007 Duties Include but not limited to: Project Superintendent/ Delta Installer Experience • Cameron LNG Plant Security Fencing Works, Hackberry, Louisiana (May, 2008 to January, 2009) Project Superintendent Duties: Install Delta Barriers and Crash Gate Motiva Port Arthur, Texas Refinery Expansion Project January, 2007 to May, 2007 Project Superintendent Duties: Install Delta Bollards and Barriers 1/12/2023 A 1 AMERICAN FENCE, INC. OWND EQUIPMENT LIST* Equipment # Manufacturer Model Serial No. Description 1 Bobcat S175 A3L540148 Bobcat Skid Steer Loader 2 Bobcat 225 LF261994 Bobcat Miller/Welder 3 Bobcat 773 509632580 Bobcat Loader 4 Bobcat 773 509648018 Bobcat Loader 5 Bobcat 873 503728803 Bobcat Auger w/syster 6 Bobcat 2560 617905615 Bobcat Concrete Breaker 7 Bobcat 225G KF63452 Bobcat Welder 8 Bobcat 225MT KK313465 Bobcat Welder 9 Bobcat 430HAG 563012204 Bobcat Excavator 10 Bobcat 773G 1874085 Bobcat Fork Bits 11 Bobcat 773G 517615730 Bobcat Bucket & Auger 12 Bobcat 773G S17616084 Bobcat Loader 13 Bobcat B300D 573111025 Bobcat Backhoe 14 Bobcat CH185 2935918 Bobcat Miller/Welder 15 Bobcat DR15C 944227251 Bobcat Auger 16 Bobcat E42 AG3412071 Bobcat Excavator 17 Bobcat MT52 523611631 Bobcat Skid Steer Loader 18 Bobcat MT52 523611957 Bobcat Loader 19 Bobcat S150 526916434 Bobcat Welder 20 Bobcat S175 525215750 Bobcat 21 Bobcat S185 525020231 Bobcat Loader 22 Bobcat T190 A3LN114739 Bobcat Loader 23 Bobcat T300 525414247 Bobcat 24 Bobcat T770 AT6311682 Track Loader 25 Caterpillar 916 2XB01549 Caterpillar Wheel Loader 26 Daewood G30 1000455 Daewood Forklift 27 Denka Manlift Denka Manlift 28 Ford 3600 664113 Ford Tractor 29 IHI IC45 2 CE000558 IHI Crawler 30 Inger Rand Lightsource 429520UHVD92 Light Tower 31 Kohler CH730 4805905351 Elite Welder 32 Kohler CH730 4806406031 Elite Welder 33 Kubota M9540DTC 51251 Kubota Tractor 34 Lincoln 225 U1160802821 Lincoln Welding Machine 35 Lincoln 250 U1160706567 Lincoln Welding Machine 36 Lincoln 10000 1031137 Lincoln Ranger/Welder 37 Massey Ferguson F23001 517615399 Massey Ferguson Tractor 38 TCM FG25N3 A23L42049 TCM Forklift 39 690900668 Trenching Attachment 40 690900677 Trenching Attachment 41 Zetor 280994060 Zetor 42 Bobcat T590W1955 09031955A3NR14136 Breaker Attachment *THERE IS NO RENTED OR LEASED EQUIPMENT IN OUR INVENTORY, AT PRESENT. RENTING OF EQUIPMENT IS MADE ON A CASE BY CASE BASIS. Page 1 of 1 24 Bobcat T770 AT6311682 Track24 Bobcat T770 AT6311682 Track24 Bobcat T770 AT6311682 Track24 Bobcat T770 AT6311682 Track24 Bobcat T770 AT6311682 Track Loader 16 Bobcat E42 AG3412071 Bobcat16 Bobcat E42 AG3412071 Bobcat16 Bobcat E42 AG3412071 Bobcat16 Bobcat E42 AG3412071 Bobcat16 Bobcat E42 AG3412071 Bobcat Excavator 11 Bobcat 773G 517615730 Bobcat11 Bobcat 773G 517615730 Bobcat11 Bobcat 773G 517615730 Bobcat11 Bobcat 773G 517615730 Bobcat11 Bobcat 773G 517615730 Bobcat Bucket &Auger 6 Bobcat 2560 617905615 Bobcat6 Bobcat 2560 617905615 Bobcat6 Bobcat 2560 617905615 Bobcat6 Bobcat 2560 617905615 Bobcat6 Bobcat 2560 617905615 Bobcat Concrete Breaker A 1 American Fence References NAME:Osiel Saenz Jr COMPANY:Centerpoint Energy PHONE:713 207 7802 EMAIL:Osiel.saenzjr@centerpointenergy.com NAME:Jim Seratt COMPANY:Federal Bureau of Prisons PHONE:972 352 4558 EMAIL:jseratt@bop.gov NAME:Alex Farmer COMPANY:Ronald Reagan Washington National Airport PHONE:703 417 4415 EMAIL:Alex.farmer@mwaa.com NAME:Jim Wolf COMPANY:City of Orange, Texas PHONE:409 883 1081 EMAIL:jwolf@orangetx.org NAME:Tommy DeBord COMPANY:East Tennessee Construction Services, Inc. PHONE:800 793 0270 EMAIL:tommy@etcsi.net NAME:Joshua Woody COMPANY:Johnson Controls PHONE:301 655 5415 EMAIL:Joshua.woody@jci.com UNANIMOUS CONSENT OF BOARD OF DIRECTORS The undersigned, being all of the Directors of A-1 AMERICAN FENCE, INC. (the "Company"), DO HEREBY CONSENT to the adoption of, and DO HEREBY ADOPT, the following resolutions: WHEREAS, in the opinion of this Board of Directors the best interest of the Company require it to bid for and to enter into contracts and other agreements with respect to various construction and materials provision projects. NOW THEREFORE, BE IT AND IT HEREBY IS RESOLVED, that the officers of the Company, be, and they are hereby authorized and empowered to prepare and submit bid proposals, bid bonds, contracts, and other documents related to the following matter: The Secretary of the Company is hereby directed to file a signed copy of this Consent in the Minute Book of the Company. Dated: 18 day of March 2006. 4Angin`aA., Hinds, Director, Shareholder (51%) and President DSr.,V'cPresident and Shareholder (49°%/ Ethan D. Hinds, J ., irst Vice Pre ent, Secretary d Treasurer Richard D. ITinds, Second Vice President, Assistant Secretary and Assistant Treasurer BI D D ER RESPON SI BI LI TY CRI TERI A Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) 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 (January 10, 2023), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). A-1 American Fence, Inc. Bidder's Business Name 610__�, a:��K Signature of Authorized Official* Richard Hinds Printed Name Vice President Title 01 /09/2023 Orange Date City Texas 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. BNSF RR Trespass Fencing/Hallock 16 Project Number: 23-3028.1 December 21, 2022 BI DDER RESPONSI Bl LI TY CRI TERI A 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 (January 10, 2023), 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-1 American Fence, Inc. Bidderslness Na Signature of Au horized Official* Richard Hinds Printed Name Vice President Title 01 /09/2023 Date Orange City Texas 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. BNSF RR Trespass Fencing/Hallock 17 December 21, 2022 Project Number: 23-3028.1 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within forty-five (46) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 0 , to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: 01 /09/2023 A-1 American Fence, Inc. NAME -PE, B1 ER Signature of Authorized Representative Richard Hinds/ Vice President (Print Name and Title) 701 E. Lutcher Drive Address Orange, Texas 77632 BNSF RR Trespass Fencing/Hallock 18 December 21, 2022 Project Number: 23-3028.1 MERCHANTS r BONDING COMPANY,. MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 BID BOND PUBLIC WORK KNOW ALL PERSONS BY THESE PRESENTS: A-1 American Fence, Inc. Bond No. 430993 (hereinafter called the Principal) as Principal, and the Merchants Bonding Company (Mutual) (hereinafter called Surety), as Surety, are held and firmly bound to City of Kent, Washington (hereinafter called the Obligee) in the full and just sum of ( 5 % Five Percent of Bid Amount Dollars good and lawful money of the United States of America, to the payment of which sum of money well and truly to be made, the Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Signed and dated this 3rd day of January 2023 THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Obligee shall make any award to the Principal for Project No. 23-3028.1 Railroad Quiet Zone BNSF Railroad Trespass Fencing according to the terms of the proposal or bid made by the Principal therefore, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award, and shall give bond for the faithful performance thereof with the Merchants Bonding Company Mutual , as Surety, or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure to do so, pay to the Obligee the damages which the Obligee may suffer by reason of such failure, not exceeding the penalty of this bond, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be duly signed and sealed. Witness: A-1 American Fence, Inc. Principal BY Attest: Teresa Martin, Witness CON 0333 (2115) Merchants Bonding Cornpany (Muturl) By C=(J�L• �. Alexandria troski Attorney-in-Fac' Bond #: 430993 M.E R.-CH ANTS BONDING COMPANY-. POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/b/a Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Alexandria Petroski their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power -of -Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only, it is agreed that the power and authority hereby given to the Attorney -in -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 3rd day of January 2023 +''•ZlaN.q �•'•. + • • G • •+ • MERCHANTS BONDING COMPANY (MUTUAL) 40 pSPOd? -�� : �4 �OV�po , �•• MERCHANTS MERCHANTS HANTIONAL S NATIONAL INDEMNITY COMPANY ;r z -o- dam= .r°'z -a_ ��; 2003 ��7 : y 1933By e: • • ter. STATE OF IOWA •r•`"""•' • President COUNTY OF DALLAS ss. On this 3rd day of January 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Kim Lee Canimis n 702737 &U__j ' ?it�r Cammiamn sson Expres Apel la, 2024 !Votary Pub!!c (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 3rd day of January 2023 cif oRPVRq.�o; : �t�aiP0,9. y. ZQQ3 :P: 1933 e; Secretary POA0018 (10/22) °•+••rrrrrt,s'''•+°a°•+ MERCHANTS� BONDING COMPANY,M MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA S0306-3498 PHONE: (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www,tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) MERCHANT'4"� BONDING COMPANY,, MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498, DES MOINES. IOWA 50306.3498 • (800) 678-8171 - (515) 243-3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515) 243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSI ON, MINI MUM WAGE NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: m 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. MI NI MUM WAGE AFFI DAVI T FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing Project Number: 23-3028.1 NAME OF PROJECT A-1 American Fence lnc. NAME OF BI DDER'S FI RM SI GNAT RE OF AUTHORI ZED REPRESENTATI VE OF BI DDER BNSF RR Trespass Fencing/Hallock 20 December 21, 2022 Project Number: 23-3028.1 This change order form is for example purposes only. By s-ubmittina a bid the bidder agrees to be bound by the terms ❑f this change ❑rder form for an change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: Llnsert Com any Name ("Contractor") CONTRACT NAME & PROJECT NUMBER: Insert Name of ❑ri inal Contract & Pro'ect # if applicablel ORIGINAL CONTRACT DATE: I nsert ❑ate Original Contract was Si ned This Change Order amends the above -referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1 . Section 1 of the Contract is hereby modified to revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ BNSF RR Trespass Fencing/Hallock 21 December 21, 2022 Project Number: 23-3028.1 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change Order working days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: BY: (signature) Print Name: (signature) Print Name: Chad Bieren P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department BNSF RR Trespass Fencing/Hallock 22 December 21, 2022 Project Number: 23-3028.1 BI D D ER'S CH ECKLI ST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................® Orderof Contents................................................................................. nvitationto Bid................................................................................... Contractor Compliance Statement........................................................ Date............................................................................................ 10 Have/ have not participated acknowledgment ............................. Signature and address..................................................,............. Declaration - City of Kent Non -Discrimination Policy ...........................® Dateand signature .......................... _........................................ AdministrativePolicy.......................................................................... Proposal............................................................................................... First line of proposal - filled in ................................................... Unit prices are correct................................................................ Subcontractor List (contracts over $1M - HVAC, Plumbing, & Electrical) ............ Subcontractors listed properly .................................................... Signature.................................................................................... Subcontractor List (contracts over $1 M -Structural Steel & Rebar Installation) .. Subcontractors listed properly .................................................... Dateand signature..................................................................... Contractor's Qualification Statement ................................................... 19 Complete and notarized.............................................................. 10 Statement that Bidder Has Not Been Disqualified ................................ to Certification of Compliance with Wage Payment Statutes .................... 10 ProposalSignature Page...................................................................... AllAddenda acknowledged......................................................... Date, signature and address.......................................................® BidBond Form..................................................................................... Signature, sealed and dated ....................................................... Powerof Attorney....................................................................... (Amount of bid bond shall equal 5% of the total bid amount) Combined Declaration Form................................................................. Signature.................................................................................... Change Order Form (Example)............................................................. Bidder's Checklist................................................................................ The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BAND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KEN EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. BNSF RR Trespass Fencing/Hallock 23 December 21, 2022 Project Number: 23-3028.1 BOND NO. TXC614315 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, A-1 American Fence Inc. as Principal, and Merchants Boiidin Cam an Mutual a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 700 125.90 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing/Project Number: 23-3028.1 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. BNSF RR Trespass Fencing/Hallock 24 December 21, 2022 Project Number: 23-3028.1 TWO WITNESSES: PRINT NAME DATE: CORPORATE SEAL: A-1 American Fence, Inc. PRINCIPAL tenter principal's name above) BY:�` TITLE: i DATE: `-? LL CORPORATE SEAL: Merchants Bonding Company (Muraal) SURETY BY: r�C DATE: January26, 2023 TITLE: Alexandria Petroski Attorney -hi -Fact ADDRESS: PO Box 14498 Des Moines, Iowa 50306-3498 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the A sista t) S cret ry of the Corporation named as Principal in the within Bond; that r ` Who signed the said bond on behalf of the Principal ^ 9fJ of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY 4R OSISTANT SECRETARY BNSF RR Trespass Fencing/Hallock 25 December 21, 2022 Project Number: 23-3028.1 MERCHANTS BONDING COMPANY., POWER OF ATTORNEY Know All Persons By These Presents, that MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa, d/bla Merchants National Indemnity Company (in California only) (herein collectively called the "Companies") do hereby make, constitute and appoint, individually, Alexandria Petroski; Laura K Gregory; Sally White; Teresa Martin their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power•of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By -Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding, Inc., on October 16, 2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attorneys -in -Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company, and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney -in -Fact includes any and all consents for the release of retained percentages andlor final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relleve this surety company of any of its obligations under its bond. in connection with obligations in favor of the Kentucky Department of Highways only it is agreed that the power and authority hereby given to the Attorney -In -Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner - Department of Highways of the Commonwealth of Kentucky at least thirty (30) days prior to the modification or revocation. In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 23rd day of January 2023 +�'''4"'"�.,•�` . • "" ' • •.� MERCHANTS BONDING COMPANY (MUTUAL) ........... . ; +�p�N .00.1�A. MERCHANTS NATIONAL BONDING, INC. pRP0Rq''•. O . ��. QT F 09,q dibla MERCHANTS NATIONAL INDEMNITY COMPANY 2003 ;;c; yy 1933 1: By • J. -may. ' �+ �• 5,r ��• President STATE OF IOWA �'•t . + •.. •. COUNTY OF DALLAS ss. On this 23rd day of January 2023 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies; and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. rf i; Kim Lee Commission Number ore �-- 1,1y Commission Expiress Apr1114, 2024 Notary Public (Expiration of notary's commission does not invalidate this instrument) I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC., do hereby certify that the above and foregoing is a true and correct copy of the POWER -OF -ATTORNEY executed by said Companies, which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 26th day of January , 2023 RpR'O RP0/�. ►.h: 0 4,:% •r�''� -o- vt :x's~ 2003 a y:_ 1933 c: POA 0018 (10/22) • �� '00 Secretary MERCHANTS r BONDING COMPANY,M MERCHANTS BONDING COMPANY (MUTUAL) P.O. BOX 14498, DES MOINES, IOWA 50306-3498 PHONE; (800) 678-8171 FAX: (515) 243-3854 IMPORTANT NOTICE To obtain information or make a complaint: You may contact your insurance agent at the telephone number provided by your insurance agent. You may call Merchants Bonding Company (Mutual) toll -free telephone number for information or to make a complaint at: 1-800-678-8171 You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at: 1-800-252-3439 You may write the Texas Department of Insurance at: P. O. Box 149104 Austin, TX 78714-9104 Fax: (512) 490-1007 Web: www.td_i.t_exas.goy_ E-mail: ConsumerProtection@tdi.texas.gov PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached document. SUP 0032 TX (2/15) MERCHANTS BONDING COMPANY,,, MERCHANTS BONDING COMPANY (MUTUAL) • MERCHANTS NATIONAL BONDING, INC. P.O. Box 14498 • DES MOINES, IOWA 50306.3498 • (800) 678-8171 • (515) 243.3854 FAX Please send all notices of claim on this bond to: Merchants Bonding Company (Mutual) / Merchants National Bonding, Inc. P.O. Box 14498 Des Moines, Iowa 50306-3498 (515)243-8171 (800) 678-8171 Physical Address: 6700 Westown Parkway, West Des Moines, Iowa 50266 SUP 0073 TX (2/15) CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and /A- I 1r,._ organized under the laws.of the State of �_., ►__ , located and doing business at '--)r7t L,ie ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2023 Railroad Quiet Zone BNSF Railroad Trespass Fencing/Project Number: 23-3028.1 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2022 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed within forty-five (45) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $700,125.90. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. BNSF RR Trespass Fencing/Hallock 26 January 12, 2023 Project Number: 23-3028.1 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. BNSF RR Trespass Fencing/Hallock 27 December 21, 2022 Project Number: 23-3028.1 CITY OF KENT BY DANA RALPH, MAYOR DATE: 02/07/2023 ATTEST: f law KIMBERI-q A. KOMOTO, CITY CLERK APPROVED AS TO FORM: - 0�-O� -k)Z- S-r - KENT LAW DEPARTMENT CONTRACTOR Tll DATE: 0-3 BNSF RR Trespass Fencing/Hallock 28 December 21, 2022 Project Number: 23-3028.1 BNSF RR Trespass Fencing/Hallock 29 December 21, 2022 Project Number: 23-3028.1 EXHIBIT A INSURANCE REQUIREMENTS FOR RAILROAD PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Commercial General Liability This insurance shall contain broad form contractual liability with a combined single limit of a minimum of $2,000,000 each occurrence and an aggregate limit of at least $4,000,000 but in no event less than the amount otherwise carried by the Contractor. Coverage must be purchased on a post 2004 ISO occurrence form or equivalent and include coverage for, but not limit to the following: Bodily Injury and Property Damage Personal Injury and Advertising Injury Fire legal liability Products and completed operations This policy shall also contain the following endorsements, which shall be indicated on the certificate of insurance: The definition of insured contract shall be amended to remove any exclusion or other limitation for any work being done within 50 feet of railroad property. Waver of subrogation in favor of and acceptable to Railway. Additional insured endorsement in favor of and acceptable to Railway and the City of Kent. Separation of insureds. The policy shall be primary and non-contributing with respect to any insurance carried by Railway. It is agreed that the workers’ compensation and employers’ liability related exclusions in the Commercial General Liability insurance policy(s) required herein are intended to apply to employees of the policy holder and shall not apply to Railway employees. No other endorsements limiting coverage as respects obligations under this Agreement may be included on the policy with regard to the work being performed under this agreement. BNSF RR Trespass Fencing/Hallock 30 December 21, 2022 Project Number: 23-3028.1 EXHIBIT A (Continued) 2.Business Automobile Liability This insurance shall contain a combined single limit of at least $1,000,000 per occurrence, and include coverage for, but not limited to the following: Bodily injury and property damage Any and all vehicles owned, used or hired The policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: Waiver of subrogation in favor of and acceptable to Railway. Additional insured endorsement in favor of and acceptable to Railway. Separation of insureds. The policy shall be primary and non-contributing with respect to any insurance carried by Railway. 3.Workers’ Compensation and Employers Liability Insurance including coverage for, but not limited to: Contractor’s statutory liability under the worker’s compensation laws of the state(s) in which the work is to be performed. If optional under State law, the insurance must cover all employees anyway. Employers’ Liability (Part B) with limits of at least $500,000 each accident, $500,000 by disease policy limit, $500,000 by disease each employee. This policy shall also contain the following endorsements or language, which shall be indicated on the certificate of insurance: Waiver of subrogation in favor of and acceptable to Railway. 4.Railroad Protective Liability Insurance naming only the Railway as the Insured with coverage of at least $2,000,000 per occurrence and $6,000,000 in the aggregate. The policy Must be issued on a standard ISO form CG 00 35 12 04 and include the following: Endorsed to include the Pollution Exclusion Amendment Endorsed to include the Limited Seepage and Pollution Endorsement. Endorsed to remove any exclusion for punitive damages. No other endorsements restricting coverage may be added. The original policy must be provided to the Railway prior to performing any work or services under this Agreement Definition of “Physical Damage to Property” shall be endorsed to read: “means direct and accidental loss of or damage to all property owned by any named insured and all property in any named insured’ care, custody, and control arising out of the acts or omissions of the contractor named on the Declarations. BNSF RR Trespass Fencing/Hallock 31 December 21, 2022 Project Number: 23-3028.1 EXHIBIT A (Continued) In lieu of providing a Railroad Protective Liability Policy, Licensee may participate (if available) in Railway’s Blanket Railroad Protective Liability Insurance Policy. Other Requirements: Where allowable by law, all policies (applying to coverage listed above) shall contain no exclusion for punitive damages. Contractor agrees to waive its right of recovery against Railway and the City of Kent for all claims and suits against Railway and the City of Kent. In addition, its insurers, through the terms of the policy or policy endorsement, waive their right of subrogation against Railway Or City for all claims and suits. Contractor further waives its right of recovery, and its insurers also waive their right of subrogation against Railway and City for loss of its owned or leased property or property under Contractor’s care, custody or control. Allocated Loss Expense shall be in addition to all policy limits for coverages referenced above. Contractor is not allowed to self-insure without the prior written consent of Railway and City. If granted by Railway and City, any self-insured retention or other financial responsibility for claims shall be covered directly by Contractor in lieu of insurance. Any and all Railway and/or City liabilities that would otherwise, in accordance with the provisions of this Agreement, be covered by Contractor’s insurance will be covered as if Contractor elected not to include a deductible, self-insured retention or other financial responsibility for claims. Prior to commencing services, Contractor shall furnish to Railway and City of Kent, an acceptable certificate(s) of insurance from an authorized representative evidencing the required coverage(s), endorsements, and amendments. The certificate should be directed to the following address: BNSF Railway Company c/o CertFocus P.O. Box 140528 Kansas City, MO 64114 Toll Free: 877-576-2378 Fax number: 817-840-7487 Email: BNSF@certfocus.com www.certfocus.com Contractor shall notify Railway in writing at least 30 days prior to any cancellation, non-renewal, substitution or material alteration. BNSF RR Trespass Fencing/Hallock 32 December 21, 2022 Project Number: 23-3028.1 EXHIBIT A (Continued) Any insurance policy shall be written by a reputable insurance company acceptable to Railway or with a current Best’s Guide Rating of A- and Class VII or better, and authorized to do business in the state(s) in which the service is to be provided. If coverage is purchased on a “claims made” basis, Contractor hereby agrees to maintain coverage in force for a minimum of three years after expiration, cancellation or termination of this Agreement. Annually Contractor agrees to provide evidence of such coverage as required hereunder. Contractor represents that this Agreement has been thoroughly reviewed by Contractor’s insurance agent(s)/broker(s), who have been instructed by Contractor to procure the insurance coverage required by this Agreement. Not more frequently than once every five years, Railway may reasonably modify the required insurance coverage to reflect then-current risk management practices in the railroad industry and underwriting practices in the insurance industry. If any portion of the operation is to be subcontracted by Contractor, Contractor shall require that the subcontractor shall provide and maintain insurance coverage(s) as set forth herein, naming Railway and City of Kent as an additional insured, and shall require that the subcontractor shall release, defend and indemnify Railway and City to the same extent and under the same terms and conditions as Contractor is required to release, defend and indemnify Railway and City herein. Failure to provide evidence as required by this section shall entitle, but not require, Railway to terminate this Agreement immediately. Acceptance of a certificate that does not comply with this section shall not operate as a waiver of Contractor's obligations hereunder. The fact that insurance (including, without limitation, self-insurance) is obtained by Contractor shall not be deemed to release or diminish the liability of Contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railway and City shall not be limited by the amount of the required insurance coverage. In the event of a claim or lawsuit involving Railway or City arising out of this agreement, Contractor will make available any required policy covering such claim or lawsuit. These insurance provisions are intended to be a separate and distinct obligation on the part of the Contractor. Therefore, these provisions shall be enforceable and Contractor shall be bound thereby regardless of whether or not indemnity provisions are determined to be enforceable in the jurisdiction in which the work covered hereunder is performed. BNSF RR Trespass Fencing/Hallock 33 December 21, 2022 Project Number: 23-3028.1 EXHIBIT A (Continued) For purposes of this section, Railway shall mean “Burlington Northern Santa Fe LLC”, “BNSF Railway Company” and the subsidiaries, successors, assigns and affiliates of each. A-1 AM E R-01 BETSEY CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/Yl'YY)1/31/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER ANCO Insurance PO Box 3889 Bryan, TX 77805 CONTACT Juanice G. Smith, CIC NAME: PHONE FA (A/C, No, Ext): (979) 774-6504 /c, No): (979) 774-5372 ADDRIESS: smithj@anco.com INSURERS AFFORDING COVERAGE NAIC # INSURER A:AMCO Insurance Company 19100 INSURED A-1 American Fence, Inc. P.O. Box 2509 Orange, TX 77631-2509 INSURER B: Allied Insurance Company Of America 10127 INSURER C : Vantage Risk Specialty Insurance Company 16275 INSURER D : Texas Mutual Insurance CompanV 22945 INSURER E : Argonaut Insurance 19801 INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF MM/DD YYYY POLICY EXP MM DD YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE OCCUR ACPGLA03100393672 6/1/2022 6/1/2023 DAMAGE TO RENTED PREMISES Ea occurrence 1 OO,000 $ MED EXP (Any oneperson) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO- LOC PRODUCTS - COMP/OP AGG $ 2,000,000 EPL $ 50,000 OTHER: B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 BODILY INJURY Perperson) $ ANY AUTO ACPBAPC3100393672 6/1/2022 6/1/2023 OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY Per accident $ X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY PROPERTY DAMAGE Per accident $ $ C UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 ­X AGGREGATE $ EXCESS LIAB CLAIMS -MADE P03XC0000019390 6/1/2022 6/1/2023 DIED RETENTION $ Aggregate $ 5,000,000 D WORKERS COMPENSATION AND EMPLOYERS' LIABILITY v/N ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? (Mandatory in NH) N / A 0002015934 6/1/2022 6/1/2023 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 E Workers Compensation WC928878663314 6/1/2022 6/1/2023 Other States 1,000,000 B Equipment Floater ACPCIMP3100393672 6/1/2022 6/1/2023 Leased/Rented Equip 350,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES JACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Project - Railroad Quiet Zone BNSF Railroad I respass Fencing Motor Truck Cargo- Allied Insurance Co. 6/1/22 - 6/1/23 #ACP3100393672 $250,000 Per Transit Installation Floater- Allied Insurance Co. 6/1/22 - 6/1/23 #ACP3100393672 $500,000 Installation Limit Blanket Additional Insured, blanket Waiver of Subrogation, blanket Primary/Non-Contributory and blanket 30 day NOC where required by contract included on the General Liability, Business Auto policies. Blanket Waiver of Subrogation, 30 day NOC where required by contract included on the Workers Compensation policy. Excess Liability policy following form of underlying coverages. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE BNSF Railway Company c/o CertFocus Y P Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. P.O. Box 140528 Kansas City, MO 64114 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: A-1AMER-01 BETSEY LOC #: 1 ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED NCO Insurance A-1 American Fence, Inc. P.O. Box 2509 POLICY NUMBER Orange, TX 77631-2509 Orange SEE PAGE 1 CARRIER NAIC CODE SEE PAGE 1 SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Railroad Protective Liability Coverage: Policy #ACPGLA03100393672 Policy Eff Date 1/31/2023 - 6/1/2023 Limits: $6,000,000 Aggregate. $2,000,000 Occurrence ACORD 101 (2008/01) 0008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILIT Y CG 24 17 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS SCHEDULE 9. a. b. c. d. e. f. f. (1) (a) (b) (2) (1) CG 24 17 10 01 Page 1 of 1 Scheduled Railroad: Designated Job Site: ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008268 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008269 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008270 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008271 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008272 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008275 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008276 ACP GLAO3100393672 LOQ2 22159 INSURED COPY 46 0008277 COMMERCIAL AUTO AC 04 44B 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) Transfer Of Rights Of Recovery Against Others To Us AC 04 44B 03 16 Page 1 of 1 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC0444031600 0001 46 0008391 COMMERCIAL AUTO AC 70 05 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO PROTECTION -GOLD SUMMARY OF COVERAGES AC 70 05 03 16 Page 1 of 7 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008393 COMMERCIAL AUTO AC 70 05 03 16 A. EFFECT OF THIS ENDORSEMENT E. SUPPLEMENTARY PAYMENTS – BAIL BONDSB. NEWLY ACQUIRED OR FORMED ENTITIES F. SUPPLEMENTARY PAYMENTS – LOSS OF EARNINGS C. EMPLOYEES AS INSUREDS – NONOWNED AUTOS G PERSONAL EFFECTS AND PROPERTY OF OTHERS EXTENSION D. ADDITIONAL INSURED BY CONTRACT, PERMIT OR AGREEMENT Page 2 of 7 AC 70 05 03 16 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008394 COMMERCIAL AUTO AC 70 05 03 16 H. PREJUDGMENT INTEREST COVERAGE I FELLOW EMPLOYEE – OFFICERS, MANAGERS, AND SUPERVISORS L EXPANDED TOWING COVERAGE J HIRED AUTO PHYSICAL DAMAGE M AUTO LOAN OR LEASE COVERAGE K. TEMPORARY SUBSTITUTE AUTOS – PHYSICAL DAMAGE COVERAGE AC 70 05 03 16 Page 3 of 7 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008395 COMMERCIAL AUTO AC 70 05 03 16 P. RENTAL REIMBURSEMENT COVERAGE N. ORIGINAL EQUIPMENT MANUFACTURER PARTS – LEASED PRIVATE PASSENGER TYPES O. DEDUCTIBLE AMENDMENTS Q EXPANDED TRANSPORTATION EXPENSE Page 4 of 7 AC 70 05 03 16 . ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008396 COMMERCIAL AUTO AC 70 05 03 16 R. EXTRA EXPENSE – STOLEN AUTOS T. NEW VEHICLE REPLACEMENT COSTS. PHYSICAL DAMAGE LIMIT OF INSURANCE AC 70 05 03 16 Page 5 of 7 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008397 COMMERCIAL AUTO AC 70 05 03 16 U. PHYSICAL DAMAGE COVERAGE EXTENSIONS X. HIRED CAR – COVERAGE TERRITORY V. TRANSFER OF RIGHTS OF RECOVERY Y. EMERGENCY LOCKOUT AGAINST OTHERS TO US W. NOTICE OF AND KNOWLEDGE OF OCCURRENCE Page 6 of 7 AC 70 05 03 16 . ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008398 COMMERCIAL AUTO AC 70 05 03 16 Z. CANCELLATION CONDITION AC 70 05 03 16 Page 7 of 7 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7005031600 0001 46 0008399 COMMERCIAL AUTO AC 70 07 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT A. EFFECT OF THIS ENDORSEMENT D. AUTOS HIRED OR RENTED BY EMPLOYEES B. CHANGES FOR TRAILERS AND FARM EQUIPMENT C. CHANGES FOR ADDITIONAL NEWLY ACQUIRED VEHICLES E. EMERGENCY LOCKOUT - PRIVATE PASSENGER VEHICLES AC 70 07 03 16 Page 1 of 4 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7007031601 0001 46 0008400 AC 70 07 03 16 Explosives Rolling Stores Wrong Deliveryof Liquid Products F. REPLACED EXCLUSIONS Professional Services G. ADDITIONAL EXCLUSIONS Damage to Named Insured's Property H. ACCIDENTAL DISCHARGE COVERAGE Abuse or Molestation I. PHYSICAL DAMAGELIMIT OF INSURANCE C. Limit Of Insurance Page 2 of 4 AC 70 07 03 16 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7007031601 0001 46 0008401 AC 70 07 03 16 2. L. AMENDED DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS M. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS J. GLASS REPAIR –WAIVER OF DEDUCTIBLE N. LIBERALIZATION K. MOTOR HOME OR RECREATIONAL VEHICLE CONTENTS NOT COVERED 1. AC 70 07 03 16 Page 3 of 4 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7007031601 0001 46 0008402 AC 70 07 03 16 O. SECTION V – DEFINITIONS of the BUSINESS AUTO COVERAGE FORM is amended as follows: Page 4 of 4 AC 70 07 03 16 ACP BAPC31-0-0393672 LOQ2 22158 INSURED COPY AC7007031601 0001 46 0008403 Tex,qsMutuai" WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Insured copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 6/1/22 at 12:01 a.m. standard time, forms a part of: Policy no. 0002015934 of Texas Mutual Insurance Company effective on 6/1/22 Issued to: A-1 AMERICAN FENCE INC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 6/1/22 WC420304B BNSF RR Trespass Fencing/Hallock December 21, 2022 Project Number: 23-3028.1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-13 1-07 Legal Relations and Responsibilities to the Public ................. 1-15 1-08 Prosecution and Progress ................................................. 1-19 1-09 Measurement and Payment .............................................. 1-24 1-10 Temporary Traffic Control ................................................ 1-25 DIVISION 2 EARTHWORK .......................................................... 2-1 2-03 Roadway Excavation and Embankment .............................. 2-1 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-28 Pothole Utilities .............................................................. 8-3 DIVISION 9 MATERIALS ............................................................ 9-1 9-16 Fence and Guardrail ........................................................ 9-1 BNSF RAILWAY CONTRACTOR REQUIREMENTS .............................. A-1 KENT STANDARD PLANS ................................................................. A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES .............................................................. A-4 BNSF RR Trespass Fencing/Hallock 1 - 1 December 21, 2022 Project Number: 23-3028.1 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“WSDOT Standard Specifications”). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 – GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 3. How Contractors will be paid. BNSF RR Trespass Fencing/Hallock 1 - 2 December 21, 2022 Project Number: 23-3028.1 The Contract includes the Contract (agreement) Form, Bidder’s completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the “National Electrical Code.” Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, “DEFINITIONS” IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms “incidental to the project,” “incidental to the involved bid item(s),” etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City’s review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, BNSF RR Trespass Fencing/Hallock 1 - 3 December 21, 2022 Project Number: 23-3028.1 determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a “Bid Proposal” for the advertised project by downloading at no charge at https://www.kentwa.gov/pay-and-apply/bids-procurement-rfps; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder’s or the City’s technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder’s sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier’s check, or a proposal bond (Surety bond). Any proposal bond shall be on the City’s bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized BNSF RR Trespass Fencing/Hallock 1 - 4 December 21, 2022 Project Number: 23-3028.1 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders BNSF RR Trespass Fencing/Hallock 1 - 5 December 21, 2022 Project Number: 23-3028.1 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. BNSF RR Trespass Fencing/Hallock 1 - 6 December 21, 2022 Project Number: 23-3028.1 SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. BNSF RR Trespass Fencing/Hallock 1 - 7 December 21, 2022 Project Number: 23-3028.1 SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Contractor shall follow all requirements as outlined in Contractor Requirements “Exhibit C” as provided by BNSF. No employee of the Contractor, its subcontractors, agents or invitees may enter Railway Property without first having completed Railway’s Engineering Contractor Safety Overview/Orientation and Railway Worker Protection, found on the web site www.bnsfcontractor.com. In addition, The Contractor must ensure that each of its employees, subcontractors, agents or invitees completes Railway’s Engineering Contractor Safety Orientation through internet sessions before any work is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontractors, agents or invitees possesses a card which is current, certifying completion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the cost of the Railway Contractor Safety Orientation. Further clarification can be found on the web site, from the Railway’s Representative, or in Exhibits Section. Additional information can be found in the Appendix. Each Contractor that will perform work within 25 feet of the centerline of the track must develop and implement a Roadway Worker Protection/On Track Safety Program and work with Railway Project Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety portion of the Safety Orientation. This Program must provide Roadway Worker protection/on track training for all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site through job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan, as provided for on the web site www.bnsfcontractor.com, which will be made available to Railway prior to commencement of any work on Railway Property. During the performance of work, the Contractor must audit its work activities. The Contractor must designate an on-site Project Supervisor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and Material Safety Datasheets (MSDS), at the job site. BNSF RR Trespass Fencing/Hallock 1 - 8 December 21, 2022 Project Number: 23-3028.1 For those areas of work located within 25’ from the centerline of the nearest Track, Flagging Services shall be provided by the Railroad and billed to the City and paid for by the City. Contractor shall, however, provide proper notification of work sufficient for scheduling of flaggers and shall minimize days flaggers are required. Contractor shall schedule work activities in a manner to reduce the number of days flagging are necessary. Upon vacating the railroad property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor BNSF RR Trespass Fencing/Hallock 1 - 9 December 21, 2022 Project Number: 23-3028.1 written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor’s failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.5, the words, “stake,” “mark,” “marker,” or “monument” will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.8(2) through 1-05.8(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.8(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that BNSF RR Trespass Fencing/Hallock 1 - 10 December 21, 2022 Project Number: 23-3028.1 survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $300/hour for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor’s operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor’s line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or “down” time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working BNSF RR Trespass Fencing/Hallock 1 - 11 December 21, 2022 Project Number: 23-3028.1 days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.8(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Center Line of Fence or a small offset to it. 1-05.8(6) Survey Requests It shall be the Contractor’s responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties’ contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour BNSF RR Trespass Fencing/Hallock 1 - 12 December 21, 2022 Project Number: 23-3028.1 the project, with the Engineer, in support of the Engineer’s effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2022 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor’s qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. BNSF RR Trespass Fencing/Hallock 1 - 13 December 21, 2022 Project Number: 23-3028.1 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor’s name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer’s review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. BNSF RR Trespass Fencing/Hallock 1 - 14 December 21, 2022 Project Number: 23-3028.1 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer’s review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor’s letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. BNSF RR Trespass Fencing/Hallock 1 - 15 December 21, 2022 Project Number: 23-3028.1 The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. “APPROVED AS NOTED” – Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. “AMEND AND RESUBMIT” – Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. BNSF RR Trespass Fencing/Hallock 1 - 16 December 21, 2022 Project Number: 23-3028.1 SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: Executive Order 21-02: No Adverse Effects BNSF - General License Permit The Contractor shall complete and follow: BNSF – Contractor Requirements Form BNSF Safety Overview/Orientation and eRail Safe Certification SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage BNSF RR Trespass Fencing/Hallock 1 - 17 December 21, 2022 Project Number: 23-3028.1 SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the “SPCC Plan” bid item is present in only one bid schedule, the lump sum payment item for the “SPCC Plan” in that one schedule will apply to all bid schedules 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 Specifications. Discharge, release or spill on the Railway Property of any hazardous substances, oil, petroleum, constituents, pollutants, contaminants, or any hazardous waste is prohibited and Contractor must immediately notify the Railway's Resource Operations Center at 1(800) 832-5452, of any discharge, release or spills in excess of a reportable quantity. SECTION 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other BNSF RR Trespass Fencing/Hallock 1 - 18 December 21, 2022 Project Number: 23-3028.1 underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Lumen Tanaiya Anderson 253-313-8961 TanaiyaAnderson@lumen.com Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Glenn.Helton@pse.com Puget Sound Energy Power Gary Bradley 253-234-6302 Gary.Bradley@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) BNSF RR Trespass Fencing/Hallock 1 - 19 December 21, 2022 Project Number: 23-3028.1 SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The BNSF RR Trespass Fencing/Hallock 1 - 20 December 21, 2022 Project Number: 23-3028.1 Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. No employee of the Contractor, its subcontractors, agents or invitees may enter Railway Property without first having completed Railway’s Engineering Contractor Safety Orientation, found on the web site www.bnsfcontractor.com. The Contractor BNSF RR Trespass Fencing/Hallock 1 - 21 December 21, 2022 Project Number: 23-3028.1 must ensure that each of its employees, subcontractors, agents or invitees completes Railway’s Engineering Contractor Safety Orientation through internet sessions before any work is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontractors, agents or invitees possesses a card certifying completion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the cost of the Railway Contractor Safety Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Further clarification can be found on the web site or from the Railway’s Representative. Each Contractor that will perform work within 25 feet of the centerline of a track must develop and implement a Roadway Worker Protection/On Track Safety Program and work with Railway Project Representative to develop an on track safety strategy as described in the guidelines listed in the on track safety portion of the Safety Orientation. This Program must provide Roadway Worker protection/on track training for all employees of the Contractor, its subcontractors, agents or invitees. This training is reinforced at the job site through job safety briefings. Additionally, each Contractor must develop and implement the Safety Action Plan, as provided for on the web site www.bnsfcontractor.com, which will be made available to Railway prior to commencement of any work on Railway Property. During the performance of work, the Contractor must audit its work activities. The Contractor must designate an on-site Project Supervisor who will serve as the contact person for the Railway and who will maintain a copy of the Safety Action Plan, safety audits, and Material Safety Datasheets (MSDS), at the job site. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, 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 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time BNSF RR Trespass Fencing/Hallock 1 - 22 December 21, 2022 Project Number: 23-3028.1 hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. BNSF RR Trespass Fencing/Hallock 1 - 23 December 21, 2022 Project Number: 23-3028.1 Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor’s written notice to protest. In any event, no protest will be allowed later than the date of the Contractor’s signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall BNSF RR Trespass Fencing/Hallock 1 - 24 December 21, 2022 Project Number: 23-3028.1 permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City’s Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. BNSF RR Trespass Fencing/Hallock 1 - 25 December 21, 2022 Project Number: 23-3028.1 For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor’s right to seek an appeal of the City’s decision. The City’s decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor’s right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 BNSF RR Trespass Fencing/Hallock 1 - 26 December 21, 2022 Project Number: 23-3028.1 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 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item “Temporary Traffic Control Devices” includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” BNSF RR Trespass Fencing/Hallock 1 - 27 December 21, 2022 Project Number: 23-3028.1 The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for “Portable Changeable Message Sign (PCMS)” per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item “Traffic Control Labor.” BNSF RR Trespass Fencing/Hallock 2 - 1 December 21, 2022 Project Number: 23-3028.1 DIVISION 2 – EARTHWORK 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. BNSF RR Trespass Fencing/Hallock 8 - 1 December 21, 2022 Project Number: 23-3028.1 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Item Bids The unit contract price per each for “Inlet Protection” shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing fences and gates of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. SECTION 8-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.2 Material Polymer Coated No Cut Chain Link Fence Chain link fence fabric shall be hot-dip galvanized per Kent Special Provisions Section 9-16.1(1)B. Galvanized chain link fence fabric shall be PVC-coated to meet the requirements of ASTM F668. PVC coating shall be color black. The coating class shall be fused and adhered to the zinc coating of the fence fabric at thickness of 6 mils to 10 mils (0.15 mm to 0.25 mm). Any pretreatment or coating shall be applied in accordance with the manufacturer's written instructions. The Contractor shall provide the Engineer with the manufacturer's written specifications detailing the product and method of fabrication. The color shall match SAE AMS Standard 595 color number 17038, or as approved by the Engineer. BNSF RR Trespass Fencing/Hallock 8 - 2 December 21, 2022 Project Number: 23-3028.1 Samples of the coated fencing materials shall be approved by the Engineer prior to installation on the project. The Contractor shall supply the Engineer with 10 aerosol spray cans containing a minimum of 14 ounces each of paint of the color specified above. The touch-up paint shall be compatible with the coating system used. Polymer Coated Galvanized Steel Framework and Fittings Polymer Coated Framework: Polymer coated framework shall have a PVC coating fused and adhered to the exterior zinc coating of the post or rail. PVC coatings shall have minimum thickness 10-mils (0.25 mm) per ASTM F1043. Color to match to that of chain link fabric. Polymer Coated Steel Tension Wire: Tension Wire to be 7 gauge (0.177 in.) (4.50 mm) wire complying with ASTM F1664. Wire gauge specified is the core wire gauge. Match coating class and color to that of chain link fabric. Fittings: Polymer coating for fittings shall comply with ASTM F626 with minimum thickness 6 mils (0.15 mm) fused and adhered to zinc coated fittings. Color to match to that of chain link fabric. SECTION 8-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3 Construction Requirements Post Bracing and Intermediate Rails shall be installed according to ASTM F 567, maintaining plumb position and alignment of fence posts. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts. Tension or stretcher bars shall thread through fabric and secure to end, corner, pull, brace, and gate posts, with fabric bands spaced not more than 15 inches on-center. Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end of chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric according to ASTM F626. Bend ends of wire to minimize hazard to individuals and clothing. Tie fabric to line posts at 14 inches on-center and to tension wires at 24 inches on-center. Chain link fences and gates shall have top and bottom tension wire with component and hardware with the same coating as the fence fabric and constructed in accordance with the plans. All fencing material supplied to this project shall be new and undamaged. BNSF RR Trespass Fencing/Hallock 8 - 3 December 21, 2022 Project Number: 23-3028.1 SECTION 8-12.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-12.4 Measurement Chain link fence shall be measured by the linear foot of completed fence, along the ground line, exclusive of openings and gates. The associated fencing within the pay limit for “Double 16’ Polymer Coated No-Cut Chain Link Gate” shown in the plans will not be measured. Gates will be measured by the unit for each type of gate furnished and installed. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment The unit contract price per linear foot for “6’ High Modified Type 3 Polymer Coated No-Cut Chain Link Fence ” shall be full payment for all cost for the specified Work including brace post installation, and all other requirements of Section 8-12 for Chain Link Fence, including all cost for labor, materials, tools, supplies, components, hardware, and equipment necessary to furnish and install chain link fence as shown on the plans or as directed by the Engineer. The unit contract price per linear foot for “Double 16’ Polymer Coated No-Cut Chain Link Gate” shall be full payment for all cost for the specified Work including pull and gate post installation, all other requirements of Section 8-12 for Chain Link Fence and plans, including all cost for labor, materials, tools, supplies, hardware, and equipment necessary to furnish and install chain link fence gates as shown on the plans or as directed by the Engineer. The unit contract price per linear foot for “Replace Existing Fence Fabric with Modified Type 3 Polymer Coated No-Cut Chain Link Fence” shall be full payment for all cost for the specified Work including removal and disposal of existing fence fabric, all other requirements of Section 8-12 for Chain Link Fence and plans, including all cost for labor, materials, tools, supplies, hardware, and equipment necessary to furnish and install chain link fence as shown on the plans or as directed by the Engineer. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. BNSF RR Trespass Fencing/Hallock 8 - 4 December 21, 2022 Project Number: 23-3028.1 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for “Pothole Utilities” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. BNSF RR Trespass Fencing/Hallock 9 - 1 December 21, 2022 Project Number: 23-3028.1 DIVISION 9 – MATERIALS 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 1/2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. BNSF RR Trespass Fencing/Hallock A - 1 December 21, 2022 Project Number: 23-3028.1 BNSF RAILWAY CONTRACTOR REQUIREMENTS Exhibit “C” Contractor Requirements Form EXHIBIT "C" CONTRACTOR REQUIREMENTS 1.01 General: 1.01.01 BNSF RAILWAY COMPANY Railway . 1.01.02 1.01.03 1.01.04 1.01.05 1.01.06 (Agency) 1.01.07 1.01.08 1.02 Contractor Safety Orientation 1.02.01 No employee of the Contractor, its subcontractors, agents or invitees Engineering Contractor Safety Orientation, found on the web site www.bnsfcontractor.com. The Contractor must ensure that each of its Engineering Contractor Safety Orientation through internet sessions before any work is performed on the Project. Additionally, the Contractor must ensure that each and every one of its employees, subcontractors, agents or invitees possesses a card certifying completion of the Railway Contractor Safety Orientation before entering Railway Property. The Contractor is responsible for the cost of the Railway Contractor Safety Orientation. The Contractor must renew the Railway Contractor Safety Orientation annually. Representative. 1.03 Railway Requirements 1.03.01 1.03.02 1.03.03 1.03.04 1.03.05 (Agency) (Agency) 1.03.06 1.03.07 (Agency) 1.03.08 1.03.09 1.03.10 1.04 Contractor Roadway Worker on Track Safety Program and Safety Action Plan: 1.04.01 www.bnsfcontractor.com 1.04.02 a)b) 1.05 Railway Flagger Services: 1.05.01 Roadmaster (telephone 253-591- 3000) 1.05.02 1.05.02a 1.05.02b 1.05.02c 1.05.02d 1.05.02e 1.05.03 1.05.03a 1.05.03b 1.05.03c (Agency) THE FLAGGING RATE IN EFFECT AT THE TIME OF PERFORMANCE BY THE CONTRACTOR HEREUNDER WILL BE USED TO CALCULATE THE ACTUAL COSTS OF FLAGGING PURSUANT TO THIS PARAGRAPH. 1.05.03d 1.06 Contractor General Safety Requirements 1.06.01 1.06.02 1.06.03 1.06.04 1.06.05 1.06.06 1.06.07 1.06.08 www.bnsfcontractor.com, (NOTE Should there be a discrepancy between the information contained on the web site and the information in this paragraph, the web site will govern.) 1.06.09 THE CONTRACTOR MUST NOT PILE OR STORE ANY MATERIALS, MACHINERY OR EQUIPMENT CLOSER THAN 25'-0" TO THE CENTER LINE OF THE NEAREST RAILWAY TRACK. MATERIALS, MACHINERY OR EQUIPMENT MUST NOT BE STORED OR LEFT WITHIN 250 FEET OF ANY HIGHWAY/RAIL AT-GRADE CROSSINGS OR TEMPORARY CONSTRUCTION CROSSING, WHERE STORAGE OF THE SAME WILL OBSTRUCT THE VIEW OF A TRAIN APPROACHING THE CROSSING. PRIOR TO BEGINNING WORK, THE CONTRACTOR MUST ESTABLISH A STORAGE AREA WITH CONCURRENCE OF THE RAILWAY'S REPRESENTATIVE. 1.06.10 1.06.11 1.06.12 1.07 Excavation: 1.07.01 It is the Contractor's responsibility to notify any other companies that have underground utilities in the area and arrange for the location of all underground utilities before excavating. 1.07.02 1.07.03 1.07.04 / 1.08 Hazardous Waste, Substances and Material Reporting: 1.08.01 1.09 Personal Injury Reporting 1.09.01 NON-EMPLOYEE PERSONAL INJURY DATA COLLECTION (If injuries are in connection with rail equipment accident/incident, highway rail grade crossing accident or automobile accident, ensure that appropriate information is obtained, forms completed and that data entry personnel are aware that injuries relate to that specific event.) Injured Person Type: Passenger on train (C) Non-employee (N) Contractor/safety sensitive (F) Contractor/non-safety sensitive (G) Volunteer/safety sensitive (H) Volunteer/other non-safety sensitive (I) Non-trespasser (D) - to include highway users involved in highway rail grade crossing accidents who did not go around or through gates Trespasser (E) - to include highway users involved in highway rail grade crossing accidents who wen t around or through gates Non-trespasser (J) - Off railroad property If train involved, Train ID: ________________________________ Transmit attached information to Accident/Incident Reporting Center by: Fax 1-817-352-7595 or by Phone 1-800-697-6736 or email to: Accident-Reporting.Center@BNSF.com Officer Providing Information: (Name) (Employee No.) (Phone #) REPORT PREPARED TO COMPLY WITH FEDERAL ACCIDENT REPORTING REQUIREMENTS AND PROTECTED FROM DISCLOSURE PURSUANT TO 49 U.S.C. 20903 AND 83 U.S.C. 490 NON-EMPLOYEE PERSONAL INJURY DATA COLLECTION INFORMATION REQUIRED TO BE COLLECTED PURSUANT TO FEDERAL REGULATION. IT SHOULD BE USED FOR COMPLIANCE WITH FEDERAL REGULATIONS ONLY AND IT IS NOT INTENDED TO PRESUME ACCEPTANCE OF RESPONSIBILITY OR LIABILITY. 1. Accident City/St: 2. Date: Time: County: 3. Temperature: 4. Weather: (if non BNSF location) Mile Post / Line Segment: (and state) or other ID: SSN (required): 6. Name (last, first, mi): 7. Address: City: St: Zip: 8. Date of Birth: and/or Age: Gender: (if available) Phone Number: Employer: 9. Injury: 10. Body Part: (i.e., Laceration, etc.) (i.e., Hand, etc.) 11. Description of Accident (To include location, action, result, etc.): 12. Treatment: First Aid Only Required Medical Treatment Other Medical Treatment 13. Dr. Name: Date: 14. Dr. Address: Street: City: St: Zip: 15. Hospital Name: 16. Hospital Address: Street: City: St: Zip: 17. Diagnosis: REPORT PREPARED TO COMPLY WITH FEDERAL ACCIDENT REPORTING REQUIREMENTS AND PROTECTED FROM DISCLOSURE PURSUANT TO 49 U.S.C. 20903 AND 83 U.S.C. 490 EXHIBIT "C-1" Agreement Between BNSF RAILWAY COMPANY and the CONTRACTOR Railway File: ___________________________________ Agency Project: ___________________________________ [insert the date of the contract between the Agency and the Contractor here] [insert the name of the Agency here] BNSF RAILWAY COMPANY [insert Agency name here] 1) RELEASE OF LIABILITY AND INDEMNITY This obligation shall not include such claims, costs, damages, or expenses which may be caused by the sole negligence of Railway or its contractors, agents or employees; Provided, that if the claims or damages are caused by or result from the concurrent negligence or other acts or omissions of (a) Railway, its contractors, agents or employees and (b) Contractor, its subcontractors, agents or employees, this provision shall be valid and enforceable only to the extent of the negligence of the Contractor, its subcontractors, agents or employees. It is mutually negotiated between the parties that the indemnification obligation shall include all claims nts, servants, employees or otherwise, and Contractor expressly waives its immunity under the industrial insurance act (RCW Title 51) and assumes potential liability for all actions brought by its employees. THE INDEMNIFICATION OBLIGATION ASSUMED BY CONTRACTOR INCLUDES ANY CLAIMS, SUITS OR JUDGMENTS BROUGHT AGAINST RAILWAY UNDER THE FEDERAL EMPLOYEE'S LIABILITY ACT, INCLUDING CLAIMS FOR STRICT LIABILITY UNDER THE SAFETY APPLIANCE ACT OR THE LOCOMOTIVE INSPECTION ACT, WHENEVER SO CLAIMED. 2) TERM 3) INSURANCE Commercial General Liability insurance policy(s) required herein are intended to apply to employees of the policy holder and shall not apply to Railway employees. No other endorsements limiting coverage as respects obligations under this Agreement may be included on the policy with regard to the work being performed under this agreement. Railway Railway In lieu of providing a Railroad Protective Liability Policy, Licensee may participate (if available) in Other Requirements: Railway Railway Railway Railway Railway. Railway Railway Railway Railway Railway Railway Railway Railway Railway Railway Railway Railway Railway 4) SALES AND OTHER TAXES provided, however, 5) 6) TRAIN DELAY <%Contractor.LegalName%> BNSF Railway Company BNSF RR Trespass Fencing/Hallock A - 2 December 21, 2022 Project Number: 23-3028.1 KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. STREET 6-82a Sign Post Installation Type A ATTACH SIGNS 30" AND UNDER WITH 2 DRIVE RIVETS AND BLACK INSULATED WASHERS, SEE NOTE 5 ATTACH SIGNS 36" AND OVER WITH CORNER BOLTS AND BLACK INSULATED WASHER, SEE NOTE 6 SEE NOTES 9 AND 10 [GN POST SQUARE 2"x 2", I GAGE. ALL HOLES ZE-PUNCHED DRNER BOLT, =E NOTE 6 0 (}� /-- FINISHED GRADE v 0 0 0 0 ° SET FOUNDATION ON ° UNDISTURBED NATIVE SOIL ° OR COMPACTED MATERIAL 0 ° SET ANCHOR PLUMB AND ° TRUE, SEE NOTE 3 0 o CONCRETE BASE SHALL BE 0 POURED IN PLACE AROUND ° ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR 6" MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE, OR APPROVED EQUIVALENT. 2. FOR IN -SIDEWALK INSTALLATIONS, CORE AN 8" DIAMETER HOLE PRIOR TO EXCAVATION. 3. ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO 24" OR SIGN POST BASE PLATE INSTALLATION TYPE B (SEE DETAIL 6-82b) MAY BE USED; ONLY IF APPROVED BY THE CITY OF KENT. ANCHOR SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B, 7 GAUGE, 2 1/2"x 2 1/2" TELESPAR ANCHOR OR APPROVED EQUIVALENT. 4. POST SHALL BE ROLLED CARBON SHEET STEEL, ASTM A1011 GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16" DIAMETER PRE -PUNCHED HOLES ON 1" CENTERS FULL LENGTH, FOUR SIDES. i 38296 11 I HEAVY DUTY BUCKLE TYPE 201 3RACKET aL 5/16" X 1" SS BOLTS WITH BLACK INSULATED WASHERS MOUNTING ON STREET LIGHT STANDARD OR SIGNAL POLE 5. DRIVE RIVETS TO BE TL3806 3/8" DIAMETER 6. CORNER BOLTS TO BE TL070M. JAMNUTS TL062 AND 3/8" GALVANIZED WASHER WITH BLACK INSULATED WASHER. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE MAINTAINED BY THE PROPERTY OWNERS. 9. ALUMINUM SIGN BLANK THICKNESS; WARNING AND REGULATORY 30" AND UNDER - 0.080". WARNING AND REGULATORY 36" AND OVER - 0.125" 10. SHEETING MATERIAL: WARNING AND REGULATORY - 3M HIGH INTENSITY PRISMATIC SCHOOL SIGNS - 3M DIAMOND GRADE DG3 LEGENDS, SYMBOLS AND BORDERS - 3M ELECTROCUT FILM BNSF RR Trespass Fencing/Hallock A - 3 December 21, 2022 Project Number: 23-3028.1 TRAFFIC CONTROL PLANS TC-1 WSDOT Traffic Control Plan BUFFER DATA LONGITUDINAL BUFFER SPACE = B SPEED (MPH) 25 30 35 40 45 50 55 60 65 70 LENGTH (feet) 155 200 250 305 360 425 495 570 645 730 TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT 9,900 TO 22,000 IbS. HOST VEHICLE WEIGHT > 22,000 he 45 MPH 45-55 MPHPH FE5 < 45 MPH 45-55 MPH > 55 MPH 100, 123' 112' 74' 100' 150, PROTECTIVE VEHICLE (WORK VEHICLE)= R NO SPECIFIED DISTANCE REQUIRED 4�ONE LANE ROAD AHEAD >448- W20-4ROADWORAHEA48• W20-1 W20-711 WZO-]B (OPTIONAL IF 40 MPH OR LESS) LEGEND FLAGGING STATION q TEMPORARY SIGN LOCATION O CHANNELIZING DEVICES ® PROTECTIVE VEHICLE SIGN SPACING = X (1) RURAL HIGHWAYS fi0165 MPH S00'S RURAL ROADS 45155 MPH 500'1 W20-]B (01-ONAL IF RURAL ROADS & URBAN ARTERIALS 35/40 MPH M5 40 MPH OR LESS) RURAL ROADS, URBAN ARTERIALS, 25 / 30 MPH 200'E (2) RESIDENTIAL & BUSINESS DISTRICTS 48' 48' URBAN STREETS 25 MPH OR LESS 100'1 (2) BE ROAD (tI INTER EcnoNS MAYBEE RP —NAYS. To ACCOMMODATE PREPARED WORK (2)THIS SPACING MAY BEREDUCEDIN URBAN AREAS TO FIT TO STOP AHEAD ROADWAY CONDITIONS. 48• 48• 48' . W20-711 ONE DINE W20-1 ROAD AHEAD 48' 48. W To 100' 50 TO 1' W20-7A W20-4 6 DEVICE 6 DEVICE MI R B MIN. X X X X q N DI q O®® 1RRER D 7�' 40 MP (OPTIONAL IF 40 MPH OR LESS) ONE LANE W2D-7B ROAD AHEAD 4B• 4e• W2P4 ROAD CHANNELIZATION DEVICE SPACING FEET MPH TAPER TANGENT 50/fi5 10 TO 20 80 3Y45 10 TO 20 60 2Y30 10 TO 20 40 WORK NOTES AHEAD 48• 1. ALL SIGNS ARE BLACK ON ORANGE. ONE -LANE, TWO-WAY TRAFFIC CONTROL WITH FLAGGERS NOT TO SCALE 2. EXTENDING THE CHANNELIZING DEVICE TAPER ACROSS SHOULDER IS RECOMMENDED. 3. NIGHT WORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS.SEE THE STANDARD SPECIFICATIONS FOR ADDITIONAL DETAILS. 4. SEE SPECIAL PROVISIONS FOR WORK HOUR RESTRICTIONS. PI t 1 .... ........ �. .a .........�...�,... ..��......,... .,� ......... .... ... ..,,.. ..,.�..�... �.. .... .'� �....... �,..�.. ...,.�.,,...�.�. �.yy...,...-....v�. o 3:05:1 ""^ FED.AID PROJ.NO. w•.s DATE 'IYl/201 a" WAS TC1= PLOTTED B IltltlaBe DESIGNED BYENTERED BY a xu•ee Washington State •^� CHECKED BY Department of Transportation „ PRw. Exox o.� TRAFFIC CONTROL PLAN zxvrs BNSF RR Trespass Fencing/Hallock A - 4 December 21, 2022 Project Number: 23-3028.1 PREVAILING WAGE RATES 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: 01/10/2023 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Layer & Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 41J View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 41J View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb £t Gutter Machine $70.09 15J 41J View King Cement Masons Curb Ft Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 41J View King Cement Masons Finish Colored Concrete $70.09 15J 41J View King Cement Masons Floor Grinding $70.09 15J 41.1 King Cement Masons Floor Grinding/Polisher $69.59 15J 4U King Cement Masons Green Concrete Saw, self- $70.09 15J 41.1 powered King Cement Masons Grouting of all Plates $69.59 15J 4U King Cement Masons Grouting of all Tilt -up Panels $69.59 15J 41.1 King Cement Masons Gunite Nozzleman $70.09 15J 4U King Cement Masons Hand Powered Grinder $70.09 15J 41.1 King Cement Masons Journey Level $69.59 15J 41-1 King Cement Masons Patching Concrete $69.59 15J 4U King Cement Masons Pneumatic Power Tools $70.09 15J 41-1 King Cement Masons Power Chipping Et Brushing $70.09 15J 4U King Cement Masons Sand Blasting Architectural $70.09 15J 41-1 Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 4U King Cement Masons Spackling or Skim Coat $69.59 15J 41-1 Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U King Cement Masons Troweling Machine Operator on $70.09 15J 41-1 Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 41.1 King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C King Divers Et Tenders Diver $126.05 15J 4C King Divers Et Tenders Diver On Standby $84.94 15J 4C King Divers Et Tenders Diver Tender $77.16 15J 4C King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C Compressed Air Worker 44.01 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.091 15J 4C Compressed Air Worker 54.01 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C Compressed Air Worker 60.01 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C Compressed Air Worker 64.01 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C Compressed Air Worker 68.01 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C Compressed Air Worker 70.01 72.00 PSI View View View View View View View View View View View View View View View View View View View 8V View View View View View View View View View View King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $99.36 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $106.81 7C 4E View King Electricians - Inside Certified Welder $95.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $103.09 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $92.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $99.36 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D _ View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $60.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $20.62 5B 1 R View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat Et Frost Insulators And Journey Level $84.58 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $15.74 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K _ View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 _ View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $15.74 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper -paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $167.58 15J 4V 9B View Worker44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $182.40 15J 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $56.80 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop) Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop) Mechanic $43.63 151 11 E View King Metal Fabrication In Shop), Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 Z(2 1 R View King Plasterers Nozzleman $71.49 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $95.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 I Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with I attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A i View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $95.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $55.54 5A 3J View King Residential Sprinkler Fitters Journey Level $55.95 5C 2R View .(Fire Protection) King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical). King Soft Floor Layers Journey Level $55.56 5A 3J View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $90.99 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $15.74 1 View Structural), King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.00 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $60.10 7E 1 E View King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $15.74 1 View King Installers Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 1 of 16 ************************************************************************************************************ 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 2 of 16 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 3 of 16 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. 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. M. This code appears to be missing. All hours worked on Saturdays, Sundays and holidays shall be paid at double 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. 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 4 of 16 Overtime Codes Continued 4. 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. 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. 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 5 of 16 Overtime Codes Continued 4. 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. 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. S. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of (10) hours shall be paid at one and one half (1-1/2) times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed 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. Multiple Shift Operations: When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus $2.00 an 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 more than four (4) hours of a special shift can only be performed outside the normal 6am 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 the 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). 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 6 of 16 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 amto 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 7 of 16 Overtime Codes Continued 11. 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 After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C 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. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am, Monday through Friday, shall be paid at a premium rate of 15% over the hourly rate of wage. D. 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. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. E. The first two (2) hours after eight (8) regular hours Monday through Friday, the first ten (10) hours on Saturday, and the first ten (10) hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. F. 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-half times the hourly rate of wage 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. G. 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 nine (9) hours or more. When an employee returns to work without at least nine (9) 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 nine (9) hours rest period. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 8 of 16 Overtime Codes Continued 11. H. 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 ten (10) hours or more. When an employee returns to work without at least ten (10) 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 ten (10) hours rest period. I. 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. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, and all work performed on 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 two dollar ($2.00) per hour for all hours worked that shift. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two (2) hours after eight (8) hours worked shall be paid at one and one-half times the hourly rate. All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays, Sundays, and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar ($2.00) per hour for all hours worked that shift. All hours worked on holidays shall be paid at one and one-half 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. M. 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. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half (1-1/2) times the straight time rate, (except for special shifts or multiple shift operations). When the first shift of a multiple shift (a two or three shift) operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that 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 of 5:00 am to 6:00 pm, then a special shift may be worked at the straight time rate, plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight (8) hours work for eight (8) hours pay or ten (10) hours work for ten (10) hours pay for four ten shifts. 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. All work performed after 6:00 pm Saturday to 5:00 am Monday, all work performed over twelve (12) hours, Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 9 of 16 and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required, all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars ($2.00) per hour. 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). Holiday Codes Continued 6. 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). 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). Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 10 of 16 Holiday Codes Continued S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). 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). 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). 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 11 of 16 Holiday Codes Continued 7. 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. 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. 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 12 of 16 Holiday Codes Continued 7. X. Holidays: New Year's Day, Day before or afterNew 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. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. 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. 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 13 of 16 Holiday Codes Continued 7. 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. Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, Christmas Eve, and Christmas Day (9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. 15. G. New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, the last scheduled workday before Christmas, and Christmas Day (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. H. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). When the following holidays fall on a Saturday (New Year’s Day, Independence Day, and Christmas Day) the preceding Friday will be considered as the holiday; should they fall on a Sunday, the following Monday shall be considered as the holiday. I. Holidays: New Year's Day, President’s Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the last regular workday before Christmas (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. J. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 14 of 16 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. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. 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) feet 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 15 of 16 Note Codes Continued 8. 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. 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. Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 16 of 16 Note Codes Continued 9. 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 beposted 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. 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.