Loading...
HomeMy WebLinkAboutCAG2023-282 - Original - AAA Contractors, Inc. - 2023 Asphalt Grinding - 05/01/2023 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Joe Araucto Public Works Date Sent: Date Required: c 04/27/2023 05/05/2023 Q Authorized to Sign: Date of Council Approval: QQMayor or Designee 4/18/2023 Budget Account Number: Grant? Yes NoE] R20113 Budget?EYes E]No Type: N/A Vendor Name: Category. AAA Contractors, Inc. Contract Vendor Number: Sub-Category: Other 0 Project Name: 2023 Asphalt Grinding 3- Project Details: The project consists of planing bituminous pavement as necessary to prepare 0 P J P 9 P Y P P pavement surface associated with the overlay work to be performed. C Basis for Selection of Contractor: E Agreement Amounts$87,115.00 Bid *Memo to Mayor must be attachedL� L Start Date: within 10 days after Notice to Proceed Termination Date: September 8, 2023 Q Local Business? Yes F—]No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑Yes In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number:= F—]YesF—]No CAG2023-282 Comments: i 3 f0 IM C C Im a:, Vf � 3 0 cc a, a, cc Date Received:City Attorney: 4/27/23 Date Routed:Mayor's Office City Clerk's Office adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 ouk kvill__ CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Asphalt Grinding Project Number: 23-3001 . 2 BIDS ACCEPTED UNTIL April 4, 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 • KENT WA S H I N G T 0 N 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 Location Map and Cross Section Details Section 6 Prevailing Wage Rates BIDDER'S NAME AAA Contractors, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2023 Asphalt Grinding Project Number: 23-3001n2 BIDS ACCEPTED UNTIL April 4, 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 • KENT WAS H IN G T O N Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Non-Discrimination Policy Administrative Policy 1.2 - Inclusive Contracting Proposal Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) - Structural Steel Installation and Rebar Installation 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 Location Map and Cross Section Details 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 April 4, 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 Asphalt Grinding Project Number: 23-3001.2 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 planing bituminous pavement as necessary to prepare pavement surface associated with the overlay work to be performed by the City of Kent Street Crew. The Engineer's estimated range for this project is approximately $120,000 to $150,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657, For technical questions, please call Joseph Araucto, at 253-856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895, Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https•//www kentwa.aov/pav- and-apply/ ids-procurement-rfos. 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. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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 20t" day of March 2023. % BY: I 4kU Kimberley A. Moto, City Clerk Published: Daily Journal of Commerce on March 21 and March 28, 2023 Washington State Office of Minority and Women's Business Enterprise on March 21, 2023 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order *11246) Date April4 2023 This statement relates to a proposed contract with the City of Kent named 2023 Asphalt Grinding Project Number: 23-3001.2 I am the undersigned bidder or prospective contractor. I represent that - 1. I have, X 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. Pavitarpal Purewal NAME OF BIDDER 1LEBY: C SIGNAT RETITLE Pavitarpal Purewal-President 24816 Pacific Hwy South Kent, WA 98032 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Project/Engineer 2023 Asphalt Grinding/Araucto 1 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY 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. Project/Engineer 2023 Asphalt Grinding/Araucto 2 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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-discrimination: 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: Project/Engineer 2023 Asphalt Grinding/Araucto 3 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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); Project/Engineer 2023 Asphalt Grinding/Araucto 4 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal viii. Titles II and III 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. By: For: AAA Contractors, Inc. Title: President 4/4/2023 Date: Project/Engineer 2023 Asphalt Grinding/Araucto 5 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: 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. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2023 Asphalt Grinding/Araucto 1 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that AAA Contractors,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 Asphalt Grinding/Project Number: 23-3001.2 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, 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 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2023 Asphalt Grinding/Araucto 2 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE I — SOLID WASTE UTILITY FUNDING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization (Schedule I) $ $ 3500.00 WSDOT LUMP SUM Per LS 1005 5-04.5 15 Planing Bituminous Pavement $ $ 33,675.00 * KSP HALF DAYS Per HD 1010 1-04.4(1) 1 Minor Changes (Schedule I) $10,000** $10,000 WSDOT CALC Per CALC **Common price to all bidders The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule I Total $ 48,575.00 4 4-1 1� . 2023 Asphalt Grinding/Araucto 3 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal SCHEDULE II — B&O FUNDING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 2000 1-09.7 1 Mobilization (Schedule II) $ $ 3,000.00 WSDOT LUMP SUM Per LS 2005 5-04.5 12 Planing Bituminous Pavement $ $ 26,940.00 * KSP HALF DAYS Per HD 2010 1-04.4(1) 1 Minor Changes (Schedule II) $10,000** $10,000 WSDOT CALC Per CALC **Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule II Total $ 39,940.00 2023 Asphalt Grinding/Araucto 4 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BID SUMMARY Schedule I $48,575.00 1_ Solid Waste Utility Funding Schedule II $39,940.00 B&O Funding TOTAL BID AMOUNT $88,515.00 2023 Asphalt Grinding/Araucto 5 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify Scal SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: AAA contractors, Inc. Project Name: 2023 Asahalt Grinding Project Number: 23-3001.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A Cp �/ 4/4/2023 Signatu a of Bidder Date 2023 Asphalt Grinding/Araucto 6 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: AAA contractors,Inc. Project Name: 2023 Asphalt Grinding Project Number: 23-3001.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Structural Steel Installation Subcontractor Name: N/A Rebar Installation Subcontractor Name: N/A 1, 4/4/2023 igna' titfe of Bi der Date 2023 Asphalt Grinding/Araucto 7 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. 2023 Asphalt Grinding/AfauctO 8 March 13, 2023 Project Number. 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify scal If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID, FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: AAA Contractors, Inc. NAME: Pavitarpal Purewal-President ADDRESS: 24816 Pacific Hwy South Kent, WA 98032 PRINCIPAL OFFICE: AAA Contractors Inc. ADDRESS: 24816 Pacific Hwy South Kent, WA 98032 PHONE: (253)839-8853 FAX: (253)839-8936 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title Sl RCW, together with an employment security department number as required in Title SO RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 2023 Asphalt Grind ing/AraUCtO 9 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2023 Asphalt Grinding/Aiaucto l0 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 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. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 2023 Asphalt Grinding/Araucto 11 March 13, 2023 Project Number. 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com Always Verify Scal 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected 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? 2023 Asphalt Grinding/Araucto 12 March 13, 2023 Project Nurnber: 23-3001.2 Provided to Builders Exchange of WA, lnc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal 7. SIGNATURE 7.1 Dated at this _) day of 2023. Name of Or anization: AAAcont actors.Inc. By: Pavitarpal Purewal- -title: President 7.2 Pavitarpal Purewal 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 day of 2023. Notary Public: - Allison M.Vossler 10/19/25' My Commission Expires: 2023 Asphalt Grinding/Araucto 13 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify scal STATUTORY REQUIREMENTS — 2023 Asphalt Griding AAA Contractors, Inc. 24816 Pacific Hwy South Kent, WA 98032 (253) 839 8853 Office ----------------------------------------------------------------------------------------------- L&I Certificate - ATTACHED UBI 602 884 326 Proof of applicable industrial insurance -ATTACHED Statement signed by person with authority to act: iL-,Jam the owner of AAA Contractors, Inc., and I hAe au hori" to act/speak for this company. (Pavitarpal Purewal) I, am stating, that within the three year pe 'od imnlediately preceding the bid solicitation date, AAA Contractors, Inc., is not a `willful' violater 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 L&I or through a civl judgment entered by a court of limited or general jurisdiction. (Statement that bidder has not been disqualified)* TRAINING — (See L&I printout) — EXEMPT FROM THIS REQUIRMENT AAA Contractors, Inc., has been in business since 2009 — AAA Contractors, Inc., has been in business since 2009 UNDER the same name. Corporation— Since 2009 State: Washington President: Pavitarpal Purewal Vice President: Rashpal S Purewal Secretary: Pavitarpal Purewal Treasurer's: Pavitarpal Purewal LICENSING: AAA Contractors, Inc., is qualified to do business legally in all of Washington State for Earth Retention Systems as well as being qualified to perform asphalt, grinding, civil construction, grading, storm & sewer, water. EXPERIENCE: Categories of work that AAA normally performs WITH ITS OWN FORCES: Earth Retention Systems Sewer, storm, asphalt, grading CLAIMS & SUITES: N/A No No No NO officer or principal of our organization has ever been an officer or principal for another organization when it failed to complete a construction contract. NO 4.4 -PROJECTS: (1) SE. 272°d Jenkins Creek, Job #202775 Owner: City of Covington Intent # 1231010 (For all job information) Contract Amount— (Attached) $688,118.20 60% completed—to finish September 2023 (2) SR 167, I-5 to SR 509 —New Expressway, Job #009540/222119 Owner: WSDOT Intent #12446648 (For all job information) Contract Amount — (Attached) $245,327.35 33% completed —to finish end of May 2023 (3) Purdy Creek Remove Fish Barriers & Paving, Job #9763/ 0302(013) Owner: WSDOT Intent #1243057 (For all job information) Contract Amount— (Attached) $356,197.75 5% completed — to finish June 2023 4.5 — MAJOR PROJECTS #1 Federal Way Link Extension L200- Owner: Sound Transit Contract Amount — (Attached) $850,000.00 Completion: March 2022 — Percentage of cost with own forces — 100% #2 Christelle Ridge Owner: Hakam Singh Contract Amount - $1,713,342.90 Completion: April 2022 Percentage of cost with own forces — 93% #3 Roma Park Owner: Naresh Bhatt Contract Amount - $654,472.40 Completion: February 2021 Percentage of cost with own forces — 92% #4 Park N Jet Owner: Tazveer S Basra Contract Amount - $435,262.45 Completion: May 2021 #5 Multani Short Plat Owner: Paul Multani Contract Amount: $72,175.67 Completion: 4.5.1 — Annual average amount of construction work performed during past five years: $3.3 MIL 4.6 — Pavitarpal Purewal — RESUME attached with experience *Paul Purewal has Earth Retention Systems experience since 1991 and since 2001 Paul's experience will storm, grading, asphalt . Rashpal S Purewal (Vice President) has experience with Earth Retention Systems and Walls since 2009. 4.7 Major Equipment— List Attached 5.1 Trade References: A.C.F West 800-878-5115 (8951 SE 76t" Drive Portland, OR) HD Fowler 425-654-8800 (3633 136t' Place SE, Ste 100 Bellevue, WA) ICON 206-575-3200 (1508 Valentine Ave SE Pacific, WA) Modern Machinery 406-523-1103 5.2 Bank Reference: Bank of America Kent Kangley Branch 5.3 Surety: Bonding Company: RLI Agent: Jennifer Lutz with Bell Anderson 425-291-5216 00y p d a � z° � j ago c� N � O 00 x � (D N J n cCL � 9 n o y 0 CD N a n w o tv o C� O� cn 0 AAA Contractors Inc https:Hsecure.Ini.wa.gov/verify/Detaii.aspx?UBI=602884326&LI... Owa,hmlon S..Depe-d Labor&Industries_(Lttps://Ini.wa.gov Contractors Back Collapse Print AAA Contractors Inc Owner or tradesperson 24816 PACIFIC HWY SOUTH Principals KENT,WA 98032 Purewal,Pavitarpal,PRESIDENT 253-839-8853 KING County SINGH,RASHPAL,VICE PRESIDENT Doing business as AAA Contractors Inc WA UBI No. Business type 602 884 326 Corporation Governing persons PAVITARPAL SINGH PUREWAL RASHPAL SINGH: License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. AAACOC1911CB Effective—expiration O210212009—02/03/2025 Bond CBIC $12,000.00 Bond account no. S18408 Received by L&I Effective date 02/07/2011 01/17/2011 Expiration date Until Canceled Insurance Western National Assur Co $1,000,000.00 Policy no. CPP1143535 Received by L&I Effective date 06/06/2022 06/26/2016 Expiration date 06/26/2023 Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. I of 2 4/10/2023, 12:36 PM AAA Contractors Inc https://secure.ini.wa.gov/verify/Detaii.aspx?UBI=602884326&LI... L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications Disadvantaged Business Enterprise(DBE) Minority Business Enterprise(MBE) Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 167,953-00 Doing business as AAA CONTRACTORS INC Estimated workers reported Quarter 4 of Year 2022"11 to 20 Workers" L&I account contact T4/EMMALEE TIPPERY(360)902-6266-Email:BAKU235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 02/06/2023 Under appeal.The results of the inspection are being challenged. Inspection no. 317970376 Date of appeal 02/09/2023 Location Corner of Renton,WA 98056 Inspection results date 08/04/2021 Violations Inspection no. 317963912 Location 1034 S.140th St. Burien,WA 98168 2 of 2 4/10/2023, 12:36 PM PAUL PUREWAL 23105 132"d Avenue SE• Kent, WA 98042 e 206.255.3768 • purewal.paui@gmail.com PROFILE: CONSTRUCTION MANAGER More than 20 years of progression and contributions in the Construction Industry as a Project Manager, Business Manager,and Vice President. Keen industry knowledge with broad based background in crew management, work scheduling,job estimating, cost control, equipment inventory and maintenance programs, contract administration, and customer service. Experienced with major road construction projects encompassing retaining walls, pavement work, and drainage from start-up to final inspection; significant work with retaining walls, panel walls, and reinforcement fill. Operate and maintain variety of ground equipment, tools, and machinery; ensure highest regard to safety standards in the field. Readily interpret blueprints and schematics; often sought out as the go to person to resolve problems or issues and keep projects on-track as per contractual specifications. Train, lead, and mentor teams for quality workmanship; committed to meeting all OSHA requirements, construction codes, and safety regulations with a consistent record of reliability, safety, and compliance for multimillion dollar initiatives. CORE COMPETENCIES • Construction Management • Project Management • Job Estimating • Planning& Scheduling • Labor Management • Team Leadership • Bids& Proposals • Time& Resource Management • Vendor Relations • Budget Administration • Materials Management • Communications • Contract Management • Quality Management • Safety Standards • Process/Productivity Improvement • Regulatory Compliance • Customer Service • Client Relations • Cost Control • Revenue Growth PROFESSIONAL EXPERIENCE PROJECT MANAGER/BUSINESS MANAGER(1/2009—PRESENT) AAA CONTRACTORS,INC. + KENT,WA Manage staff and operations for commercial, public, and residential construction projects of up to $1.3M. Train, supervise, and direct office and field personnel. Consult with clients on projects. :budgets. and timelines. Prepare bid proposals and contracts. Develop and administer full project scope: order supplies and equipment, and oversee all stages from start-up to conclusion. Handle all business financials and accounting, customer service, client relations, vendor relations, purchasing and procurement. advertising, and promotions. Supervise work of subcontractors and trades on \,arictv of new construction, construction, remodel, and demolition projects. • Spearheaded major effort for Gateway Avenue project in Vancouver, WA that involved a Structural Earth Wall (supply/install 40,570 SF), Vertical Coping and Backfill for SEW Wall including Haul (placement only), and Design of Barrier/Moment Slab for total project value of $1.4M. Paul Purewal Page 2 of 2 • Led NSC Francis Avenue improvements project valued at $193K; installed Precast Concrete Fascia Panels, supply/install of Anchor Rod assemblies for concrete fascia panels, %" PMJF expansion joints between panels, joint sealant for concrete fascia panel walls, Geosynthetic retaining wall of 9,910 SF,and install only of rock for rockery wall(s). • Directed Pilchuck Creek Replace Bridge project for Granite Construction Company valued at $293K; project scope encompassed supply/install of MESA retaining wall system, labor, equipment and mobilization of a 22,750 SF pf wall. Completed a level and compact reinforcement backfill in reinforcement zone' PROJECT MANAGER/BUSINESS MANAGER(1/2004— 1/2009) AAA CONTRACTORS, INC. � KENT,WA Managed staff and operations for construction of retaining walls, rockery, block, and fabric walls for company that generated $1.3M annually. Administered full project scope for commercial, residential, and public work orders. Supervised subcontractors and work in the field from start-up to conclusion. [insured highest regard to quality workmanship, safety, and project timeliness. • Led full project scope on major efforts for WSDOT. Public Works, and MDOT; completed all work as per specified timelines and budgets. • Built a mechanically stabilized earth wall for Gateway Avenue valued at $1M; received high marks from builder for quality workmanship. VICE PRESIDENT(1/1999-1/2004) AAA ROCKERY& CONSTRUCTION,INC. KENT,WA Managed staff and operations for major construction projects that included retaining walls, land fill, and storm/sewer pipe installations. Consulted with clients on full project scope and completed work orders for WSDOT, public �Norks, and many out-of-state clients. • Led a new road alignment project valued at$1 M for Big Mountain Ski Resort in Whitewater, MT; completed all work as budgeted and scheduled. • Managed a $300K land fill project for play field for the City of Kent, Parks Department, Wilson Field. • Directed earth stabilization project of$1.3M for WSDOT (Echo Lake Road) that prepared earth for new roads and bridges. • Increased sales by up to 10%and lowered operational expenses for materials by 3% each year. • Utilized machinery that increased sales while reducing manpower requirements for additional cost savings. EARLY ROLE as Laborer and promoted to Supervisor with AAA Landscape and Garden Company. EDUCATION Drafting Coursework Green River School. Auburn. WA Science, Math & History Courses Dav College, Jalandher, Punjab. India Professional Development: Safeth Training CPR and First Aid Trained DocuSign Envelope ID:5164C32E-EA21-489F-B019-29F5B3C586B3 Cl GOODFELLOW BROS. .............. .............. MAY 0 5 zozz ESTABLISHED 1 92 1 WORK AU MORIZAnON To furnish and perform all work as described herein for the construction of SE 272nd Jenldns Creek, Contractor Job#202775-(hereinafter referred to as the "Project"), located at Covington, Washington, for CITY OF COVINGTON (hereinafter called "Owner") in accordance with the contract dated the 23rd day of March,2022 between Owner and GOODFELLOW BROS.LLC, and the general and special conditions of that contract, and in accordance with the drawings / specifications prepared by and dated as shown in Exhibit"C" attached and addendum(s) 1,2,3, and in accordance with all terms and conditions of contract, including general and special conditions of contract, contained in any contract between Contractor and any upper-tier contractor,for work on the subject Project, all of which documents in their entirety are hereinafter referred to as the "Main Contract," and have been and remain available to Subcontractor. This Work Authorization supplements and amends the Master Subcontract Agreement between GOODFELLOW BROS. LLC ("Contractor") and AAA CONTRACTORS, INC. ("Subcontractor"), dated the 25th day of April, 2018, with respect to the above referenced Project. This Work Authorization between Contractor and Subcontractor modifies and supplements the provisions contained in the Master Subcontract Agreement and all other Subcontract Documents (as identified in the Master Subcontract Agreement)incorporated therein by reference with respect to the Project identified above.The terms and conditions set forth in the Master Subcontract Agreement are incorporated into this Work Authorization as if set forth herein. Terms that are defined in the Master Subcontract Agreement shall have the same meaning in this Work Authorization. In the event of any conflict, inconsistency or ambiguity between the terms and provisions of this Work Authorization and any other contract document, this Work Authorization shall control. Subcontractor shall perform the Scope of Work in connection with the Project: See Exhibit A. For the full, complete and faithful performance of the Scope of Work and all the terms and conditions of this Work Authorization, Subcontractor shall be paid the Subcontract Amount as shown on Exhibit "A" attached hereto, in accordance with the provisions of the Master Subcontract Agreement. Payment and Performance Bond (is not) required for this Subcontract. The Subcontract Documents include the Exhibits listed below,if checked. ® Exhibit A: Scope of Work—Schedule of Subcontract Values ® Exhibit B: Special Provisions ® Exhibit B.1: Project Specific Insurance Requirements ® Exhibit C: Index of Drawings /Specifications (cover sheets only for reference purposes) ❑ Exhibit D: Insurance Requirements (Included in Master Subcontract) ❑ Exhibit E: State Specific Addendum (Included in Master Subcontract) ❑ Exhibit F: Safety Requirements (Included in Master Subcontract) ❑ Exhibit G: EEO/Unlawful Harassment(Included in Master Subcontract) ❑ Exhibit H: Project Schedule ® Exhibit I: Main Contract and Flowdowns 1 of 2 Work Authorization 20180320 DocuSign Envelope ID:5164C32E-EA21-489F-B019-29F5B3C586B3 Work Authorization#202775-13 EXHIBIT"A" SCHEDULE OF SUBCONTRACT VALUES SE 272nd Jenk-in Creek AAA CONTRACTORS, INC. Item Description Quantity UM Unit Price Extended Price 1 Bid Item#A-127-Gravity Block Wall 4,270 SF $ 42.70 $182,329.00 2 Bid Item#A-127-Gravity Block Wall LS $4,950.00 (Engineering) 3 Bid Item#A-40-Geosynthetic Retaining 14,320 SF $ 28.71 $411,127.20 Wall 4 Bid Item#A-40-Geosynthetic Retaining Wall LS $2,750.00 (Engineering) 5 Bid Item#A-40-Geosynthetic Retaining Wall 2 EA $2,500.00 $5,000.00 (Additional Mobilization) 6 Bid item#A-41-Geosynthetic Construction 3,280 SF $ 24.15 $79,212.00 Staging Wall 7 Bid Item#A-41-Geosynthetic Construction LS $2,750.00 Staging Wall(Engineering) Retention: 5% ESTIMATED SUBCONTRACT AMOUNT $688,118.20 PRICE INCLUDES ALL APPLICABLE TAX INITIALED AND DATED Ds FA 6 4/28/2022 Contractor DS Subcontractor FA V 4/28/2022 1 of 1 Work Authorization Exhibit A Schedule of Subcontract Values: 20180320 Firefox https://secure.Ini.wa.gov/wagelookup/IntentDetails.aspx State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Received Date: Intent ID: Affidavit ID: Status: Approved On 5/4/2022 1231010 5/23/2022 Company Details Company Name: AAA Contractors Inc Address: 24816 PACIFIC HWY SOUTH KENT, WA, 98032 Contractor Registration No. AAACOC1911 CB WA UBI Number 602884326 Phone Number 253-839-8853 Industrial Insurance Account ID 16795300 OMWBE Certifications as of 5/4/2022 Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Email Address kp@aaacontractorwa.com Filed By Allison Vossler Prime Contractor Company Name GOODFELLOW BROS LLC Contractor Registration No. GOODFBL825PH WA UBI Number 604303536 Phone Number 808-879-5205 Project Information Awarding Agency COVINGTON, CITY OF 16720 SE 271 ND ST COVINGTON, WA - 98042 Awarding Agency Contact Delanie Cornwell I of 3 4/10/2023, 1:37 PM Firefox https://secure.Ini.wa.gov/wagelookup/intentDetails.aspx Awarding Agency Contact Phone Number 253-480-2461 Contract Number STP-HLP-0516(022) Project Name SE 272nd St (SR 516) Improvements Project Description Installation of a 4-lane bridge, ITS improvements, roadway lighting, roadway grading, stormwater drainage. Contract Amount $18,868,370.53 Contract Type Description Bid-Build (Traditional) Bid due date 2/18/2022 Award Date 3/11 /2022 Project Site Address or Directions SR 516 - Jenkins Creek to 185th Place SE Hiring Contractor Company Name GOODFELLOW BROS LLC Contractor Registration No. GOODFBL825PH WA UBI Number 604303536 Payment Details Check Number: Transaction Id: 108664726 Intent Details Expected project start date: (MM/DD/YYYY) 7/25/2022 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Covington performed? What is the estimated contract amount? OR is $6881118.20 this a time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform work Yes on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 1 the project own 30% or more of the company? First Name Last Name Trade Pavitarpal Purewal Power Equipment Operators 2 of 3 4/10/2023, 1:37 PM Firefox https:Hsecure.lni.wa.gov/wagelookup/IntentDetails.aspx .Journey Level Wages County Trade Occupation Wage Fringe # Workers King Power Equipment Operators Shovel, Excavator, Backhoe,Tractors $52.13 $23.37 2 Under 15 Metric Tons King Laborers General Laborer $41.29 $13.33 3 Public Notes - Show/Hide Existing Notes No note exists 3 of 3 4/10/2023, 1:37 PM DocuSign Envelope ID:8B29BE6F-FFA7-41CF-A8DC-1DB667DCFE8B 222119-01 JUL 0 7 2022 � LOWER TIER SUBCONTRACT AGREEMENT THIS AGREEMENT IS MADE AND ENTERED INTO BY AND BETWEEN: Contractor: Subcontractor: KLB Construction, Inc. AAA Contractors, Inc. P.O. Box 158 P.O. Box 3130 Mukilteo, WA 98275 Kent, WA 98042 425-355-7335 253-839-8853 contracts@klbconstruction.com kp@aaacontractorwa.com Contractor for full,complete,and faithful performance of this Subcontract agrees to pay Subcontractor: (a) Lump Sum in the amount of: N/A Dollars($N/A),or (b) Unit Prices as set forth on the attached Unit Price Addendum,which on the basis of Owner's estimated quantities will yield a gross contract price of approximately: Two Hundred Forty-Five Thousand Three Hundred Twenty-Seven Dollars and Thirty-Five Cents($245.327.35) In consideration therefore,Subcontractor agrees as follows: 1. To furnish and perform all Work as described in paragraph 3 hereof for the construction of: SR 167,I-5 to SR 509— New Expressway Project, WSDOT Contract No. 9540 (hereinafter the "Project") for Washington State Dept of Transportation,(hereinafter"Owner"),in accordance with the Contract dated the 23rd day of December 2021,between Owner and the Project's Prime Constructor and any subcontract between said Prime Contractor and KLB Construction,Inc.("Contractor"), including all general and special conditions,drawings,specifications and addenda for construction schedules,reports,studies,data contained or referred to therein which Subcontractor agrees have been made available for its review. 2. To be bound by all laws,government regulations,and orders,and all terms and conditions of the Prime Contract,on the subject Project to the extent of the Work herein subcontracted, which provisions are hereby incorporated by reference. 3. To provide all supervision,materials,labor,supplies,and equipment for the Work described in the attachments hereto to the full extent of Contractor's obligations under the Prime Contract. The Work shall also include all reasonably expected aspects of the Work even if not specifically noted in detail in the drawings or specifications, but which is nevertheless incidental,supplemental,or necessary for the complete installation and performance thereof. 4. Under the provisions of Paragraph S herein,a bond _ (is) X (is not)required by this Subcontract. 5. Under the provisions of Article T,INSURANCE herein,the amounts of insurance required for this Subcontract are as shown in Exhibit D IN WITNESS WHEREOF,Contractor and Subcontractor have executed this Subcontract,effective the date of the last authorized signature unless otherwise agreed.IN ADDITION,THE UNDERSIGNED CERTIFY THAT THE PROVISIONS OF PARAGRAPH W WERE REVIEWED AND MUTUALLY NEGOTIATED. KLB Construction,Inc. AAA Contractors,Inc. DocWigm by: D6..Slgn by: (ovta, l' Grisfc to sw� IAll L&Uesiv '---CDC51I5AA05B4FB.. Corey T. Christensen CFO Allison vossler contracts Admin Printed Name and Title Printed Name and Title Date: 6/29/2022 Date: 6/29/2022 Page 1 of 30 Subcontract rev 12.27.20 DocuSign Envelope ID:8B29BE6F-FFA7-41 CF-A8DC-1 DB667DCFEBB EXHIBIT B Construction Unit Price Addendum 10 Description of Subcontract Labor,Material,and Work Unit Prices(As Applicable) DATE: 06/28/22 PROJECT SR167,I-S TO SR 509 JOB NUMBER: 222119 NAME: NEW EXPRESS WAYPROJECT SUBCONTRACTOR NAME: AAA CONTRACTORS INC. CONTACT NAME: PAVITARPAL PUREWAL ADDRESS: P.O.BOX 3130 KENT,WA 98042 PHONE: 253-839-8853 EMAIL: kp@aaacontractorwa.com KLB BID OWNER UNIT OF ITEM BID ITEM DESCRIPTION MEASURE UNIT PRICE QUANTITY TOTAL TEMP GEOSYNTHETIC LS 0197 0197 (HILFIKER)TEMP WAL #2 SF $ 20.45 9,383.00 $ 191,882.35 TEMP GEOSYNTHETIC LS 0197 0197 (HILFIKER)TEMP WALt#1 SF $ 24.50 1,410.00 $ 34,545.00 EMBANKMENT OF BO 0047 0047 BEHIND WALL ZONE BCY $ 2.10 1 9,000.00 1 $ 18,900.00 $ 245,327.35 INCLUSIONS: ALL LABOR,EQUIPMENT,ENGINEERING,MOBILIZATION,AND MATERIALS TO INSTALL AND BACKFILL BLACK STEEL HILFIKER WALL#2.EXACT QUANITIY OF WALL TO BE ADJUSTED VIA CHANGE ORDER UPON COMPLETION OF ENGINEERING.EXACT QUANTITY OF EMBANKMENT BEHIND WALL ZONE TO BE ADJUSTED VIA CHANGE ORDER AFTER VERIFICATION BY DRONE SURVEY OR IN FIELD MEASURMENTS.BEDDING AND PENETRATION OF TEMP DRAINAGE PIPE(PIPE INSTALLED BY OTHERS) EXCLUSIONS: EXCAVATION,DRAINAGE PIPES,SUBGRADE PREP,SHORING,GEOTEXTILE FOR OVEREXC OR UNDERDRAIN,CONCRETE WORK,COPING,TRAFFIC CONTROL,FLAGGING,GROUT, FENCING,HOLES,WATER TRUCKS,TESTING,INSPECTIONS,PERMITS,BONDS,AND SALES TAX.IMPORT OF BACKFILL. NOTES: MUST ATTEND TERO TRAINING AND PROVIDE COMPLIANCE PLAN.BUY AMERICA FOR STEEL COMPONENTS. 15%APPRENTICE UTILIZATION RATE Page 12 of 30 DocuSign Envelope ID:40BB9E45-5EDE-455E-9D21-Dl2O27271344 MINP.O. Box 158 Mukilteo, WA 98275 Construction (425)335-7335 iNORPOnATF contracts@klbconstruction.com KLBWORK ORDER AUTHORIZATION KLB JOB NO.222119-WO13 This Work Order Authorization(hereafter"WOA")is issued effective 8/4/2022 to AAA Contractors Inc.(hereafter"Company")by KLB Construction Inc.(hereafter"Contractor").Contractor and Company may collectively be referred to herein as"Parties"and individually as"Party". RECITALS 1.0 This WOA is issued pursuant to that certain Master Hauling Agreement AAACON.MTA 02.04.21 (hereafter "Master Agreement") previously entered into between the Parties dated 2/4/2021. The Master Agreement is incorporated herein by reference as though fully set forth herein.Contractor issues this WOA to Company pursuant to the terms of the Master Agreement. The Parties agree to be bound by the terms and conditions of the Master Agreement and this WOA with respect to the obligations of the Parties and the services to be performed under this WOA. 2.0 Contractor has entered into a contract with Guy F.Atkinson Construction to perform work on that certain project known as SR167, I-5 to SR 509—New Expressway Project and desires to have Company perform the work hereafter described on such project. 3.0 Parties.The phone number and address of the Parties and their designated representatives for this WOA are: CONTRACTOR: TRUCKING FIRM: KLB Construction,Inc. AAA Contractors Inc. P.O.Box 158 P.O.Box 3130 Mukilteo,WA 98275 Kent,WA 98089 4.0 Payment. Company, subject to all other terms and conditions of the Master Agreement, shall be paid in accordance with and subject to the following provision of the Master Agreement: Section 6—Payment by Invoice. 5.0 Compensation/Work To Be Performed. The work to be performed by Company under this WOA and the compensation to be paid Company for the performance of such work shall be as follows: Description Unit Reg OT WE Night X Dump Truck&Trailer-Regular Hour $175 $203 $203 $177 X Solo Dump Truck Hour $170 $203 $198 $172 Exclusions(not allowed): Inclusions/Requirements: X Extras X Payrolls required Overtime/Double-time X Statement of intent X Travel time X Affidavit of wages paid Night differential X Special terms Exhibit 1 attached 6.0 Insurance.In addition to Contractor,the following shall be named by endorsement as additional insureds to the insurance of Company as required under the Master Agreement:KLB Construction Inc.,Guy F.Atkinson Construction LLC and the Washington State Department of Transportation. 7.0 Special Terms and Conditions.Special terms and conditions,if any,are stated in Exhibit 1,attached hereto and incorporated herein by reference. KLB CONSTRUCTION INC. AAA CONTRACTORS INC. � by: o..ww»a w: By: �_M� yitfWAUA. By: I Awsm-Uossy Name: Christensen Name: cH,gew vossl er Title: CFO Title: Contracts Admi n MTA Work Order Rev. 11.2019 Firefox https://secure.Ini.wa.gov/wagelookup/IntentDetaiIs.aspx State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Received Date: Intent ID: Affidavit ID: Status: Approved On 7/6/2022 1246648 7/13/2022 Company Details Company Name: AAA Contractors Inc Address: 24816 PACIFIC HWY SOUTH KENT, WA, 98032 Contractor Registration No. AAACOC1911 CB WA UBI Number 602884326 Phone Number 253-839-8853 Industrial Insurance Account ID 16795300 OMWBE Certifications as of 7/6/2022 Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Email Address kp@aaacontractorwa.com Filed By Allison Vossler Prime Contractor Company Name GUY F ATKINSON CONST LLC Contractor Registration No. GUYFACL003R8 WA UBI Number 602085504 Phone Number 425-255-7551 Project Information Awarding Agency TRANSPORTATION, WASH STATE DEPT OF PO BOX 47420 OLYMPIA WA 98504-7420 Awarding Agency Contact Steve Fuchs, P.E. Awarding Agency Contact Phone Number 360-701-9413 1 of 3 4/10/2023, 1:41 PM Firefox https://secure.lni.wa.gov/wagelookup/IntentDetails.aspx Contract Number 009540 Project Name SR 1671 1-5 to SR 509 - New Expressway Design-Build Project - 009540 Project Description 2 miles of alignment between SR 509 Spur and SR 509 and 1-5 supported on embankment, including interchanges at 1-51 54th Avenue East and SR 509. Contract Amount $37519881856.00 Contract Type Description *Design-Build Award Date 12/7/2021 Project Site Address or Directions SR 167 Hiring Contractor Company Name K L B CONSTRUCTION INC Contractor Registration No. KLBC01*153138 WA UBI Number 600558504 Payment Details Check Number: Transaction Id: 108788118 Intent Details Expected project start date: (MM/DD/YYYY) 8/8/2022 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Seattle performed? What is the estimated contract amount? OR is $245,327.35 this a time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform work Yes on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 1 the project own 30% or more of the company? First Name Last Name Trade Pavitarpal Purewal Power Equipment Operators Journey Level Wages 2 of 3 4/10/2023, 1:41 PM Firefox https:Hsecure.Ini.wa.gov/wagelookup/IntentDetails.aspx County Trade Occupation Wage Fringe # Workers King Laborers General Laborer $41.29 $13.33 3 King Power Equipment Operators Shovel, Excavator, Backhoe,Tractors $52.13 $23.37 1 Under 15 Metric Tons Public Notes - Show/Hide Existing Notes No note exists 3 of 3 4/10/2023, 1:41 PM , J UN 2 4 2022 KRAEMER SUBCONTRACT AGREEMENT Date: May 16, 2022 Subcontract No. 482201-003 KNA Project No. 482201- CONTRACTOR: SUBCONTRACTOR: Kraemer North America, LLC AAA Contractors Inc One Plainview Road PO Box 3130 P.O. Box 220 Kent, WA 98089 Plain, WI 53577 Phone: 253-839-8853 Phone: 608-546-2311 Email: aurewal.oaul mail com OWNER: WSDOT PROJECT. Purdy Creek Remove Fish Barriers& Paving Project#: 9763 Federal#: 0302(013) Project address: Purdy Creek- Pierce County Gig Harbor, WA WHEREAS, Kraemer North America, LLC ("Kraemer') has entered a contract("Prime Contract")dated the 15"'day of March 2022 with WSDOT("Owner')for the project identified above ("Project"); and WHEREAS, the Prime Contract requires Kraemer to furnish labor, materials, equipment, and services in connection with the construction of the Project; and WHEREAS, AAA Contractors Inc ("Subcontractor') agrees, for and in the stead of Kraemer, to fulfill and perform certain work and responsibilities required under the Prime Contract in consideration for monetary payment as set forth herein ("Subcontract Amount"); and WHEREAS, Kraemer and Subcontractor(collectively, the"Parties")agree that the"Schedule of Values" table below lists work and materials that Subcontractor shall provide for the Project and that the Schedule of Values is incorporated into this Subcontract Agreement("Agreement'); and WHEREAS, the Parties agree that the "Subcontractor's Notes" section below details certain terms and conditions which are incorporated into this Agreement; Equal OpportunitylAffirmative Action Employer Subcontract#: 482201-003 Page 3 NOW,THEREFORE,the Parties, intending to be legally bound, do hereby enter this Agreement and shall hereby be bound to the"Terms and Conditions" set forth herein. Kraemer North America, LLC AAA Contractors Inc Date: G ' f Date: Title: Title q Witness;- l Witness: . - [REMAINDER OF PAGE INTENTIONALLY LEFT BLANK.] Equal Opportunity/Affirmative Action Employer Change Order Kraemer North America, LLC Distribution ❑ AAA Contractors Inc 1 Plainview Rd ❑ Office Plain, WI 53577 ❑ Field ❑ Other Project: 482201- Purdy Creek Remove Fish Barriers&Paving Subcontract#:482201-003 Purdy Creek-Pierce County Subcontract Change Order#: 1 Gig Harbor,WA Description: Wall System/Planing Scopes To(Subcontractor): AAA Contractors Inc Owner Change Order#: PO Box 3130 Change Order Date:8/l/22 Kent,WA 98089 Reference: Change Order Page: 1 You are directed to make the following changes in this Subcontract,inclusive of all costs to complete the following work: Subct C.O. Contract 4 Units U/M Unit.P_rice Amount Item Item Item Phase Description 1 7400-7169 00.83620 STRUCTURAL EARTH 5,605.000 SF 63.55000 \ 356,197.75 r WALL-RECO -- 2 7400-7169 00.83620 ST EARTH 5,605.000 SF 49.55000 277,727.75 m W L-MESA;' r 3 7800-5711 00.83450 PLAN ITUMINOUS 20,420.000 SY 1.30000 26,546.00 PAVEMENT 4 100-0001 00.83210 ADDITIONAL MOBILIZATIONS 1.000 ER 4,901.00000 47,024.00 5 100-0001 00.83210 TRUCKING-HAULING GRINDINGS SUPER SOLO$180.00 HR SOLO %$MWHR-$155.00 per Hour T&T &1 &H R-s170.00 per Hour NOTES: Planing price above includes 3 mobilizations. Additional Mobilizations for Planing will cost$4,900.00 with 4 Hour Minimum. Bid Item 74 includes all engineering and submittals required. Trucking to be biled at an hourly rate as detailed above with a Not To Exceed value of$42,124.00 EXCLUSIONS: Water truck,sweeper truck,no work around utilities.All utilities should be lowered by Contractor below the milling depth. If not lowered,AAA will be jumping utilities and Contractor will need to prep around the utilities. Total 0.00 All other provisions of the contract shall,except as specifically changed herein,continue in full force an. id this Change Order constitutes full compensation for all moneys and time required to and/or for the outlined Chang- -ein. The original Subcontract Sum was . . . . . . . . . . . . . . . . . . . . . . . . . 356,197.75 The net change by previously authorized Change Orders was . . . . . . . . . . . 0.00 The Subcontract Sum prior to this Change Order was . . . . . . . . . . . . . . . . . . . . 356,197.75 The Subcontract Sum will be increased by this Change Order . . . . . . . . . . . . 0.00 The new Subcontract Sum will be . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 356,197.75 Authorized By Contractor: Accepted By Subcontractor; Kraemer North America, LLC-Pacific We: AAA Contractors Inc/ 4055 21 st Ave, #100 PO Box 3130 Seattle WA 98199 i Kent, A 98 /Sh Dan Scallon By: r Dat 22222z 3 Kraemer North America,LLC Pagel 08/02/22 08:33:10 AM Date Format-MM/DD/YY KNA PM Sub Change Order Form by.rpt Firefox https://secure.lni.wa.gov/wagelookup/IntentDetaiIs.aspx State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Received Date: Intent ID: Affidavit ID: Status: Approved On 6/21 /2022 1243057 7/7/2022 Company Details Company Name: AAA Contractors Inc Address: 24816 PACIFIC HWY SOUTH KENT, WA, 98032 Contractor Registration No. AAACOC1911 CB WA UBI Number 602884326 Phone Number 253-839-8853 Industrial Insurance Account ID 16795300 OMWBE Certifications as of 6/21 /2022 Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Email Address kpCaaacontractorwa.com Filed By Allison Vossler Prime Contractor Company Name KRAEMER NORTH AMERICA LLC Contractor Registration No. KRAEMNA857JH WA UBI Number 603444007 Phone Number 608-546-2311 Project Information Awarding Agency TRANSPORTATION, WASH STATE DEPT OF PO BOX 47420 OLYMPIA WA 98504-7420 Awarding Agency Contact Justin Janke, P.E. Awarding Agency Contact Phone Number 253-677-5199 1 of 4/10/2023, 1:39 PM Firefox https://secure.lni.wa.gov/wagelookup/IntentDetaiIs.aspx Contract Number 009763 Project Name SR 16/SR 302 Spur, Purdy Creek Remove Fish Barriers and Paving - 009763 Project Description For SR 16 Purdy Creek: Realigning the stream and replacing the existing 6-foot diameter corrugated metal pipe with a two 206-foot prestressed concrete girder bridges. For SR 302 (Spur) Purdy Creek: Realigning the stream and replacing the existing 6-foot interior span x 6-foot interior rise x 70-foot box culvert with a 77-foot precast prestressed concrete slab bridge. Contract Amount $25,641 ,610.00 Contract Type Description Bid-Build (Traditional) Bid due date 2/9/2022 Award Date 3/15/2022 Project Site Address or Directions SR 16, MP 17.35 TO MP 18.00 Et SR 302 SPUR, MP 15.89 TO MP 17.08 Hiring Contractor Company Name KRAEMER NORTH AMERICA LLC Contractor Registration No. KRAEMNA857JH WA UBI Number 603444007 Payment Details Check Number: Transaction Id: 108748767 Intent Details Expected project start date: (MM/DD/YYYY) 7/31 /2022 In what county (or counties) will the work be Pierce performed? In what city (or nearest city) will the work be Purdy performed? What is the estimated contract amount? OR is $356,197.75 this a time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform work Yes on this project? 2 of 3 4/10/2023, 1:39 PM Firefox https:Hsecure.Ini.wa.gov/wagelookup/IntentDetaiIs.aspx Do you intend to use any apprentices? Yes (Apprentices are considered employees.) How many owner/operators performing work on 1 the project own 30% or more of the company? First Name Last Name Trade Pavitarpal Purwal Power Equipment Operators .Journey Level Wages County Trade Occupation Wage Fringe # Workers Pierce Power Equipment Operators Shovel, Excavator, Backhoe,Tractors $52.13 $24.47 2 Under 15 Metric Tons Pierce Laborers General Laborer $41.29 $13.94 3 Public Notes Show/Hide Existing Notes No note exists 3 of 3 4/10/2023, 1:39 PM • 2190.%-07 LOWER TIER SUBCONTRACT AGREEMENT THIS AGREEMENT IS MADE.AND ENTERED?INTO BY AND BETWEEN: Contractor: KLB Construction, Inc. Subcontractor: AAA Contractors Inc. Address: P.O. Box 158 AND Address: P.O. Box 3130 Mukilteo, WA 98275 Kent, WA 98089 Phone: 425-355-7335 Phone: 253-839-8853 Email: contracts(�bklbconstruction.com Email: bev@vaaacontractorwa.com Contractor for full,complete,and faithful performance of this Subcontract agrees to pay Subcontractor: (a) Lump Sum in the amount of: N/A Dollars(SN/A),or (b) Unit Prices as set forth on the attached Unit Price Addendum, which on the basis of Owner's estimated quantities will yield a gross contract price of approximately: Eiaht Hundred Fifty Thousand Dollars and No Cents($850,000.00) In consideration therefore.Subcontractor agrees as follows: I. To furnish and perform all Work as described in paragraph 3 hereof for the construction of:Federal Way Link Extension(FWLE) Design Build,Contract No.RTA/CN 0009-1 7(hereinafterthe'-Project")for The Central Puget Sound Regional Transit Authority, (hereinafter"Owner"), in accordance with the Contract dated the 301h day of May,2019,between Owner and the Project's Prime Constructor and any subcontract between said Prime Contractor and KLB Construction.Inc.("Con(ractor"),including all general and special conditions, drawings, specifications and addenda for construction schedules, reports, studies, data contained or referred to therein which Subcontractor agrees have been made available for its review. 2. To be bound by all laws,government regulations,and orders,and all terms and conditions of the Prime Contract,on the subject Project to the extent of the Work herein subcontracted,which provisions are hereby incorporated by reference. 3. To provide all supervision,materials,labor,supplies,and equipment for the Work described in the attachments hereto to the full extent of Contractor's obligations under the Prime Contract. The Work shall also include all reasonably expected aspects of the Work even if not specifically not noted in detail in the drawings or specifications, but which is nevertheless incidental, supplemental or necessary for the complete installation and performance thereof. 4. Under the provisions of Paragraph S herein,a bond r (is)X (is not)required by this Subcontract. 5. Under the provisions of Article T. INSURANCE herein,the amounts of insurance required for this Subcontract are as shown in Exhibit D IN WITNESS WHEREOF,Contractor and Subcontractor have executed this Subcontract•effective the date of the last authorized signature unless otherwise agreed. IN ADDITION,THE UNDERSIGNED CERTIFY THAT THE PROVISIONS OF PARAGRAPH W WERE REVIEWED AND MUTUALLY NEGOTIATED. JKLBC r6.ndTitke nc " :%A 6 ntractor, nc. i avitarpal urewal President t< Printed Name and'title Date: A 2, c2 Date: 10/8/2020 Page I or 10 tiubrontract ro. 12.20.16 EXHIBIT B Unit Price Addendum Description of Subcontract Labor, Material,and Work Unit Prices(As Applicable) DATE: 10/01/20 PROJECT JOB NUMBER: 219056 NAME: Federal Way Link Eviension 04VLE) SUBCONTRACTOR NAME: AAA CONTRACTORS,INC. CONTACT NAME: BEV PUREWAL ADDRESS: P.D.BOX 3130 K F 1. WA 98089 PHONE: 253-839-8853 FAX: 253-839-8936 K1.13 till) OriVNI R tlNl'l 01 Ili.h: i IIMIA UESCRINION MLASMIR IINII 1110'i QIJANIM 'IMAL 1089 1U89 MSE N'ALI. St. 5 830 IIA1,l141e.0p S 3iu.000W $ $50,000.00 INCLUSIONS: INSTALL PANELS, HANDLING OF PANELS, ATTACHING STRAPS. BACKFILL. UNDERDRA IN.*KLB to convey backfill material on the strap zone by side dumps,if backbll material is to be picked up from a stockpile,KLB to provide a wheel loader and an operator which is clearly stated in the CIO or we agree on hourly unit price to be provided by AAA EXCLUSIONS: LEVELING PAD, PIG SEAL. LINDREDRAIN.COPING. MSE WAIL SYSFEM PURCHASE... NOTES: KLB TO PROVIDE WATER TRUCK W/DRIVER, LOADER W/OPERATOR,AND BACKFILL MATERIAL. UNDERDRAIN MATERIAL 'KLB to provide AAA combination of long wails along with abutment walls as many of the walls tie into bridges abutments,we can evaluate small walls once we see shop drawings from Kiewit 'KLB to provide approved shop drawings from Kiewit 'Payment to be per Kiewit's paid SF for each wall 'New Spec from top of leveling pads to top of panels so basically whatever Kiewit purchases from RECO for each wall. KLB will ask Kiewit the SF for each wail panel 'No bond required by AAA SIGNED AND DATED: CONTRACTOR: 4 4n —"'l 20 DATI.D i SUBCONTRACTOR: 10/8/2020 DATED Firefox https://secure.Ini.wa.gov/wagelookup/IntentDetails.aspx State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Received Date: Intent ID: Affidavit ID: Status: Approved On 5/6/2020 1056276 5/6/2020 Company Details Company Name: AAA Contractors Inc Address: 24816 PACIFIC HWY SOUTH KENT, WA, 98032 Contractor Registration No. AAACOC1911 CB WA UBI Number 602884326 Phone Number 253-839-8853 Industrial Insurance Account ID 16795300 OMWBE Certifications as of 5/6/2020 Disadvantaged Business Enterprise (DBE) Minority Business Enterprise (MBE) Email Address kp@aaacontractorwa.com Filed By Allison Vossler Prime Contractor Company Name KIEWIT INFRASTRUCTURE WEST CO Contractor Registration No. KIEWIIW904M1 WA UBI Number 600454043 Phone Number 402-342-2052 Project Information Awarding Agency SOUND TRANSIT 401 S JACKSON ST SEATTLE, WA - 98104-2826 Awarding Agency Contact ADAM BIRKLAND I of 4/10/2023, 1:58 PM Firefox https://secure.lni.wa.gov/wagelookup/IntentDetaiIs.aspx Awarding Agency Contact Phone Number 206-689-4665 Contract Number RTA/CN 0009-17 Project Name FEDERAL WAY LINK EXTENSION (FWLE) Project Description Contract Amount Contract Type Description Bid due date 4/22/2019 Award Date 5/31 /2019 Project Site Address or Directions 2505 S. 320TH ST, FEDERAL WAY WA 98003 Hiring Contractor Company Name K L B CONSTRUCTION INC Contractor Registration No. KLBCOI*153138 WA UBI Number 600558504 Payment Details Check Number: Transaction Id: 107456618 Intent Details Expected project start date: (MM/DD/YYYY) 5/25/2020 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Federal Way performed? What is the estimated contract amount? OR is $150,000.00 this a time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform work Yes on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 0 the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe # Workers 2 of 3 4/10/2023, 1:58 PM Contract This Agreement ("Contract") is made this 04 day of May _, 2019 ,` between AAA Contractors, Inc ("Contractor") and Sound Bldg & Development ("Owner") at 23905 43rd Ave SE Kent, WA 98032. The work described in section 1 below shall be performed in accordance with all plans, specifications, and other contract documents for the project known as: Christelle Ridge Renton WA. Parcel #0323069096 PLEASE SEE EXHIBIT A Section 1. Scope. The Contractor agrees to furnish all labor, materials, equipment and other facilities required to complete the following work: Development see excel sheets. PLEASE SEE EXHIBIT A Section 2. Price and Payment. The Owner agrees to pay the Contractor for the strict performance of the work, the sum of One million seven hundred thirteen thousand three hundred fourty two.90 ii$ 1,713,342.901 subject to adjustments for the changes in the work as may be agreed to by the Owner and the Contractor, in writing or as may be required under this Contract. The Owner agrees to pay the AAA Contractors, Inc. in monthly progress payments for all work completed monthly. Payment will be due and payable within ten days of invoice. Final payment to the AAA Contractors, Inc. shall be made within thirty days after substantial completion of the Contract and submission of the final invoice to Owner. 12% Down Payment is required at beginning of work. Section 3. Entire Agreement. This agreement represents the entire agreement between AAA Contractors, Inc. and Sound Bldg & Development, Owner regarding the work described as Section 1, and supersedes any prior written or oral agreements or representations as to that work. Section 4. Time. Time is of the essence of this agreement. The Contractor shall provide the Owner, Sound Bldg & Development with a progress and completion schedule and shall confirm to that schedule, including any changes to that schedule agreed to between the Owner and the Contractor or required by circumstances beyond Contractor's control. Section 5. Differing Site Conditions. AAA Contractors, Inc. shall promptly, and before the following conditions are disturbed, notify the Owner in writing of any: (1) Hazardous Material that, because of its quantity, concentration or physical or chemical characteristics, is deemed by any federal, state or local governmental authority to pose a Initial Contract This Agreement ("Contract") is made this _13 day of March_, 2019_ between AAA Contractors, Inc ("Contractor") and Naresh Bhatt ("Owner") at 22525 NE Novelty Hill Rd. Redmond, WA 98053. The work described in section 1 below shall be performed in accordance with all plans, specifications, and other contract documents for the project known as: Roma Park 21518 108" Ave SE Kent, WA 98031 PLEASE SEE EXHIBIT A Section 1. Scope. The Contractor agrees to furnish all labor, materials, equipment and other facilities required to complete the following work: Development see excel sheets. PLEASE SEE EXHIBIT A Section 2. Price and Payment. The Owner agrees to pay the Contractor for the strict performance of the work, the sum of$ Six hundred Fifty four thousand four hundred seventy two.40 ($ 654472.40 ) subject to adjustments for the changes in the work as may be agreed to by the Owner and the Contractor, in writing or as may be required under this Contract. The Owner agrees to pay the AAA Contractors, Inc. in monthly progress payments for all work completed monthly. Payment will be due and payable within ten days of invoice. Final payment to the AAA Contractors, Inc. shall be made within thirty days after substantial completion of the Contract and submission of the final invoice to Owner. 15% Down Payment is required at beginning of work. Section 3. Entire Agreement. This agreement represents the entire agreement between AAA Contractors, Inc. and Naresh Bhatt, Owner regarding the work described as Section 1, and supersedes any prior written or oral agreements or representations as to that work. Section 4. Time. Time is of the essence of this agreement. The Contractor shall provide the Owner, Naresh Bhatt with a progress and completion schedule and shall confirm to that schedule, including any changes to that schedule agreed to between the Owner and the Contractor or required by circumstances beyond Contractor's control. Section 5. Differing Site Conditions. AAA Contractors, Inc. shall promptly, and before the following conditions are disturbed, notify the Owner in writing of any: (1) Hazardous Material that, because of its quantity, concentration or physical or chemical characteristics, is deemed by any federal, state or local governmental authority to pose a present or potential hazard to human health or safety or to the environment, or that the handling of which may subject Contractor to legal liability. Initial AAA CONTRACTORS INC BILLED TO P.0 BOX 3130 Phone(253)R39-1S34 KENT,WA Faa(2E3)839.2936 144th&Des Moines Memorial Drive 98089 thino acor".0—a— Project:Burien Park It let Invoice Invoice Number Grading Sub-Grade(item 1) Finish grade sub grade prior to rock placement $ 20,500.00 1 $ 20,500.00 AAAT02107 Rock Placement&Grade 6"of CSBC Owner to provide surveying and testing $ 19.65 6625 $ 130,181.25 Date of Issue (Item 1) Place 6"of CSBC,Fine Grade Area prior to pave 4/30/2021 Roe and Compact s 6 days place/2 days finish Pave 2"of HMA 1/2"PG58H-22(Item 2) Pave over owner's prepared base if Item I not accepted $ 89.65 2600 $ 233,090.00 Apply weed Killer prior to pave Pave 2"of HMA 1/2"PG58W22,Roll and Compact Seal Seems with AR4000 'Assure Minimum 2%slope everywhere. 'Will help assist in completeing front retalning wall if need and customer will handle material purchase. 'AAA will coordinate with city and complete front approach and widen radius after confirming with Impactor. -Customer will provide compaction testing -Project will be 10D%complete by May 10.2021 "Weather limitations may push above date. Additional Asphalt Tons Placed How has been deducted $ 89.65 76 $ 6,813.40 Already discussed this with owner for additional cost. Bonus Completion before Due Date 9 Dan $ 1,000.00 9 $ 9,000.00 ,,; ,:. � .._ 4„�., ,;, .... .,,� ..� bt ,k� v4'� '+•N`R�'�+,'�h�YL'i" .a .uf��ry0 �t' Subtotal $ 390,584.65 Discount $ (3,771.25) Total Before Tax $ 386,813.40 Tax Rate 10.1% Tax $ 39,449.05 INVOICE TOTAL $ 426,262.45 Bonus $ 9,000.00 Grand Total $ 435,262.45 ` �VV ?erms Make al'checks payable to AAA CONTRACTORS,INC. Payment is due within M days of inwim date. If you have any questions concerning this mvolce,please all.Thank you. JOB INFORMATION IMPORTANT: The following information is required regarding material, service or rental which is being installed on public or private property, by the owner of the property, the general contractor to the owner, or any sub-contractor. BILL TO: Customer Name: can L Address: Phone:-an 83Cl City, State, Zip: uA4- 9 C)Aq Fax: Person to contact: Delivery Method: Email (address) K US Postal Service Fill out completely and return to Janke Trucking, Inc. Fax 360-262-9459 or E-Mail cheryljanketrucking@gmail.com GENERAL INFORMATION (Please Type or Print Legibly.) We are required to obtain the following information to protect our lien and/or and ' rights. Please supply the following information covering your Purchase Order # Your prompt response by e-mail or fax will ensure against order entry/ shipment Qj delays. What is your relationship to the job? Check One: Owner I General Contractor Sub-Contractor to the General�( Sub-Contractor to Another Sub-Contractor I Material Supplier l Is this job: Private L Public—State Prevailing Federal l) Job Name: Paf -� Complete Address:J m 7,_y t / fi^ �!5=_L►JAC VN 2) Owner Name: Tg,!)VC4 t- $ 'a,u,3.f'rk Complete Address: ( aq S /Z/bOn �T j�r,-✓Pr.+� LUA Phone Number: ( ) - Fax Number: ( ) - 3) General or Prime Contractor: Ta)VU'v/' S Asox:�Vro., Complete Address: 162q _s Aob'h" ST Phone Number: ( ) - Fax Number: 4) Have you placed a Bond on this specific job? Yes F I No 'Sc If you answered Yes,please fax a copy of your bond when returning this form. A) Bonding Company : t�j Complete Address Contact Name Phone Number : Bond#: "I certify that the info ation given above is true and correct". aw n�DUA:rc�thorized Sig t e Print Name —iTitle DEC 12 2022 FINAL COSTS -VALUE OF SYSTEMS-SEWER Project: Muitani Short Plat Developer/Owner. Mutant Custom Homes LLC Engineer: Tim Schriever PE Contractor: AAA Contractors WA Design COStS directly related to the sewer system Including permit application work and fees and easement preparation costs: 3 585.00 Sewer Survey work .5 786.00 Fees Paid to Soos Creek Water and Sewer District S J20,381.04 SEVIER SYSTEM COMPONENTS CITY UNIT UNIT PRICE TOTAL AMOUNT MAINLINE COSTS: 6' PVC L F 8"PVC mainline 401 L.F 595 S24.216.50 8"D.I.mainline 1-F C900 mainline L F. Std manhole 48"to 8'deep 4 FA 4500 518.000.00 Manhole-Extra Depth V r. Trench Shoring EA Connection to Existing Manhole EA Manhole Adjustment I EA 800v S8000.00 Safety Grate for Manhole# FA Foundation Gravel Ton Bank Run Gravel Ton 5f8"Crushed Gravel 7413 Ton 255 $3.825.00 1 114"Crushed Surfacing Ton Compaction Testing 1 Lump Suns 2780 52,78000 Surface Restoration Lum Sum Mainline Sub Total S56 821.5C Tax-rate 10.1% $5,738,97 Mainline Construction Total $52.56047 STUB COSTS: 6"PVC stub services 2D, 32 1.5 S6.320.65 Side sewer services to lots Removelabandon existing sewer stubs L-r Foundation Gravel Ton Bank Run Gravel Ton 5/8'•Crushed Gravel - Ton 25.5 S1,912.50 1 114••Crushed Surfacing Ton Compaction Testing Lump Sum Surface Restoration Lump Sum Connect lot/home: EA Connect lotlhome: ER Connect lotlhome: EA Stub Services Sub Total S8,i 3P.15 Tax.rate 10.19u $882 05 Stub Services Construction Total S9,615 20 OTHER COSTS: Other-Specify. Other-Specify: Other-Specify: All Construction Sub Total $65.554.65 Tax-rate 10.1 io S6 E21.02 All Construction Total $72.175.67 Nrne: J2 ack up invoices must be provided to the District for all costs listed above.In order to be Included in the Value of Systems and any Latecomers that you may be entitled to as a result of the above project.If the District does not receive ifernzied costs for the project the bill of sale and permits may be withhold until the District receives an itemized breakdown.In addition,no latecomers will be calculated unless all costs are documented and the Project's Value of Systems is accepted by the District. I hereby certify that the information provided herein is true and correct to the best of my knowledge. DAT 0 THIS day of �5�'- - ,20 Signature: , - By(print): Paul Muitani Title:Member Managol Company:Muitani Custom Homes LLC Multani Short Plat O O 0Ln Ln 0 0 0 CD CD O 0 O rn o o O un �4 a-I .-i O O to N (N 0) O O I- 00 n 0] 00 00 r-I M N M N O ul 0 0 0 0 0 0 0 0 0 0 0 u1 0i O O O O Ln o O O O o O 6 N o 0 0 o u) u1 0' Ln, 0' u1 0 L u1 M O O 00 M N Ln N d r 0 m Lna +, d 00 00 V), J J J W W W W J ~ >- J = W 0 f, O d O .-1 Ln O o 0 0 0 0 0 O H u1 T vt N rI Cf Ln Ln O O o o O O o O co rn O O O vi vi lD N Ol O O t- 00 O IcT VO 00 00 H M N f0 N rq O u1 0 0 0 0 0 0 0 0 0 0 0 u) 0) O O O O Ln O O O O O O LN 0) N o 0 00 ui u) o u) o u) o u Ln M 0 0 0 u1 N to (,j O �h O i 0 u1 O M d d 06 00 d LLJ A^ V')- -Ln Q +-' J J w W W w 0 J0 - = W O D Z O O g 0 H Ln O Ln O 0 00 0 0 Q N v cu un o c = a, O a c a, ;_ o 3 c cCLO v o a� c a) cn n a�i t c LLI m fl N a) a w c u v 3 3 0 •a :"3 I- +- :3 u 0_ > > vv � U N uim' p LLI - - - v,Q00r ias 00 io v ui F- u cYn H w cn I- z V 0 m3 ui tD ri 0o m o ri N m d' ui (/� Z H ri r-I c-i rl r-i H N N N N N N Item # Customer's Year Manufactu Model Descriptior Serial# Amount of ADDED AAA Contractors Inc. 1 2005 Hydraulic E 8033 45,000 2 2005 Wheel Loa( 67039 64,000 3 2006 Wheel Loan 68164 65,000 4 2012 Hamm Moi H1890389 73,245 5 2012 Komatsu Ci 3811 107,000 6 2015 Komatsu H 30813 174,322 7 2018 RD12A-90 I 5E+09 16,390 8 2018 Bobcat T740 Track Load,B3CA1388-, 72,650 9 2018 Komatsu PC45MR-5 EQ 700808 31167 60,495 10 2018 Komatsu PC88MR-1(EQ 688837 8222 105,648 11 Gill Crest Paver 23239 15,000 12 Wacker Neuson DPU5545 Plate Compac 5,632 13 2019 Komatsu PC138USLC Excavator 53993 181,316 14 2000 Volvo A35D 6x6 Articulated A35DV610: 55,292 15 Komatsu PC238USLC EQ: 11650E 7082 251,500 16 ROSCO RB28 Mobile Bro 30000 6,500 17 2015 CAT 314E LCR Hydraulic E CAT0314EE 67,000 18 2019 Leeboy L250T 250-23528 12,999 19 2017 Dynapac CA2500 10000167J 69,995 20 2019 Dynapac CC1300 10000374L 39,995 21 2021 Carlson CP10011 Paver 645CC1N 151,000 22 2021 Caterpillar D3 LGPCB OXKY00768 147,000 23 Komatsu PC138USLC 8'A PSM H) 59768 201,838 24 2017 Caterpillar PM620 Cold PlaneiJB900140 ######## 25 2022 Diamond Trailer Flatbed Tra46UFU202, ######## ######## ######## 2022 Western Star 4700SF Serial# 5KKWAVDV5NPNL2917 2021 Pioneer Truckweld Super Dump Serial# xxxxxxxxxxx287201 (THE TRUCK SHOP) BIDDER RESPONSIBILITY CRITERIA 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 (April 4, 2023), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). AAA Contractors,Inc. Bidder's Business Nam Signatur of Authorize Official* Pavitarpal Purewal Printed Name President Title 4/4/23' Kent WA Date City 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. 2023 Asphalt Grinding/Araucto 14 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 4, 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. AAA contractors Inc Bid er's Busin ss Nam co Sianatur of Authorized Official* Pavitarpal Purewal Printed Name President Title 4/4/23' Kent WA Date City 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. 2023 Asphalt Grinding/Araucto 15 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal 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 by September 8, 2023. 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 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: 4/4/23- AAA Contractors Inc. NA � O BDD R 9 Slgnatur of Authorized Representative Pavitarpal Purewal-President (Print Name and Title) 24816 Pacific Hwy South Address Kent, WA 98032 2023 Asphalt Grinding/Araucto 16 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always verify Scal BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, AAA Contractors, Inc. as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of the Total. Affi—o—tm—t—MT---05?/o— Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2023 Asphalt Grinding/Project Number: 23-3001.2 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 31st DAY OF March 2023. WINCIpAL AAA:Contractors, Inc. SURETY The Ohio Casualty Insurance Company Jennifer D. Lutz,Attorney-in-Fact — 20---. Received return of deposit in the sum of 2023 Asphalt Giinding/Araucto 17 March 13, 2023 Project Number: 23-3001.2 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8208067-974388 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a Corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies'),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Cindy Slater-Rogers;Curtis M.Olsen;Daniel Rucker;Jennifer D.Lutz;Joshua Wi7ght;Kristin Jackson;Kristin Noe-Dombrowik;Nicole Siegfried;Stephanie W illhite all of the city of Renton state of WA each individually if there be more than one named,its true and lawful attomey-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of May 2022 . Liberty Mutual Insurance Company Py INS Up� Py1Y tNSU,p �y hNSU The Ohio Casualty Insurance Company �z a�aPORgp 11, h, 44awoRgT° y �,P�o�Ok Z West American Insurance Company a3 FoM Q3 �o � 3 Fotn 1912 0 0 1919 1991 � vi r3 �� yz `¢" o � � �� � o N ra 9ss4cxus` ayaaresr $ x+ `aDUNP U � � a � a s a By -�— �zT ` t� h1 # h� 3y * to David M.Carey,Assistam Secretary �? CU State of PENNSYLVANIA c E N County of MONTGOMERY ss 0 .1 4 On this 20th day of May 2022 before me personally appeared David M-Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance a> O(U Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. aD IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. 0 U) �•� t� �O 0 CommomveaMh of Pennsylvania-Notary Seal >+—_ o q(s f Teresa Pasteita,Notary Public C m O f- O� s �'i Montgomery County ', ^ 'i U E O 0 1 My commission expires March 28,2025 B • /!-[��-� Y'_ Commission number 11260M1 Q Q ( yr"SYI .�CJ Member.Pennsylvania Ass mtfon of Notaries Teresa Pastella,Notary Public U O 4RY Pig }? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual •S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: m ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `0 0 ,0M Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the-a— v President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surely Co— any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall a have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed, such o a> o Z v instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in fact under the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. tL Q ARTICLE All-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-In-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surely obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 31st day of March 2023 INS1J,0 P0'i tNS& ANSU,, J G0 f4roRg - 5J GONPOR47.'9iy `CJ GO OR,qyC+ FO in R' 2 �o 1912 0 1919 0 g 1991 By: ��49ss4cnu8" y� HAM45 ems, ��OIANP ,aa� Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 02/21 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned 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. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2023 Asphalt Grinding Project Number: 23-3001.2 NAME OF PROJECT AAA Contractors, Inc. NAME OF BIDDER'S FIRM SIGWktURE OF AUTHOR ED REPRESENTATIVE OF BIDDER 2023 Asphalt Grinding/Araucto 18 March 13, 2023 Project Number: 23-3001.2 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal This chance order form is for example purposes only. By submitting a bid, the bidder acrees to be bound by the terms of this change order form for any chance orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] 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 $ 2023 Asphalt Grinding/Araucto 19 March 13,2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always verify Scal Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order 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. CON CTOR: CITY OF KENT: By: P,I J By: (signs ure) (signature) Print Name: Pavitarpal Purewal Print Name: Chad Bieren, P.E. Its President Its Public Works Director (title) (title) DATE: 4/4/23' DATE: APPROVED AS TO FORM: (ap licable if Mayor's signature required) yi" Kent Law Department 2023 Asphalt Grinding/Araucto 20 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................13 Orderof Contents.................................................................................131 Invitationto Bid...................................................................................® ContractorCompliance Statement........................................................ Date............................................................................................ Have/have not participated acknowledgment.............................El Signature and address ................................................................ Declaration - City of Kent Non-Discrimination Policy........................... Date and signature ..................................................................... Ell Administrative Policy ...........................................................................® Proposal............................................................................................... First line of proposal - filled in ...................................................® Unit prices are correct ................................................................® Bid the same unit price for asterisk (*) bid items.......................El Subcontractor List (contracts over$1M - HVAC, Plumbing, &Electrical)............ Subcontractors listed properly.................................................... Signature.................................................................................... Subcontractor List (contracts over$1M - Structural Steel & Rebar Installation)—E3 Subcontractors listed properly....................................................® Date and signature .....................................................................® Contractor's Qualification Statement ................................................... 13 Complete and notarized .............................................................. Statement that Bidder Has Not Been Disqualified ................................E3 Certification of Compliance with Wage Payment Statutes....................® ProposalSignature Page......................................................................® AllAddenda acknowledged .........................................................13] Date, signature and address .......................................................E3 BidBond Form .....................................................................................0 Signature, sealed and dated........................................................Ell Power of Attorney....................................................................... (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form................................................................. Signature.................................................................................... ChangeOrder Form..............................................................................® Bidder's Checklist ................................................................................El The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. li B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2023 Asphalt Grinding/Araucto 21 March 13, 2023 Project Number:23-3001.2 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal PAYMENT AND PERFORMANCE BOND Bond No. 23225282 KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, AAA Contractors, Inc. as Principal, and The Ohio Casualty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ 87,115.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2023 Asphalt Grinding/Project Number: 23-3001.2 (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. 2023 Asphalt Grinding/Araucto 22 March 13, 2023 Project Number: 23-3001.2 AAA Contractors, Inc. TWO WITNESSES: PRINCIPAL (enter principal's naZab,.e) BY: TITLE: PREI mk 7 DATE:-A 1/ 164 Z=9 Z3 DATE: ApiLL Z4 . CORPORATE SEAL: Kristin Jack PRINT NAME DATE: April 21, 2023 The Ohio Casualty Insurance Company SURETY CORPORATE SEAL: BY: Y INSU DATE April 21, 2023 � 0ovap0 TITLE: g2 Jennifer D. Lutz, Attorney-in-Fact m 0 1919 0 yp2��HaMPs���4Vas*° ADDRESS: 1001 Fourth Ave Suite 3800 Seattle,WA 98154 Seal No.6511 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary oft Corporation named as Principal in the within Bond; that �AV'I'll RR PI TLC Q-= �,34 I- Who signed the said bond on behalf of the Principal a A. CVQMAC-TbQo 2 T 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 O ASSISTANT SECRETARY 2023 Asphalt Grinding/Araucto 23 March 13, 2023 Project Number: 23-3001.2 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual. The Ohio Casualty Insurance Company Certificate No: 8208067-974388 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Cindy Slater Rogers Curtis M Olsen Daniel Rucker Jennifer D.Lutz Joshua Wright Kristin Jackson Kristin Noe-Dombrowik,Nicole Siegfried;Stephanie Willhite all of the city of Renton state of WA each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of May 2022 . Liberty Mutual Insurance Company Qy 1Nst/ PV11 INS&,p� %NSURq The Ohio Casualty Insurance Company N. �J o0 cu?R f 20 yJ o°aP°R4r 9y �VPaoaPONrFy0 West American Insurance Company � 3 Foca Q3 Fon � 3 oca 1912 0 0 1919 1991 0 to Y�iqs c/.�'3 i zm o-`' O '� 7, N O �� `TACHU6" .dL �NAMPsa,dD� `!s �NDIANP. ,aL r U By: m CU David M.Carey,Assistant Secretary M State of PENNSYLVANIA — E N :County of MONT 0 GOMERY ss 0 E c) a) On this 20th day of May 2022 before me personally appeared David M.Care who acknowledged himself to be the Assistant Secrets of LibertyMutual Insurance 0 am 3 Y Y P Y PP Y, 9 Secretary io Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes a) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. > N —� IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year fist above written. c� 0-O O N = Ntwwt te r Commonwealth of Pennsylvania-Notary Seal >.-- O 1+ °° (max f� Teresa Paslella,Notary Public C fQ Montgomery County �- O OF My commission expires March 28,2025 By• O yLVPG Member,Pennsssion ylvania aumber 1126044 Associetion of Notaries eresa Pastella,Notary Public Q O CD Min N �r7y 1P O N 4? This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 3 O•S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o Cl) N ARTICLE IV-OFFICERS:Section 12.Power of Attorney. `o 0 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the o = T President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety CU— U Co � any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall� 0 o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation.When so executed,such CO: a) Z instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the m provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. ARTICLE XIII-Execution of Contracts:Section 5.Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, Ll bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 21 st day of April 2023 Qy 1NSt//? PVS1 INS&�1 �%Nst/Q tiJ 4°aPOq yc� yJ G° 9T`92 LPG°aPORq, Ln rn� 3 Foca `coca 1912 0 0 1919 2 1991 0 c/ By d,�19sS4CHi .aa y02 NAMP�'aaO �'s �A'DINA;` ,aD Renee C.Llewellyn,Assistant Secretary 8j� * LMS-12873 LMIC OCIC WAIC Multi Co 02/21 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and AAA Contractors, Inc. , organized under the laws of the State of Wnghingtnn , located and doing business at 24816 Pacific Hwy South-Kent,WA 98032 ("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 Asphalt Grinding/Project Number: 23-3001.2 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 2023 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 2023 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 by September 8, 2023, 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 $ 87,115 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. 2023 Asphalt Grinding/Araucto 24 March 13, 2023 Project Number: 23-3001.2 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 competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 2023 Asphalt Grinding/Araucto 25 March 13, 2023 Project Number: 23-3001.2 CITY OF KENT DANA �kL�14MAYOR DATE: 05/01/2023 ATTEST: "Par, KIMBERLE KOMOTO, CITY CLERK APPROVED AS TO FORM: llqk%r� KENT LAW DEPARTMENT CONTRACTOR BY; i,'�JJ PRINT NAM Pavitarpal Purewal President TITLE; DATE: 4/25/2023 2023 Asphalt Grinding/Araucto 26 March 13, 2023 Project Number: 23-300 1.2 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2023 Asphalt Grinding/Araucto 27 March 13, 2023 Project Number: 23-3001.2 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2023 Asphalt Grinding/Araucto 28 March 13, 2023 Project Number: 23-3001.2 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2023 Asphalt Grinding/Araucto 29 March 13, 2023 Project Number: 23-3001.2 1 ® DATE(MMDDIYWY) A`oR" CERTIFICATE OF LIABILITY INSURANCE 04/21/2023 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 CONTACT Jody Hawley NAME: Bell Anderson Agency,Inc. aI�NN Ext: (425)291-5200 AIc,No): (425)291-5100 600 SW 39th St.,Suite 200 E-MAIL jodyh@bell-anderson.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Renton WA 98057 INSURERA: Western National Assurance Company INSURED INSURER B: AAA Contractors,Inc. INSURER C: PO Box 3130 INSURER D: INSURER E: Kent WA 98089 INSURER F: COVERAGES CERTIFICATE NUMBER: CL2262752765 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICYNUMBER MMIDDY/YYYY MM EFF DD/YYYY EXP LIMITS X COMMERCIAL GENERALLIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE �OCCUR PREMISES Ea occurrence $ 100,000 MED EXP(Any one person) $ 5,000 A CPP1143535 06/26/2022 06/26/2023 PERSONAL&ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 JECT LOC 2,000,000 POLICYF PRO MP/OPAGG $ OTHER: AUTOMOBILE LIABILITY EO,c.,deD SINGLE LIMIT $ 1,000,000 IX ANYAUTO BODILY INJURY(Per person) $ AOWNED SCHEDULED CPP1138365 06/26/2022 06/26/2023 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED X AU ONLY NON-OWNED PROPERTY AUTOS DAMAGE $ AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE UMB1023803 06/26/2022 06/26/2023 AGGREGATE $ 2,000,000 DED I X1 RETENTION$ 10,000 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER YIN 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ A OFFICER/MEMBER EXCLUDED? ❑ NIA CPP1143535(WA Stop Gap) 06/26/2022 06/26/2023 1,000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:project#23-3001.2 The City of Kent,its elected and/or appointed officials,its officers,employees,agents,volunteers,and respentatives are additional insured insofar as the work,obligations and activites performed by the owner/developer and authorized by The City of Kent permit are concerned as additional insured per the attached endorsement#WNGLI136 0618. Waiver of subrogation included per the attached endorsement#WNGL39 0818. Coverage is primary& non-contributory per the attached endorsement#WNGLI136 0618. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent Development Engineering ACCORDANCE WITH THE POLICY PROVISIONS, 220 4th Avenue South AUTHORIZED REPRESENTATIVE Kent WA 98032 L"'A-z- ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD WN CA 27 06 16 BUSINESS AUTO ENHANCEMENT ENDORSEMENT The Business Auto Enhancement Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 4 Auto Loan/Lease Gap Coverage 4 Blanket Additional Insured 2 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: • Newly Acquired Organizations for up to 180 Days 2 • Employees as Insureds 2 • Subsidiaries in Which You Own 50% or More 2 Deductible Waiver for Glass Repair 3 Employee Hired Auto 2, 5 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 4 Knowledge of Accident, Claim, Suit or Loss 5 Loss Of Use Expenses-Amended 3 Personal Effects 3 Rental Reimbursement Coverage 4 Supplementary Payments-Amended: • Bail Bonds up to$5,000 2 • Loss of Earnings up to$500/Day 2 Transportation Expense Limits—Amended 3 Unintentional Failure to Disclose Hazards 5 WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 1 of 5 WN CA 27 06 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BUSINESS AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be amended as shown below. SECTION II — COVERED AUTOS LIABILITY g. Any "employee" of yours is an "insured" while COVERAGE AMENDMENTS operating a covered "auto" hired or rented under A. Who Is An Insured a contract or agreement in the "employee's" name, with your permission, while performing SECTION II — COVERED AUTOS LIABILITY duties related to the conduct of your business. COVERAGE, A. Coverage, 1. Who Is An Insured B. Blanket Additional Insured is amended to add: d. Any legally incorporated subsidiary of yours in SECTION II — COVERED AUTOS LIABILITY which you own more than 50% of the voting COVERAGE, A. Coverage, 1. Who Is An Insured, stock on the effective date of this coverage form. paragraph c. is amended to add the following: However, "insured" does not include any Any person or organization who is required under a subsidiary of yours that is an "insured" under written contract or agreement between you and that any other automobile liability policy, or would be person or organization, that is signed and executed an "insured" under such policy but for by you before the "bodily injury" or "property termination of such policy or the exhaustion on damage" occurs and that is in effect during the policy such policy's limits of insurance. period, to be named as an additional insured is an "insured" for Liability Coverage, but only for e. Any organization which is newly acquired or damages to which this insurance applies and only to formed by you and over which you maintain the extent that persons or organization qualifies as majority ownership. However, coverage under an "insured" under the Who Is An Insured provision this provision: contained in Section II. (1) is afforded only for the first 180 days after C. Liability Coverage Extensions — Supplementary you acquire or form the organization or until Payments the end of the policy period, whichever comes first; SECTION II — COVERED AUTOS LIABILITY 2 does not apply to "bodily injury" or "property COVERAGE, A. Coverage, 2. Coverage ( ) pp y y ry Extensions, a. Supplementary Payments is damage" that results from an "accident" that amended by replacing subparagraphs (2) and (4) occurred before you formed or acquired the with the following: organization; (3) does not apply to any newly acquired or (2) Up to $5,000 for cost of bail bonds (including formed organization that is a joint venture or bonds for related traffic law violations) required because of an "accident" we cover. We do not partnership; and have to furnish these bonds. (4) does not apply to an "insured" under any (4) All reasonable expenses incurred by the other automobile liability policy, or would be "insured" at our request, including actual loss of an "insured" under such a policy but for ter- earnings up to $500 a day because of time off mination of such policy or the exhaustion of from work. such policy's limits of insurance. If. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow in your business or your personal affairs. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 2 of 6 D. Fellow Employee Coverage D. Glass Repair—Deductible Waiver SECTION II — COVERED AUTOS LIABILITY SECTION III — PHYSICAL DAMAGE COVERAGE, COVERAGE, B. Exclusions, 5. Fellow Employee, A. Coverage, 3. Glass Breakage — Hitting A Bird the following is added: Or Animal — Falling Objects Or Missiles, is Co-Employee Lawsuit Defense Cost amended by adding the following: Reimbursement No deductible will apply to glass breakage if such If a suit seeking damages for "bodily injury" to any glass is repaired, in a manner acceptable to us, fellow "employee" of the "insured" arising out of and rather than replaced. in the course of the fellow"employee's" employment E. Hired Auto Physical Damage or while performing duties related to the conduct of SECTION III — PHYSICAL DAMAGE COVERAGE, your business, or a suit seeking damages brought A. Coverage is amended by adding the following: by the spouse, child, parent, brother or sister of that fellow "employee", is brought against you, we will 5. Hired Auto Physical Damage reimburse reasonable costs that you incur in the If hired "autos" are covered "autos" for Liability defense of such matters. Any reimbursement made Coverage and if Comprehensive, Specified pursuant to this sub-section will be in addition to the Causes of Loss, or Collision coverages are pro- limits of liability set forth in the Declarations. vided under this coverage form for any "auto" you own, then the Physical Damage Coverages SECTION III — PHYSICAL DAMAGE COVERAGE provided are extended to "autos" you hire of like AMENDMENTS kind and use, subject to the following: A. Transportation Expense—Limits Amended a. The most we will pay for any one "loss" is $50,000 or the actual cash value or cost to SECTION III — PHYSICAL DAMAGE COVERAGE, e, 4. Coverage Extensions, a. Trans- repair or replace, whichever is less, minus a A. Coverage, 9 deductible; portation Expenses is amended by replacing $20 per day/$600 maximum limit with $50 per day/$1000 b. The deductible will be equal to the largest maximum. deductible applicable to any owned "auto" for that coverage. Any Comprehensive B. Hired Auto Physical Damage — Loss Of Use deductible does not apply to "loss" caused Expenses—Limits Amended by fire or lightening; SECTION III — PHYSICAL DAMAGE COVERAGE, c. Hired Auto Physical Damage coverage is A. Coverage, 4. Coverage Extensions, b. Loss of excess over any other collectible insurance; Use Expenses is amended by replacing the$20 per and day/$600 maximum limit with $50 per day/$750 d. Subject to the above limit, deductible and maximum limit. excess provisions we will provide coverage C. Personal Effects Coverage equal to the broadest coverage applicable to SECTION III — PHYSICAL DAMAGE COVERAGE, any covered"auto"you own. A. Coverage, 4. Coverage Extensions is amended If a limit for Hired Auto Physical Damage is by adding the following: indicated in the Declarations, then that limit c. Personal Effects replaces, and is not added to, the $50,000 limit indicated above. We will pay up to $500 for "loss" to personal effects, which are: (1) Owned by an"insured"; and (2) In or on your covered "auto." This coverage applies only in the event of the total theft of your covered "auto." No deductible applies to this coverage WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 3 of 5 F. Rental Reimbursement G. Accidental Airbag Deployment Coverage SECTION III — PHYSICAL DAMAGE COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: A. Coverage is amended by adding the following: 6. Rental Reimbursement 7. Accidental Airbag Deployment Coverage This coverage applies only to a covered "auto" of We will pay to reset or replace factory installed the private passenger or light truck type as airbag(s) in any covered "auto" for accidental follows: discharge, other than discharge due to a a. We will pay for rental reimbursement collision loss. expenses incurred by you for the rental of a This coverage is applicable only if comprehen- private passenger or light truck type "auto" sive coverage applies to the covered "auto". because of "loss" to a covered private pas- This coverage is excess over any other collecti- senger or light truck type "auto". Payment ble insurance or reimbursement by manufac- applies in addition to the otherwise applica- turer's warranty. ble amount of each coverage you have on a covered private passenger or light truck type H. Auto Loan/Lease Gap Coverage "auto." No deductibles apply to this SECTION III PHYSICAL DAMAGE COVERAGE, coverage. Item A., Coverage, is amended by adding the b. We will pay only for those expenses incurred following: during the policy period beginning 24 hours 8. Auto Loan/Lease Gap Coverage after the "loss" and ending, regardless of the policy's expiration, with the lesser of the fol- This coverage applies only to a covered "auto" lowing number of days: described or designated in the Schedule or in the Declarations as including physical damage (1) The number of days reasonably re- coverage. quired to repair or replace the covered private passenger or light truck type In the event of a covered total "loss" to a "auto". If "loss" is caused by theft, this covered "auto" described or designated in the number of days is added to the number Schedule or in the Declarations, we will pay any of days it takes to locate the covered unpaid amount due on the lease or loan for a private passenger or light truck type covered "auto" less: "auto" and return it to you; or a. The amount paid under the Physical (2) 30 days. Damage Coverage Section on the policy; c. Our payment is limited to the lesser of the and following amounts: b. Any: (1) Necessary and actual expenses (1) Overdue lease/loan payments at the incurred, or time of the"loss"; (2) $50 per day, up to a maximum of (2) Financial penalties imposed under a $1,000. lease for excessive use, abnormal wear d. This coverage does not apply while there and tear or high mileage; are spare or reserve private passenger or (3) Security deposits not returned by the light truck type "autos" available to you for lessor; your operations. (4) Costs for extended warranties, Credit e. If "loss" results from the total theft of a Life Insurance, Health, Accident or covered "auto" of the private passenger or Disability Insurance purchased with the light truck type, we will pay under this cover- loan or lease; and age only that amount of your rental reim- (5) Carry-over balances from previous bursement expenses which is not already provided for under SECTION III — loans or leases. PHYSICAL DAMAGE COVERAGE, A. Coverage,4. Coverage Extensions. For the purposes of this Rental Reimbursement coverage, light truck is defined as a truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as the maximum loaded weight the auto is designed to carry. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 4 of 5 C. Unintentional Failure to Disclose Hazards SECTION IV — BUSINESS AUTO CONDITIONS AMENDMENTS SECTION IV— BUSINESS AUTO CONDITIONS, B. General Conditions, 2. Concealment, Misrepre- A. Duties In The Event Of Accident, Claim, Suit Or sentation Or Fraud, is amended by adding the Loss Amended following paragraph: SECTION IV— BUSINESS AUTO CONDITIONS, A. If you unintentionally fail to disclose any hazards Loss Conditions, 2. Duties In The Event Of existing at the inception date of the policy, or during Accident, Claim, Suit Or Loss, a. is amended by the policy period in connection with any additional adding the following: hazards, we will not deny coverage under this Cov- This condition applies only when the "accident" or erage Part because of such failure. "loss" is known to: D. Employee Hired Auto (1) You, if you are an individual; SECTION IV— BUSINESS AUTO CONDITIONS, B. (2) A partner, if you are a partnership; General Conditions, 5. Other Insurance, (3) An executive officer or insurance manager, if paragraph b. is deleted and replace by the following: you are a corporation; or b. For Hired Auto Physical Damage Coverage, the (4) A member or manager, if you are a limited following are deemed to be a covered "autos" liability company. you own: But, this section does not amend the provisions (1) Any covered "auto" you lease, hire, rent or relating to notification of police, protection or exami- borrow. nation of the property which was subject to the (2) Any covered "auto" hired or rented by your "loss". "employee" under a contract in that B. Blanket Waiver of Subrogation individual "employee's" name, with your permission, while performing duties related Section IV — BUSINESS AUTO CONDITIONS, A. to the conduct of your business. Loss Conditions, 5. Transfer of Rights of Recovery Against Others to Us, is amended by However, any"auto" that is leased, hired, rented adding the following exception: or borrowed with a driver is not a covered "auto". However, we waive any right of recovery we may have against any person or organization to the extent required of you by a written contract signed and executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. The waiver applies only to the person or organization designated in such contract. WN CA 27 06 16 Includes copyrighted material of Insurance Services Office,with its permission Page 5 of 5 COMMERCIAL GENERAL LIABILITY WN GL 139 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CONTRACTORS - OPERATIONS AND COMPLETED OPERATIONS - WITH ADDITIONAL INSURED REQUIREMENT IN CONSTRUCTION CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Additional Insured—Operations (2) That portion of "your work" out of which A. Section II —Who Is An Insured is amended the injury or damage arises has been put to include as an additional insured: to its intended use by any person or or- ganization other than another contractor (1) Any person or organization for whom you or subcontractor engaged in performing are performing operations when you and operations for a principal as a part of the such person or organization have agreed same project. in writing in a contract or agreement that such person or organization be added as 2. Additional Insured —Completed Operations an additional insured on your policy; and A. Section II—Who Is An Insured is amended (2) Any other person or organization you are to include as an additional insured: required to add as an additional insured (1) Any person or organization for whom you under the contract or agreement de- are performing operations when you and scribed in Paragraph 1. above. such person or organization have agreed Such person(s) or organization(s) is an add- in writing in a contract or agreement that tional insured only with respect to liability for such person or organization be added as "bodily injury", "property damage" or "per- an additional insured on your policy; and sonal and advertising injury"caused, in (2) Any other person or organization you are whole or in part, by: required to add as an additional insured a. Your acts or omissions; or under the contract or agreement de- b. The acts or omissions of those acting on scribed in Paragraph 1. above. your behalf; Such person(s) or organization(s) is an addi- tional insured only with respect to liability for ions for the additional insured.the performance of your ongoing opera- "bodily injury", "property damage" or "per- sonal and advertising injury"caused, in whole B. With respect to Additional Insured - Opera- or in part, by: tions, coverage is limited as follows: a. Your acts or omissions; or This insurance does not apply to "bodily in- b. The acts or omissions of those acting on jury'or"property damage"occurring after: your behalf; (1) All work, including materials, parts or and included in the "products-completed op- equipment furnished in connection with erations hazard". such work, on the project(other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or WN GL 139 06 18 Page 1 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. B. With respect to Additional Insured — Com- D. With respect to the insurance afforded to pleted Operations,coverage is limited as fol- these additional insureds, the following is lows: added to Section III—Limits Of Insurance: (1) A person or organization's status as an in- If coverage provided to the additional insured sured under Additional Insured — Com- is required by a contract or agreement, the pleted Operations continues only for the most we will pay on behalf of the additional period of time required by any written con- insured is: tract or agreement. (1) The minimum amount required by the (2) The insurance provided to the additional contract or agreement; or insured does not apply to "bodily injury", (2) The Limits of Insurance shown in the Dec- "property damage" or "personal and ad- larations; vertising injury"arising out of"your work" whichever is less. for which a consolidated (wrap-up) insur- ance program has been provided by the This endorsement shall not increase the ap- prime contractor-project manager or plicable Limits of Insurance shown in the Dec- owner of the construction project in which larations. you are involved. E. With respect to the insurance afforded to 3. Primary and Noncontributory these additional insureds, the following addi- The following is added to the Other Insurance tional exclusion applies: Condition and supersedes any provision to the This insurance does not apply to: contrary: "Bodily injury", "property damage" or "per- Primary And Noncontributory Insurance sonal and advertising injury"arising out of the This insurance is primary to and will not seek con- rendering of, or the failure to render, any pro- tribution from any other insurance available to an fessional architectural, engineering or survey- additional insured under your policy provided that: ing services, including: (1) The additional insured is a Named Insured un- (1) The preparing, approving, or failing to der such other insurance; and prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- (2) You have agreed in writing in a contract or ders, change orders or drawings and agreement that this insurance would be pri- specifications; or mary and would not seek contribution from (2) Supervisory, inspection, architectural or any other insurance available to the additional engineering activities. insured. 4. Other Provisions Applicable to Additional In- This exclusion applies even if the claims sured — Operations and Additional Insured — against an additional insured allege negli- Completed Operations Bence or other wrongdoing in the supervision, hiring, employment, training or monitoring of A. The Amendment of Insured Contract Defini- others by that insured, if the "occurrence" tion (Endorsement CG 24 26) does not apply which caused the "bodily injury" or "property to an additional insured. damage", or the offense which caused the B. The coverage provided under Paragraph f. of "personal and advertising injury", involved the the definition of"insured contract"under Sec- rendering of or failure to render any profes- tion V—Definitions does not apply to an ad- sional services by you with respect to your ditional insured under this endorsement un- providing engineering,architectural or survey- less required by a written contract or ing services in your capacity as an engineer, agreement. architect or surveyor. C. The insurance afforded to such additional in- sured only applies to the extent permitted by law; and If coverage provided to the additional insured is required by a contract or agreement,the in- surance afforded to such additional insured will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. WN GL 139 06 18 Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. COMMERICAL GENERAL LIABILITY WNGL390818 COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage en- hancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is pro- vided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Bodily Injury And Property Damage Liability • Non Owned Watercraft Up To 50 Feet ...............................................................................2 Property Damage Liability • Elevators..........................................................................................................................3 • Fire, Lightning, Explosion Or Sprinkler Leakage Exception ..................................................3 • Borrowed Equipment ($25,000 Per Occurrence, $50,000 Aggregate, $2,500 Deductible Per Occurrence .................................................................................3 Supplementary Payments — Amended • Bail Bonds Up To $5,000...................................................................................................4 • Loss of Earnings Up To $500/Day .....................................................................................4 Who Is An Insured Amendments • Employee Bodily Injury To A Co-Employee.........................................................................4 • Newly Formed Or Acquired Organizations For Up To 180 Days ...........................................4 • Blanket Additional Insured —Vendors —As Required By Contract........................................4 • Blanket Additional Insured—Lessor Of Leased Equipment..................................................6 • Blanket Additional Insured —Managers Or Lessors Of Premises..........................................6 • Blanket Additional Insured —State Or Governmental Agency Or Subdivision Or Political Subdivision—Permits Or Authorizations .........................................................7 • Blanket Additional Insured —State Or Governmental Agency Or Subdivision Or Political Subdivision —Permits Or Authorizations Relating To Premises ........................8 Damage To Premises Rented To You — $300,000.........................................................................9 Medical Payments Increased Limit — $10,000 Or Amount Shown on Declarations...........................9 Conditions • Knowledge of Occurrence, Offense, Claim Or Suit Amended...............................................9 • Unintentional Failure To Disclose Hazards .........................................................................9 • Waiver of Subrogation..................................................................................................... 10 InsuredContract Amended.......................................................................................................... 10 Personal And Advertising Injury Redefined • Televised, Videotaped Or Electronic Publication ............................................................... 10 W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office,Inc.,w ith its permission. Page 1 of 10 COMMERCIAL GENERAL LIABILITY WNGL390818 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Commercial General Liability Coverage Form identified in this endorsement will be amended as shown below. SECTION I— COVERAGES AMENDMENTS (3) Parking an "auto" on, or on the ways next to, COVERAGE A — BODILY INJURY AND PROPERTY premises you own or rent, provided the"auto" DAMAGE LIABILITY is not owned by or rented or loaned to you or the insured; A. Non Owned Aircraft Or Watercraft (4) Liability assumed under any "insured con- Item 2. Exclusions, Paragraph g. is replaced by the tract" for the ownership, maintenance or use following: of aircraft or watercraft; or g. Aircraft, Auto Or Watercraft (5) "Bodily injury" or "property damage" arising "Bodily injury" or"property damage" arising out of out of: the ownership, maintenance, use or entrustment (a) The operation of machinery or equipment to others of any aircraft, "auto" or watercraft that is attached to, or part of, a land owned or operated by or rented or loaned to any vehicle that would qualify under the insured. Use includes operation and "loading or definition of"mobile equipment" if it were unloading". not subject to a compulsory or financial This exclusion applies even if the claims against responsibility law or other motor vehicle any insured allege negligence or other wrong- insurance law where it is licensed or doing in the supervision, hiring, employment, principally garaged; or training or monitoring of others by that insured, if (b) The operation of any of the machinery or the "occurrence" which caused the "bodily injury" equipment listed in Paragraph f. (2) or f. or "property damage" involved in the ownership, (3) of the definition of "mobile equip- maintenance, use or entrustment to others of any ment". aircraft, "auto" or watercraft that is owned or B. Damage To Property Coverage Extensions operated by or rented or loaned to any insured. This exclusion does not apply to: Item 2. Exclusions, Paragraph j. is replaced by the following: (1) A watercraft while ashore on premises you own or rent; j. Damage To Property (2) A watercraft you do not own that is: "Property damage" to: Less than 50 feet Ion and (1) Property you own, rent, or occupy, including (a) g any costs or expenses incurred by you, or (b) Not being used to carry persons or prop- any other person, organization or entity, for erty for a charge; repair, replacement, enhancement, restora- This Subparagraph (2)applies to any person, tion or maintenance of such property for any who with your expressed or implied consent, reason, including prevention of injury to a either uses or is responsible for the use of the person or damage to another's property; watercraft; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office,Inc.,w ith its permission. Page 2 of 10 (3) Property loaned to you; The insurance provided for "property damage" from (4) Personal property in the care, custody or con- the use of elevators and for "property damage" to trol of the insured; borrowed equipment is excess over any other valid (5) That particular part of real property on which and collectible property insurance (including any de- you or any contractors or subcontractors ductible portion thereof) available to the insured working directly or indirectly on your behalf whether primary, excess,contingent or on any other are performing operations, if the "property basis. damage" arises out of those operations; or C. Damage To Premises Rented To You (6) That particular part of any property that must Item 2. Exclusions, the last paragraph is replaced by be restored, repaired or replaced because the following: "your work" was incorrectly performed on it. Exclusions c. through n. do not apply to damage by Paragraphs (1), (3) and (4) of this exclusion do not fire, lightning, explosion or sprinkler leakage to apply to "property damage" (other than damage by premises while rented to you or temporarily occupied fire, lightning, explosion or sprinkler leakage) to by you with permission of the owner. A separate limit premises, including the contents of such premises, of insurance applies to this coverage as described in rented to you for a period of seven or fewer Paragraph 6. of SECTION III — LIMITS OF consecutive days. A separate limit of insurance INSURANCE. applies to Damage To Premises Rented To You as described in SECTION III—LIMITS OF INSURANCE. COVERAGE B — PERSONAL AND ADVERTISING However, the provisions of this paragraph do not INJURY LIABILITY apply if coverage for Damage To Premises Rented To You is excluded by endorsement. D. Personal And Advertising Injury Item 2. Exclusions is amended by replacing Sub- Paragraph (2) of this exclusion does not apply if the paragraphs b. and c. with the following: premises are "your work" and were never occupied, rented or held for rental by you. b. Material Published With Knowledge Of Falsity Paragraphs (3) and (4) of this exclusion do not apply "Personal and advertising injury" arising out of to the use of elevators. oral, written, televised, videotaped or electronic publication, in any manner, of material, if done by Paragraphs (3), (4), (5) and (6) of this exclusion do or at the direction of the insured with knowledge not apply to liability assumed under a sidetrack of its falsity. agreement. c. Material Published Prior To Policy Period Paragraph (4) of this exclusion does not apply to "Personal and advertising injury" arising out of "property damage" to borrowed equipment while not oral, written, televised, videotaped or electronic being used to perform operations at the jobsite. publication, in any manner, of material whose first Subject to Paragraph 2.of SECTION III—LIMITS OF publication took place before the beginning of the INSURANCE, the rules below fix the most we will pay policy period. for "property damage" under this provision: (1) $25,000 any one "occurrence", regardless of the SUPPLEMENTARY PAYMENTS —COVERAGES A number of persons or organizations who sustain AND B damages because of that "occurrence"; E. Supplementary Payments —Coverages A and B (2) $50,000 annual aggregate; and Item 1. is amended by replacing Subparagraphs b. (3) We will pay only for damages in excess of$2,500 and d. with the following: as a result of any one'occurrence", regardless of b. Up to $5,000 for cost of bail bonds required be- the number of persons or organizations who cause of accidents or traffic law violations arising sustain damages because of that "occurrence". out of the use of any vehicle to which the Bodily We may, or if required by law, pay all or any part Injury Liability Coverage applies. We do not have of any deductible amount, if applicable, to effect to fumish these bonds. settlement of any claim or "suit". Upon notice of our payment of a deductible amount, you shall d. All reasonable expenses incurred by the insured promptly reimburse us for the part of the at our request to assist us in the investigation or deductible amount a paid. defense of the claim or"suit', including actual loss of earnings up to $500 a day because of time off Paragraph (6) of this exclusion does not apply to from work. "property damage" included in the "products-com- pleted operations hazard". W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w fth its permission. Page 3 of 10 SECTION II—WHO IS AN INSURED AMENDMENTS The following are added: A. Employee Bodily Injury To A Co-Employee C. Blanket Additional Insured — Vendors — As Re- Paragraph 2. a.(1) is replaced by the following: quired By Contract However, none of these "employees" or "volunteer 1. Section II — Who Is An Insured is amended to workers" are insureds for "bodily injury" or "personal include as an additional insured any person(s) or and advertising injury": organization(s) (referred to throughout this (a) To you, to your partners or members (if you are a endorsement as vendor) with whom you have partnership or joint venture), to your members (if agreed in a written contract, executed prior to you are a limited liability company), to a co- loss, to name as an additional insured, but only "employee" while in the course of his or her with respect to "bodily injury" or "property employment or performing duties related to the damage" arising out of your products" which are conduct of your business, or to your other distributed or sold in the regular course of the "volunteer workers" while performing duties vendor's business. related to the conduct of your business; However, (b) To the spouse, child, parent, brother or sister of a. The insurance afforded to such vendor only the co-"employee" or "volunteer worker' as a applies to the extent permitted by law; and consequence of Paragraph (1)(a) above; b. If coverage provided to the vendor is required (c) For which there is any obligation to share by a contract or agreement, the insurance damages with or repay someone else who must afforded to such vendor will not be broader pay damages because of the injury described in than that which you are required by the Paragraph (1)(a) or(b) above; or contract or agreement to provide for such (d) Arising out of his or her providing or failing to vendor. provide professional health care services. 2. With respect to the insurance afforded to these However, if a suit seeking damages for "bodily injury" vendors, the following additional exclusions or "personal and advertising injury" to any co- apply: "employee" or other "volunteer worke►' arising out of a. The insurance afforded the vendor does not and in the course of the co-"employee's" or"volunteer apply to: worker's" employment or while performing duties (1) "Bodily injury" or "property damage" for related to the conduct of your business, or a suit which the vendor is obligated to pay dam- seeking damages brought by the spouse, child, ages by reason of the assumption of parent, brother or sister of the co-"employee" or other liability in a contract or agreement. This "volunteer worker", is brought against you or a co- exclusion does not apply to liability for "employee" or a "volunteer worker", we will reimburse damages that the vendor would have in the reasonable costs that you incur in providing a the absence of the contract or defense to the co-"employee" or "volunteer worker" agreement; against such matters. Any reimbursement made (2) Any express warranty unauthorized by pursuant to this sub-section will be in addition to the you; limits of liability set forth in the Declarations. (3) Any physical or chemical change in the B. Newly Acquired Organizations product made intentionally by the vendor; Paragraph 3. a. is replaced by the following: (4) Repackaging, except when unpacked a. Coverage under this provision is afforded only solely for the purpose of inspection, until the 180th day after you acquire or form the demonstration, testing, or the organization or the end of the policy period, substitution of parts under instructions whichever is earlier; from the manufacturer, and then repackaged in the original container; W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w ith its permission. Page 4 of 10 (5) Any failure to make such inspections, 4. With respect to the insurance afforded to these adjustments, tests or servicing as the vendors, the following is added to Section III — vendor has agreed to make or normally Limits Of Insurance: undertakes to make in the usual course If coverage provided to the vendor is required by of business, in connection with the a contract or agreement, the most we will pay on distribution or sale of the products; behalf of the vendor is: (6) Demonstration, installation, servicing or a. The minimum amount required by the repair operations, except such contract or agreement; or operations performed at the vendor's premises in connection with the sale of b. The Limits of Insurance shown in the the product; Declarations; (7) Products which, after distribution or sale whichever is less. by you, have been labeled or relabeled or used as a container, part or ingredient of This endorsement shall not increase the any other thing or substance by or for the applicable Limits of Insurance shown in the vendor; or Declarations. (8) "Bodily injury or "property damage" 5. With respect to the insurance afforded to these arising out of the sole negligence of the additional insureds, the following additional vendor for its own acts or omissions or exclusion applies: those of its employees or anyone else This insurance does not apply to: acting on its behalf. However, this a. "Bodily injury", "property damage" or exclusion does not apply to: "personal and advertising injury" arising out (i) The exceptions contained in of the rendering of, or the failure to render, Subparagraphs (4) or (6); or any professional architectural, engineering or (i1) Such inspections, adjustments, tests surveying services, including: or servicing as the vendor has (1) The preparing, approving, or failing to agreed to make or normally prepare or approve, maps, shop undertakes to make in the usual drawings, opinions, reports, surveys, course of business, in connection field orders, change orders or drawings with the distribution or sale of the and specifications; or products. (2) Supervisory, inspection, architectural or 3. This Provision C. does not apply: engineering activities. a. To any insured person or organization from This exclusion applies even if the claims whom you have acquired such products, or against an additional insured allege any ingredient, part or container, entering negligence or other wrongdoing in the into, accompanying or containing such supervision, hiring, employment, training products; or monitoring of others by that insured, if b. To any vendor for which coverage as an addi- the "occurrence" which caused the tional insured specifically is scheduled by "bodily injury" or "property damage", or endorsement; or the offense which caused the "personal c. When liability included within the "products- and advertising injury", involved the completed operations hazard" has been ex- rendering of or failure to render any cluded for such product either by the provi- professional services by you with respect sions of the coverage part or by endorse- to your providing engineering, ment. architectural or surveying services in your capacity as an engineer, architect or surveyor. W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office,Inc.,w ith its permission. Page 5 of 10 4. With respect to the insurance afforded to these D. Blanket Additional Insured — Lessor Of Leased additional insureds, the following additional Equipment exclusion applies: 1. Section II — Who Is An Insured is amended to This insurance does not apply to: include as an additional insured any person(s) or a. "Bodily injury", "property damage" or organization(s) from whom you lease equipment when you and such person(s) or organization(s) "personal and advertising injury" arising out of the rendering of, or the failure to render, have agreed in writing in a contract or agreement, executed prior to loss, that such person(s) or any professional architectural, engineering or organization(s) be added as an additional insured surveying services, including: on your policy. Such person(s) or organization(s) (1) The preparing, approving, or failing to is an insured only with respect to liability for prepare or approve, maps, shop "bodily injury", "property damage" or "personal drawings, opinions, reports, surveys, and advertising injury"caused, in whole or in part, field orders, change orders or drawings by your maintenance, operation or use of and specifications; or equipment leased to you by such person(s) or (2) Supervisory, inspection, architectural or organization(s). engineering activities. However, the insurance afforded to such This exclusion applies even if the claims additional insured: against an additional insured allege a. Only applies to the extent permitted by law; negligence or other wrongdoing in the and supervision, hiring, employment, training or b. Will not be broader than that which you are monitoring of others by that insured, if the required by the contract or agreement to "occurrence" which caused the"bodily injury" provide for such additional insured. or "property damage", or the offense which A person's or organization's status as an addi- caused the "personal and advertising injury", tional insured under this endorsement ends when involved the rendering of or failure to render their contract or agreement with you for such any professional services by you with respect leased equipment ends. to your providing engineering, architectural or surveying services in your capacity as an 2. With respect to the insurance afforded to these engineer, architect or surveyor. additional insureds, this insurance does not apply to any "occurrence" which takes place after the E. Blanket Additional Insured — Managers Or Les- equipment lease expires. sors Of Premises 3. With respect to the insurance afforded to these 1. Section II — Who Is An Insured is amended to additional insureds, the following is added to include as an additional insured any person(s) or Section III—Limits Of Insurance: organization(s) with whom you have agreed in a If coverage provided to the additional insured is written contract, executed prior to loss, to name required by a contract or agreement, the most we as an additional insured, but only with respect to will pay on behalf of the additional insured is: liability arising out of the ownership, maintenance a. The minimum amount required by the or use of that part of the premises leased to you, contract or agreement; or subject to the following additional exclusions: b. The Limits of Insurance shown in the This insurance does not apply to: Declarations; a. Any"occurrence" which takes place after you whichever is less. cease to be a tenant in that premises. This endorsement shall not increase the b. Structural alterations, new construction or applicable Limits of Insurance shown in the demolition operations performed by or on Declarations. behalf of such additional insured. W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office,Inc.,w ith its permission. Page 6 of 10 However: F. Blanket Additional Insured — State Or a. The insurance afforded to such additional Governmental Agency Or Subdivision Or Political insured only applies to the extent permitted Subdivision —Permits Or Authorizations by law; and Section II — Who Is An Insured is amended to in- b. If coverage provided to the additional insured clude as an additional insured any state or is required by a contract or agreement, the governmental agency or subdivision or political insurance afforded to such additional insured subdivision with whom you have agreed in a written will not be broader than that which you are contract, executed prior to loss, to name as an required by the contract or agreement to additional insured, subject to the following provisions: provide for such additional insured. 1. This insurance applies only with respect to op- 2. With respect to the insurance afforded to these erations performed by you or on your behalf for additional insureds, the following is added to which the state or governmental agency or sub- Section III—Limits Of Insurance: division or political subdivision has issued a If coverage provided to the additional insured is permit or authorization. required by a contract or agreement, the most we However: will pay on behalf of the additional insured is: a. The insurance afforded to such additional a. The minimum amount required by the insured only applies to the extent permitted contract or agreement; or by law; and b. The Limits of Insurance shown in the b. If coverage provided to the additional insured Declarations; is required by a contract or agreement, the insurance afforded to such additional insured whichever is less. will not be broader than that which you are This endorsement shall not increase the required by the contract or agreement to applicable Limits of Insurance shown in the provide for such additional insured. Declarations. 2. This insurance does not apply to: 3. With respect to the insurance afforded to these a. "Bodily injury", "property damage" or "per- additional insureds, the following additional sonal and advertising injury" arising out of op- exclusion applies: erations performed for the federal govern- This insurance does not apply to: ment, state or municipality; or a. "Bodily injury", "property damage" or b. "Bodily injury" or "property damage" included "personal and advertising injury" arising out within the "products-completed operations of the rendering of, or the failure to render, hazard". any professional architectural, engineering or 3. With respect to the insurance afforded to these surveying services, including: additional insureds, the following is added to (1) The preparing, approving, or failing to Section III—Limits Of Insurance: prepare or approve, maps, shop If coverage provided to the additional insured is drawings, opinions, reports, surveys, required by a contract or agreement, the most we field orders, change orders or drawings will pay on behalf of the additional insured is: and specifications; or a. The minimum amount required by the (2) Supervisory, inspection, architectural or contract or agreement; or engineering activities. b. The Limits of Insurance shown in the This exclusion applies even if the claims against an additional insured allege Declarations; negligence or other wrongdoing in the whichever is less. supervision, hiring, employment, training or This endorsement shall not increase the monitoring of others by that insured, if the applicable Limits of Insurance shown in the "occurrence" which caused the"bodily injury" Declarations. or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w ith its permission. Page 7 of 10 4. With respect to the insurance afforded to these b. The construction, erection or removal of additional insureds, the following additional elevators; or exclusion applies: c. The ownership, maintenance or use of any This insurance does not apply to: elevators covered by this insurance. a. "Bodily injury", "property damage" or However, "personal and advertising injury" arising out a. The insurance afforded to such additional of the rendering of, or the failure to render, insured only applies to the extent permitted any professional architectural, engineering or by law; and surveying services, including: b. If coverage provided to the additional insured (1) The preparing, approving, or failing to is required by a contract or agreement, the prepare or approve, maps, shop insurance afforded to such additional insured drawings, opinions, reports, surveys, will not be broader than that which you are field orders, change orders or drawings required by the contract or agreement to and specifications; or provide for such additional insured. (2) Supervisory, inspection, architectural or 2. With respect to the insurance afforded to these engineering activities. additional insureds, the following is added to This exclusion applies even if the claims Section III—Limits Of Insurance: against an additional insured allege If coverage provided to the additional insured is negligence or other wrongdoing in the required by a contract or agreement, the most we supervision, hiring, employment, training or will pay on behalf of the additional insured is: monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" a. The minimum amount required by the or "property damage", or the offense which contract or agreement; or caused the "personal and advertising injury", b. The Limits of Insurance shown in the involved the rendering of or failure to render Declarations; any professional services by you with respect to your providing engineering, architectural or whichever is less. surveying services in your capacity as an This endorsement shall not increase the engineer, architect or surveyor. applicable Limits of Insurance shown in the G. Blanket Additional Insured — State Or Declarations. Governmental Agency Or Subdivision Or Political 3. With respect to the insurance afforded to these Subdivision —Permits Or Authorizations Relating additional insureds, the following additional To Premises exclusion applies: Section II — Who Is An Insured is amended to in- This insurance does not apply to: clude as an additional insured any state or a. "Bodily injury", "property damage" or governmental agency or subdivision or political "personal and advertising injury" arising out subdivision with whom you have agreed in a written of the rendering of, or the failure to render, contract, executed prior to loss, to name as an any professional architectural, engineering or additional insured, subject to the following provision: surveying services, including: 1. This insurance applies only with respect to the fol- (1) The preparing, approving, or failing to lowing hazards for which the state or prepare or approve, maps, shop governmental agency or subdivision or political drawings, opinions, reports, surveys, subdivision has issued a permit or authorization field orders, change orders or drawings in connection with premises you own, rent or and specifications; or control and to which this insurance applies: (2) Supervisory, inspection, architectural or a. The existence, maintenance, repair, engineering activities. construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office,Inc.,w ith its permission. Page 8 of 10 This exclusion applies even if the claims SECTION IV — COMMERCIAL GENERAL LIABILITY against an additional insured allege CONDITIONS AMENDMENTS negligence or other wrongdoing in the supervision, hiring, employment, training or A. Knowledge Of Occurrence monitoring of others by that insured, if the Item 2. Duties In The Event Of Occurrence, Of- "occurrence" which caused the"bodily injury" fense, Claim or Suit is amended by adding the fol- or "property damage", or the offense which lowing: caused the "personal and advertising injury", e. You must give us or our authorized representa- involved the rendering of or failure to render tine prompt notice of an "occurrence", claim or any professional services by you with respect loss only when the "occurrence", claim or loss is to your providing engineering, architectural or known to: surveying services in your capacity as an engineer, architect or surveyor. (1) You, if you are an individual; (2) A partner, if you are a partnership; SECTION III—LIMITS OF INSURANCE AMENDMENTS (3) An executive officer or insurance manager, if you are a corporation; or A. Damage To Premises Rented To You (4) A member or manager, if you are a limited Paragraph 6. is replaced by the following: liability company. 6. Subject to Paragraph 5. above, the most we will B. Other Insurance pay under Coverage A for damages because of Item 4. Other Insurance, b. Excess Insurance (1) "property damage" to any one premises, while a it is replaced b the following: rented to you, or in the case of damage by fire, ( ) ( ) p y g' lightning, explosion or sprinkler leakage, while (ii) That is fire, lightning, explosion or sprinkler leak- rented to you or temporarily occupied by you with age insurance for premises rented to you or permission of the owner is the greater of: temporarily occupied by you with permission of the owner; a. $300,000; or C. Unintentional Failure To Disclose Hazards b. The amount shown next to the Damage To Item 6. Representations is replaced by the following: Premises Rented To You Limit in the Decla- rations. 6. Representations And Unintentional Failure To Disclose Hazards However, the provisions of this paragraph do not apply if Damage To Premises Rented To You a. By accepting this policy, you agree: Coverage is excluded by endorsement. (1) The statements in the Declarations are B. Medical Expense Limit accurate and complete; Paragraph 7. is replaced with the following: (2) Those statements are based upon repre- sentations you made to us;and 7. Subject to Paragraph 5. above, the most we will (3) We have issued this policy in reliance pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one upon your representations. e greater of: b. If you unintentionally fail to disclose any haz- perso is is the or ards existing at the inception date of your a. $n policy, we will not deny coverage under this b. The amount shown next to the Medical Ex- Coverage Part because of such failure. pense Limit in the Declarations. However, this provision does not affect our This insurance does not apply if coverage for right to collect additional premium or exercise Medical Expenses is excluded either by the pro- our right of cancellation or non-renewal. visions of the coverage part or by endorsement. W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w ith its permission. Page 9 of 10 D. Waiver of Subrogation SECTION V— DEFINITIONS AMENDMENTS Item 8. Transfer of Rights of Recovery Against A. Insured Contract Amended Others to Us is hereby amended by the addition of Paragraph 9. a.is replaced by the following: the following: We waive any right of recovery we may have because a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that of payments we make for injury or damage arising out of your ongoing operations or"your work" done under indemnifies any person or organization for damage by fire, lightning, explosion or sprinkler a written contract, executed prior to loss, requiring such waiver with that person or organization and leakage to premises while rented to you or temporarily occupied by you with permission of included in the "products-completed operations hazard". However, our rights may only be waived the owner is not an "insured contract"; prior to the "occurrence" giving rise to the injury or B. Personal And Advertising Injury Redefined damage for which we make payment under this Paragraph 14. d. and e.are replaced by the following: Coverage Part. The insured must do nothing after a loss to impair our rights. At our request, the insured d. Oral, written, televised, videotaped or electronic will bring "suit"or transfer those rights to us and help publication of material that slanders or libels a us enforce those rights. person or organization or disparages a person's or organization's goods, products or service; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; W N GL 39 08 18 Includes copyrighted material of the Insurance Service Office, Inc.,w ith its permssion. Page 10 of 10 POLICY NUMBER:CPP 1143535 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): AS REQUIRED BY WRITTEN CONTRACT WHERE YOU AGREED TO PROVIDE A SEPARATE GEN. AGGRE- GATE LIMIT FOR EACH PROJECT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gate Limit for that designated construction gaily obligated to pay as damages caused by project. Such payments shall not reduce ti "occurrences" under Section I - Coverage A, the General Aggregate Limit shown in the and for all medical expenses caused by acci- Declarations nor shall they reduce any dents under Section I - Coverage C, which other Designated Construction Project can be attributed only to ongoing operations General Aggregate Limit for any other at a single designated construction project designated construction project shown in shown in the Schedule above: the Schedule above. 1. A separate Designated Construction Proj- 4. The limits shown in the Declarations for ect General Aggregate Limit applies to Each Occurrence, Damage To Premises each designated construction project, and Rented To You and Medical Expense that limit is equal to the amount of the continue to apply. However, instead of General Aggregate Limit shown in the being subject to the General Aggregate g Declarations. Limit shown in the Declarations, such 2. The Designated Construction Project Gen- limits will be subject to the applicable eral Aggregate Limit is the most we will Designated Construction Project General pay for the sum of all damages under Aggregate Limit. Coverage A, except damages because of B. For all sums which the insured becomes "bodily injury" or "property damage" legally obligated to pay as damages caused by included in the "products-completed oper- "occurrences" under Section I - Coverage A, ations hazard", and for medical expenses and for all medical expenses caused by under Coverage C regardless of the accidents under Section I - Coverage C, number of: which cannot be attributed only to ongoing a. Insureds; operations at a single designated construction project shown in the Schedule above: b. Claims made or "suits" brought; or 1. Any payments made under Coverage A c. Persons or organizations making for damages or under Coverage C for claims or bringing "suits". medical expenses shall reduce the amount 3. Any payments made under Coverage A available under the General Aggregate for damages or under Coverage C for Limit or the Products-completed Opera- medical expenses shall reduce the Desig- tions Aggregate Limit, whichever is ap- nated Construction Project General Aggre- plicable; and CG 25 03 05 09 * Insurance Services Office, Inc., 2008 2. Such payments shall not reduce any Des- D. If the applicable designated construction proj- ignated Construction Project General ect has been abandoned, delayed, or aban- Aggregate Limit. doned and then restarted, or if the authorized C. When coverage for liability arising out of the contracting parties deviate from plans, blue- "products-completed operations hazard" is prints, designs, specifications or timetables, provided, any payments for damages because the project will still be deemed to be the same of "bodily injury" or "property damage" in- construction project. cluded in the "products-completed operations E. The provisions of Section III — Limits Of In- hazard" will reduce the Products-completed surance not otherwise modified by this Operations Aggregate Limit, and not reduce endorsement shall continue to apply as the General Aggregate Limit nor the Desig- stipulated. nated Construction Project General Aggregate Limit. Page 2 of 2 m Insurance Services Office, Inc., 2008 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 ............................................................. 1-7 1-06 Control of Material ......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public ................ 1-10 1-08 Prosecution and Progress ................................................ 1-14 1-09 Measurement and Payment ............................................. 1-18 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................ 2-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt ............................................................. 5-1 LOCATION MAP AND CROSS SECTION DETAILS .............................. A-1 PREVAILING WAGE RATES.............................................................. A-2 2023 Asphalt Grinding/Araucto March 13, 2023 Project Number: 23-3001.2 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2023 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 BYADDING 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 2023 Asphalt Grinding/Araucto 1 - 1 March 13, 2023 Project Number: 23-3001.2 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (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 2023 Asphalt Grinding/Araucto 1 - 2 March 13, 2023 Project Number: 23-3001.2 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 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 httt)s://www.kentwa.ciov/pav-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 2023 Asphalt Grinding/Araucto 1 - 3 March 13, 2023 Project Number: 23-3001.2 Insurance Commissioner, and (2) appear on the current Authorized 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 Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 2023 Asphalt Grinding/Araucto 1 - 4 March 13, 2023 Project Number: 23-3001.2 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "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 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 2023 Asphalt Grinding/Araucto 1 - 5 March 13, 2023 Project Number: 23-3001.2 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS; 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING; 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 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 2023 Asphalt Grinding/Araucto 1 - 6 March 13, 2023 Project Number: 23-3001.2 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. 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. 2023 Asphalt Grinding/Araucto 1 - 7 March 13, 2023 Project Number: 23-3001.2 SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes 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 1-05.7IS 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 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. 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 2023 Asphalt Grinding/Araucto 1 - 8 March 13, 2023 Project Number: 23-3001.2 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 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 2023 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. 2023 Asphalt Grinding/Araucto 1 - 9 March 13, 2023 Project Number: 23-3001.2 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. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 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(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 2023 Asphalt Grinding/Araucto 1 - 10 March 13, 2023 Project Number: 23-3001.2 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. 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: None 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 2023 Asphalt Grinding/Araucto 1 - 11 March 13, 2023 Project Number: 23-3001.2 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 SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE 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. SECTION 1-07.17IS 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: 2023 Asphalt Grinding/Araucto 1 - 12 March 13, 2023 Project Number: 23-3001.2 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Lumen Comcast Tanaiya Anderson Aaron Cantrel 253-313-8961 206-510-4222 (cell) TanaiyaAnderson@lumen.com Aaron Cantrel@comcast.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) 2023 Asphalt Grinding/Araucto 1 - 13 March 13, 2023 Project Number: 23-3001.2 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 BYADDING 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 2023 Asphalt Grinding/Araucto 1 - 14 March 13, 2023 Project Number: 23-3001.2 carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 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. 2023 Asphalt Grinding/Araucto 1 - 15 March 13, 2023 Project Number: 23-3001.2 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 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. 2023 Asphalt Grinding/Araucto 1 - 16 March 13, 2023 Project Number: 23-3001.2 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(6) 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. 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 2023 Asphalt Grinding/Araucto 1 - 17 March 13, 2023 Project Number: 23-3001.2 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 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 provide 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 SECTION 1-09.7IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-09.7 Mobilization Mobilization shall also include moving any and all personnel, materials and equipment from one site to another as specified in the Contract documents. SECTION 1-09.9 IS SUPPLEMENTED BYADDING 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 2023 Asphalt Grinding/Araucto 1 - 18 March 13, 2023 Project Number: 23-3001.2 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. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, 2023 Asphalt Grinding/Araucto 1 - 19 March 13, 2023 Project Number: 23-3001.2 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. 2023 Asphalt Grinding/Araucto 1 - 20 March 13, 2023 Project Number: 23-3001.2 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. 2023 Asphalt Grinding/Araucto 2 - 1 March 13, 2023 Project Number: 23-3001.2 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.3(14) Planing Bituminous Pavement The planed material shall become the property of the City. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per half day for "Planing Bituminous Pavement" constitutes complete compensation for all materials, tools, equipment and labor necessary or incidental to plane the asphalt concrete pavement as specified on the plans or as directed by the Engineer. The time associated with moving the equipment will not be included in the half day time for planing bituminous pavement. Payment shall be made upon actual half days of work time, regardless of the full planing capacity of the equipment used. City crews will replace the removed asphalt following the planing. No payment will be made for work beyond the half day unless authorized in writing by the Engineer. Throughout the project, each working day may include a single half-day shift, two half-day shifts (morning and afternoon), or no half-day shifts. A half day is defined as four hours of asphalt planing, not including equipment setup, transport, fueling, filling with water, or maintenance time or other similar activities. If the City directs the Contractor to begin a half-day shift, the City will compensate the Contractor for a complete half-day shift even if the City stops the shift in fewer than four hours. 2023 Asphalt Grinding/Araucto 5 - 1 March 13, 2023 Project Number: 23-3001.2 The City will notify the Contractor at least 48 hours in advance of the anticipated schedule. The City will provide traffic control, trucks for hauling planed material and sweeping. The Contractor will provide a planing machine capable of planing 2,000 square yards in a 4-hour period, operators and spotters as needed to operate the planer. 2023 Asphalt Grinding/Araucto 5 - 2 March 13, 2023 Project Number: 23-3001.2 LOCATION MAP AND CROSS SECTION DETAILS 2023 Asphalt Grinding/Araucto A - 1 March 13, 2023 Project Number: 23-3001.2 .._ " •-": r � CITY OF KENT - - 2023 Asphalt Grinding r� •� Location Map :,- -- . Legend .,�:, � � / ^►Schedule I-Solid Waste Utility 0 Mapbook Index 3 ^p Schedule II-B&O 123 Location Index(see table below for details) H ! s LowHon OeurlPHon Grind TYPe .., . ... • i ._-,_ M1AwS imm S3lnM1 Streuto S]AStl,Streit rewd nal and hanm hu z M)nM1A S irem 3dP noM of 5—nd S[reetmnoM end or C Strett Gdntlng _ rre - 3 Wlamecatree imm Wtl,AveSw Was •.. adm eves szazm st toszamM1 st revue nmana mnrve as M x 6u sao-«imszrz oa sues[ c na:re i a I - rdlervadas sL l SE n �— re.•e o we sanM1 vaa m<aee:emeo-:..:I Lnn na an ren:ee ; ozrev ss irem sSLziasmrmsL�n v naandzrenae,:< eS h—S immSIIetM1 SYmzou[M1 site MCih Street nalana Trenrveru zatnvl SEISenznas irem se sent lWnglev naaameaat ens arensneet rewa nalana mnaveree I tl S111IS2111 nits ne I a Gdna nd 77 7 7— Pill ii Ll o �- M m T , • 1 1 , v - • „3 { A.P. Document Path.P.\Public\Operations\Streets\Pavement M nagement\Pro]eetSt3g29Wsphal[Grinding 2033 I Map Key Street Name Location Description Grind Type bast a a S 64 Avenue S S 216th Street to S 212nd Street Grinding m m h ti s 1ss st 'ass s 1ss St o� Sasai P // F� I S187 St A! / CD / O In I S 188 St I S Off' ����` S188 St 189 St S 190 St 9B f� `/ \`^ / SGladerS I Q S P/\ 9S\ yp �( {"� � I 4' < � s190 St I < v �;\ S 190 St S 192 St `\ I `J I In (n 191 P1 I ¢' 193 St 19z PI I S 194 St 1sa PI I �I I 0 S196St o QJ 3 a, j slsast ♦\ s 1ss PI j I m S 200 St I a, 200 St 1\ s zoo St 201 St P 201 s 202 St � t a S 203 St I / t 1 4f // a it I S 204 St n 1� 7 S 204 at ,/ S 204 St I / I 1 a 13 I 2086ig \\ S208 St 209 s, O 209 St T, 1 zas sr I 210 St g 211 sr zN'� t I zn s1 i zn St I 7 Q' 211 PI I v S 212 3t 5 -12 St 212 Il 213s p„N y3P a' I Southbound ; ne Las a \ 21— I 22 s I e °i Rive�' eJ 1 S 216 St I C :218 PIS 216 St I I—_————— S 2 •St 16 b� \` Q NI DI 21]Sty 21gq 6 \ / I S217 St rn z, a—�' xA D I \\ I 218 st 218 218, 5219 St I < �J /� -- I 3219 St 220 St 1 I ry�d x,s sy zzo S1 o I �` I Q S 220 st g zz°Pr t I / S 220 at I 5227 1 ry 222 St / Y— I � 222 PI N / —__T ________ 2Z ^ �� � -- I szzast I S 226 St I m n a 227 PI � 1 S 228 St N f \\ �a rn I I St I Veterans Dr I I S231 St j > 500 '°°°° 1,500 2°000 Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT 1 _ Schedule I -Solid Waste Utility _ Schedule II - B&O B1 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\ Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 4 SI P SE 1815� SE"I Map Key Street Name Location Description Grind Type P o sE,6zst 1 77th Ave S from S 212th Street to S 206th Street Longitudinal and Transverse ttlza3P 63E N 2 77th Ave S from 300'north of S 202nd Street to north end of City Street Grinding - 184 6 Benson East Neighborhood Benson East Neighborhood Grinding 15E III Ln W t sE t65 PI N 10 103rd PI SE from SE 216th St to SE 213th PI Longitudinal and Transverse E iBf SE166 S sE 1as s1 a' 12 86th Ave S I from S 228th St to south end of City Street Longitudinal and Transverse r 1 1610t S 188 St i�St I a3 SE 188 S[ P ten t.ES < st 18811 E 166 st < _N 3 51 ct NJ I/ ^ d < d 169 Ct egg sf ^ aSE189Cf'1n $190 St $190 st o 189 PI 7 e E 89 to N 190 St SE 190 St o 0 PI 90 ,11'1 a UnN Pnval 190 PI E1.to S555t f P` 3� sE te]cr s 192 st s 192 st SE 192 S- I 83 Pr sE t9a ia�. I _ I 5194 St N 18d `� _ E19as1 SE IMP I 51949- SE)� St < FAs st _ I � SE 196 S1 selesm SE 196 St I < S 196 St �o U.) N h ul S 198 St 198 St < 51981P hm < I I w vwi — I < SE 199 St a SE-fit w w n 3$ SE 200 St`�a ai S 200 St Q N $U 201 se $ Ez01s ,I s I S 202 St S 202 St II = N g >K 1 PI �Ezozcc S 202 St °�oL202-S1 m j - a w IIr�''11II e I rn y A 202 st u, 6Y„ N y < d S S203 St Il A2 P1 II ___ 203 PIPA Yt-- SEA o o5E 2065[a SE 203 P1 204 P ryy4 I > o$E 204 S[ 204 PI J� ro� x05 st 8 �A4 Plw y Q 205 st m oSE 2%St G n�g 20 P E. m SE 205 st S 206 St S 206 St a +++!rg R N > N 20206 PI N 4 SE 206 s 20�' > N a 05 P� SE 207 St SE,206 PIS 6E 308-S1t I J 20]5 $207 L7 W —5.20].RI — — — — I S 208 Vt S 2p8� °n' S 8 ' zm c1 4- y S 208 St L It 209S210 PI210w2115t SE 210 '32t2$t S 1 Pztt[nmiSE 212 St 'g ¢� $ SSE 212 St SE PI 212 S213 PI 5213 St' r `OPy = ztaP1 z1a 0t W v `sE 2135t SE 213 PI j JF SE 2ta sl N N -4 PI sU m ?]aAv y z13PI W wr v & y N I aN N - Q SE 21 dP1 Q SE 214 St _ W 214 PI JJ \¢S216 St j8 21651m T $E 276 S1 Elf 65t SE 215 St I SE 216 St 21 SE 217 St 5?16$t 216 PI 6 a N - n x'SE 21]St 116a++ I N S218 St 52185t u SEZ SE2185t 6Lah I ) N )Bg I sE 21eq SE 21' SE. to 219 PI 219 PI S SE c - SE 218 P1 - I nv > SE 220 S[ SFYp st 22051 SE $2220 S220 PI 20 SE 219 PI I m 221 PI220 p) SE 220 PI �p -Benson East gE 221q SE 2. S 222 St s 222 st J L i SE 222 St D SE 22Neighbork§O ^SE I szz3w szzz4 $ rpC SE 223 St ^p < SE 224 St �� s - 224 Sf 224 St f SE 223 PI I � 225 SI 8 124 PI z2a PI SE 2 _I SE usq z25 sr in (�¢ _ SE 225 St S 225 PI — I y h S 226 St Q y[5 PI SE 225 St f 22 6 St m 226 PI — — ]2651 +g St SE 226 St SE226 > 2265t a S 228 St Ti N ¢ 226 St 22]51 SE 227 S226PI 22 St— 2285t SE 228 St 'SE 227 PI _ ma PI SI 1 Q S230St z3ow 5�z sst �e .�9s _ 230 PI yQ y� 230 St E 230 PI ? m 5z31 St SE 231 SY OQ� 231 St I ry ++ J e F1, �_____ SE 232 Sta al 500 ',°°° 1,600 2°000 Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT #%V Schedule I -Solid Waste Utility I**4 Schedule II - B&O B2 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\—Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 Map Key Street Name Location Description Grind Type 9 y 9 SE 201th Place from 124th Ave SE to 460'west of 127th Place SE(includes cul-de-sacs) Longitudinal and Transverse ase,� 52a R y� SE'ez st 11114,11 _r, oP SE SE 18a 3t f, ' 1E3 Gt �M SE 183 St SE 184 st SE+eSw W , SE 184Q� /84 PI SE 184 Ply SE 183O+ N 185 St ¢>�SE 186 St IN \m 184 PI SE Q ¢' PI c0 sE]aes 186 St ti SE 786 PI SE 166 PI 186 St I f6' _P SE 187 St W ti SE 188 St N SE 7 - 18�PI 12 1 ¢g St mSE I" .y SE INWy 188 PI 189 Sl _ S 1 � E,139 C y w Sf,ssw w , 109 PI gG a 189 PI SE1� N 189 PI 5 C' PnvareBs PI 91 St a 1 180 PI 190 PI N Q 190 PI fE w sE te]� 1 t 191 PI 9 se+9a m SE 192 St 1a` w y J - SE 193 St 1111 W` - 19351 sE 183 w (n n � , 3E 19461n SF 95w SE 19531 SE 795 PI I J 6 ` N PI m d 1971 d ` �'S8 t 19]cl ¢> 9B SE 198 St r� ]P �i 1 St 198IX ¢ 198 St ` _ SE Ise SI ,9e Ct �1 198 PI SE 798 PI 198 St! sE 1.S, 19s ct fsss, 9 `` 5 m - Ilk e `� SE 200 St SE 200 St SE 200 St �+I SE 0 5E 201 SI 201 CI 201 S[ Q SE 201 StSt, �_SE 2M Ct ¢1---7 SE 2025t SE 202 PI SE 203 St m 131P/ g C e 14' SE 203 PI w� w ,204 St 5 W SE 203 PI q sE 204 Q V•y 4 120�2045t !n 0g SE 204 PI ` 5(`20 2os SE 204 St o E2PIS]st 2NC ] SE 208 St <m 220087 PPI'I ]3 2. uDai'& I 1 09 St 209 PI m �pyi 209 Dy20fi � 1 h L SE 210 St �aP12f0py SE.9. - `I 21051 > 2111, A SE 210 SI. SE 210 PI E208R 210PI- 1;I310 P1 2row Clr SE 211$1 / 7m w 211 Pla' `n a2" 211 Ct SE 212 St SE 212 PI Q 22` 212 PI 212 PI SE 212 PI \ Q W m 21�1 s 213 s`210 Ci�M1ryPS SE 2135t 21— 2t4 St N 243 C / 21351 Q Q 214 St zo- 214st 214 PI b I I S I t E 214$l w _m t - w E 215 St `a' N 2155[ 215% 215 St 5Eti 4VJy a i SE 218 St SE 216 St- SE 218 St SE 216 St sE 217sr w y r]st z,]st 6w s s 81 R N }� 215E 21]P/ ' \ 7;�I SE 217 PI aee �h SE 21]PI W 1218 PI MB% � ` 218 PI to I iSE 218 St SE 219 PI 18 C1 _ 20 t 22051 mS E 218 P; N , 11 Ir , y SE 210 PI 2z9 5 229 Sl « _ ; 1 SE 220 St 0PI E SE fi 221 H - t gi �Av _ 4E221 PI I 1 SE.2Ct 222 St SEZZ3Dr aqr �26P za8°+ m 2x+y` �n P I � S SE 2?S zzs SE 224 St s ryy4 �' r w SE 224 St c St s a fi m g I SE 224 St h �"' m J a 225PIL 226 St g 22fi StV SE z26P SE 226 st y I Q N n SSE 22fi PI 1\�\ G 1 '71SE 22]PI * SE 22]s, 22]By 1 I SE 227 SL r � 1 1 2. SE 2280 SA 2A 9 SE—P1 I� 1� SE 228 St s� SE 228P g29s SE 2b 239 w- SE 22%e _, 5 zstS` z31 cl JsE 211 s\ s°° 1,000 ',s°° 2°000 Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT 4 _ Schedule I -Solid Waste Utility _ Schedule II - B&O B3 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\ Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 1 Veterans Dr I I I I I I z S 231 St I P 62 _ III to 232 \\ H y�S 232St Sys Z2pl3 2 v.1If Northbound 3 Middle Lane PI m w t sz34st = 6ar t 181 I //, a za6 st% Pn S236 St sw I c—as S (r 2a6 � .per' �95t �P _ I " 23)PI CgF'44iU 523, sN z3851 �238 P1 `C gPl lsy?pl �SY/1. N 523y9 p wMorton St 5`L eG 9 Westbound N < sa'ses - � I z we \� Lane 5 39P' I & S 240 St M za1 s1 azgy - Urnes St Northbound N N Sh ulde q Q — m rz43 PI 516 ---- • � 3 ' 3 wsam st I ��,r///���■8 243 St T ' — a w ryQ l James Ln S 241 St Ln R \ N ` z _ 1'9 245 Ct \ lth$t \ Q J \ a I N 246 CI \ \ W Han \ E Q 70li:�-5t \ I W Meeker St t W Mee W$m t x4*ct \ U I \ I _ S 248 St U S 248 St N N / V• Q Q aa� zae pl I —— S 248 PI c W 0 4 rypPN S249 St Saar St m '� ro 9P f ����\N s24sst 9 �y z zsost ti " t 1 �I� �1" 5249P1 N$R 516 - �'a Q \$t W Wlllis st rn v� 2515t " 251P mC6e 1\\�—�+, IN 5 --__ _ 2251 PI 2*5PI ch 51 5251 PI a25 at I 251 v Q 252PI N 25251 \t // q2 , _ /, I Raael Pl 8 St �- I o=j Q5252 PI 45 nv P 1 ��� IIS251 PI/ /I 1 _ ti I t S23 _ Northb'ound 5 _ s si .9ii cler 1 Is2s3st j l 1 dW 1 e s aC s w a 1 i 1 1 a Y It 1 � m d � S m 2sa Pi x5a s1 �a szsa sr � �IIs 2�Pl i; 1 � m wl rm Urenmt n a s 1 1 S 255 Stm " i S 256 s 1 JJ zzs6 a 25 `I 1 1 tO S 25�lstl ; 1 I T w ¢ 5257 £ -- -__— ' ` 51 o a I Q 260 S4 � S 260 St 5 8261 St \ S 261 St s261 PI S26\`�` /—�_�� I / 1 \a m S 262 St i I rt 1 S 262 St S 262 St a 26 s Q� 5 ¢' d ro� rn S 283 St 1 1 € > < P yom rset LnCo 28551 y HemplonW JN 13 W9 4so- a p Hampton Wy`se '4arser� 167 1 1 — 1amerb✓i U E I S 268 St penwlch 268l 269 St - N 269 Q Camaby S 269 St I a'mPy1 1 5 e _ I s 2)o St 5270 St - - `rG C I m n1 s a y e'ap sA I - a I S 272 St S 272 St 1 I Map Key street Name Location Description Grind Type 1 I 3 W James Street from 64th Ave S to Washington Ave N Grinding 7 Military Road S from Bolger Road to PCC Pavement Grinding 1 1 11 33rd Ave S from S 259th Ln to S 256th St Longitudinal and Transverse 14 Military Road S 252 St to S 249 St Grinding S 277 St 1 � 15 Military Road 38 Av 5 to S 243 St Grinding I 500 ,,°°° 1,500 z°°°°Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT #%V Schedule I -Solid Waste Utility I**4 Schedule II - B&O C1 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\_Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 S 228 st `'i 6' d 228 St ` 22 b - $ I /$ SE 227 �" M s fSE227 PI z $ !n' - •69 sz2eel Tee 61 SE 228 St 22b St I 226 PI SI 6 I z 1 rn P 1T9 s1 S a s 230 St Q ¢St.P1 230 11 a0'e�. 230 St E 230 P1 Z — 8231 St SE 23f 51 80 PIf I Z Q f SE 232 Sto 15 S 232 St Q Novak Ln C /` ,G w SE 232 SSE 232 PI n '� N PI STa4 PI Q $ SE 234 St P1 3T23 N 9fiC c 23551 235 PI a SE 23a PI y SE235 M �y f ^ 234• C—a Sid wCole$t $ S235 PI PI— S.,Pl z,P1 yP Sf2365t o� �a�s�°P PI .rp % es sE 236 st 1 y 5236 _L SE 236 PI Z Z �L � � '3236 PI Z 236PI EQ Q 6 523]St SE 237 St SE 236 Bed pr 523]P h T3g St SE 23]S[ St 237t c 238 St M.51 _237 PI Z W Cloudy St 1 ¢ S 239 St SE 238 PI 230 PI eorge fit G _ _ — SE 2395f Q 2385[ ^ Q o S2 PI Q 1 T F223 lames St 239 PI 3 SE 240 St a W Kem Sla 5[ $240 St 240 PI Cedar Sty S.0 PI N S241 St — — 2d0 PI — t Q Pe $ o Ra�SaYi Q ear Bt N szaz St ¢ SE241 PI pe � 2425[ E 242 Ct — SE G an Temrance St E — — 242 PI= Z �on E I m 243 St QI 52435t W Smith St E Smith sts m s - Im _ — E Smith St 244 S[ S 244 PI f °2 Q WHanison St L Q a Ward �`--\ T/�244q — a SE244 St — SE 2445[ s y _ g _ W Meeker St �g `\ szas Pl axds PI _ N � � o W Gowe St N Gowe `"per 1 \ elan 5248 PI o 2d6 PI a. 1—I St fiY Pl t asl _ rq r/l / 8 u S Ka D W c �W T,itus.54 E Est �?p\\ Cd7z s2d7 ct 247 P1 L� 1J/ �� t ywr Eoe oaaa st cheat'ein a \\^ Yp'O l saar st N W, StSE 248 St w E M.dyn m 9i a m n 248 PI vWi 248 Ct O e 248 PI N Q b ti\ W Willis St Willis St! a >T EGuiberson St \\ 2 P 80 �p9 N515 D y e rwA w ra sea ue sr t\ 516 1 r^o < m >¢ S.'w.St \ I I SE 250 PI > 11 Rachael PI W Irow St I..sell St E a O \\ I — 25o q f SE 251 St Q Q N ¢ geaniew > E Chicago St , \ I g 251 \t S 252 St Iw 252 St a 252 PI ra 51•PI tM12i rmen SI E ¢Moo St o Chl�9 N E Laurel St 9. \ \�\ N — w — e252 P e q I Y^`9 Q rn bO P m m O6 3P SE2vw a 25: II Overlook St Q caner St U EHemlwx st — c '�Z t\\ �,(\ U Q c s3 P1 Q �254: I —Mahon St \\ 7' t y SE 25a PI 254(ry ¢ SE 254 PI t� r > I a n� d Q H m E Walnut St Walnut w\� $E 256 St ,255 PI o 255.P. 256 PI wi2s]st 25fi PI —zsfi PI N U rn PB MaDIe St >t Q SE 25]St 258 St 258 PI y _ S 259 St _ a S2�`9y.7 \\\ N < S. 6 Pi 2fi0 St Ost¢ Q 258 PI 260 P1 _ 3t 261$1 Alder Ln 62 N S262PI Nm w w SE 264 St 263 P1 SE 264 St` zea s. SE 6 PI 264 St I / 2fi5 PI N ai _ 21 zsgg II S 266 St / ¢' a — s / fi PI I I; `� c3 n w 8 zsfi Pi �zfies s PI I 3 / SE 267 S[ — W 286 PI in SE 266 St 2fi6 F > w 261 PI a 268 51 n I � __ Cn6 265St resit O Q 68 St 68. I 26es SSE 82 9a35t a $E 270 PI 55270 st 270 St & - - m PI W _ 272 PI`SE 272 Sto $ SE 271 St N vm SE 272 PI s < SE 272 P1 Map Key Street Name Location Description Grind Type o 1 _fs SE 273 PI 274 Ci N w 4 96th Ave S from S 241st St to S 240th St Longitudinal and Transverse SE277 S\ SE 274 WY a' 12 86th Ave S from S 228th St to south end of City Street Longitudinal and Transverse ————————— z7ss s S/,�i E 2]fi St S 277 St - •^�� N 217 7 SE 277 E w��a SE 0 500 ',°°° 1,500 2°000 Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT 1 _ Schedule I -Solid Waste Utility _ Schedule II - B&O c2 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\ Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 SE 227 PI 4,i4 ""'' inm se 227SY I I I ill SE 227 St Map Key Street Name Location Description Grind Type $E 226$t 8 132nd Ave SE SE 240th Street to SE 237th Ct Grinding 13 128th PI SE/SE 272nd St from SE Kent-Kangley Road to east end of City Street Longitudinal and Transverse SE 229_PI Y3 23t+� h 231IX BE 231 St 1 Q> N $E 231 pl SE—S' C 25 F231 yyy BE 231 �p1 - z32 PI < 3 `�21 a 232$t +� ` SE 232 St BE 232 Si n � SE 2335f F2� 2 ,C, H n T6� U zR% SE 233 St 1 \\ SE 232 PI `2az$t SE 234 St w SE 234 St a4 _ I> t -23ast w - 3D \ 234 St m�v SE 234 St PI < 23a st 5 _ I� `\ LSE 234,PI S SE 235 St g 235 P7 BE 235 St 1 \ BE 235 St 234 PI SE 236 St m sE z36 zp 2aO y Southbound SE236P, ; \ SE 236 St b' > I > BE 236 PI \ -and Middle Turn rLane SE23]5 , \ a _ \ -237 Pi 23]PI Be 23j, ^� m N W 6 21 PI EP SE 9PI m 2,�5 Q236�n^ 1 \\ > _ 240 PI \ �,I SE 240 St 1 \\\\ LT 2425[ 242 PI- I 242'c'I 243 S[ pv b y / 1 ¢ N7 146P l� 243 p/ N BE 2445[ \I v S.yy 24551 8 f 2.Plf m I t♦ - ay \♦ \ // / ¢' 1�, zasP /1 246 St i 1 1\ m �245p 1 47 St 2 1( u \1 BE 247e 1 SE247 PI 'y / 1 Q z49y./ SE 248 Cl sE I W / 1 P � + 1 1 SE 2515t t > <}SE250 St SEz / I 1 '4 U I 6 qQ Q 51g \\ h SE 251 q BE 251 SE 251 St N n \ II / 52 PI N 252 PI 252 BE 252 PI SE 252 St \ \\ i IL 251 P/ // / Q 253 St 5 253 St - y n m 25 \\\ /\/ 252% 1 5 2- St 2S3SPI �+ \ v 254 St 25a W - �q w 1 Q f a Sty c �c 2�Q 6 N y L I PI - 2555 N - m Nm 2�6I M `,eZ3 P1 Q 254 PI �� / w 255.P.1 N-2555t ¢ SE 3655' SE 256 St 5PI 'l 2ss PI m 255 PN PI _256 PI - SE 256 St 2 St m - - f 2y PI 25fi PI 58 25JS! 2 it5 PI _ 25]P y t N 14 I \\ C 25851 BE 258 Sty SE 25]q y Z Q BE 257 PI f258 St 256 PI K58•bl SE ue SI' �q 258 W 2595t - 3 sE.ct 2 esl > I I T 259 PI Q 258 PI 259 PI F'nrv259 PI 6 9 v 259 PI< I - 16�� BE 260 PI 260 St v a 259% 261 St BE 261 St f 26t 266 Ln T BE 260 St SE 2fi15t SE 460 St N ( N N zs1 261 St PI in N \ y c` 2s2 c1 m � is, � 72S sE 262 SY Q � `�5P'� 282 PI 262 PI _ Te 2fi251 f \`—i 6E262PI f 263 St v - �5 P1 y SE 263 St \ 264 St 263-' ¢ SE 264 St �3 PI v Q \ I BE 263 PI ti 2645t > SE 264 Sp 264 Sr BE 2fid bt 1 26pA> ^ti BE 265 X4 PI 285 St _---- I BE 264 PI 265 PI N 2-11w ¢ SE166 Sr _- / i 26551 St 266P 26651 h a ;6� y SE 266 St W z6fia Q' m 266 St m ^ 266 PI r Q W 6 S` N 9 a > St 266 St SE 268 St 267 St 2685 Q 9PI 2 S7� I 270 S1 270 SI m y 5 i_ SE 270 St o �p s SF2j0 S/ nlsr SE2�p z]0 PI_ m A 1 n 27251 �P 9. SE 2]PI 272 PI ]2 St BE q72 PI w 51 6 Kent Kangley Rd E 2735t - N _ S 273 Sr 274 St BE 273 PI r AS < e J 8!�- M13 m 273 '� ` 273 CI BE 273 PI \\ 21y BE 274 St N l BE n4 St 2]3 St Q Q 275 St 2]451 SE 274 St ` q Q P4 PI ?P BE 27,Pi < q > y4P ,Pys• pC _ w z]a fin 74 'S BE 276 St 4r SE 2]5 51 Q 2]5 PI a ` umi SE 275 PI N BE 276 p7 276 PI ^'SE 276 PI U 2]651 2]5 PI c SE275PI SE275VVY 2]7 Si` N > a' yyli 2'BSI j 216 PI y Sn 2]6 PI 276 PI 2777 55 p3 _ 7 F SE 277Fl �9 1T_ SE J]]PI __...� 1 ry 2P ______. rF -t q rt 14]., wl .,,P�� 2]7 PI �w 500 ',°°° 1,500 2°000 Ft 2023 Asphalt Grinding Location Map Book Legend iz3 Location Index (see table here for details) `/ KENT 4 _ Schedule I -Solid Waste Utility _ Schedule II - B&O e3 Produced by Joseph Araucto P:\Public\Operations\Streets\Pavement Management\ Projects\2023\Asphalt Grinding 2023.aprx Printed:March 2023 PREVAILING WAGE RATES 2023 Asphalt Grinding/Araucto A - 2 March 13, 2023 Project Number: 23-3001.2 3/13/23,3:10 PM about:blank 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: 04/04/2023 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 $74.29 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 Et 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 4U 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 4U 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 Et 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 4U View King Cement Masons Finish Colored Concrete $70.09 15J 4U View about:blank 1/18 3/13/23,3:10 PM about:blank King Cement Masons Floor Grinding $70.09 15J 41.1 View King Cement Masons Floor Grinding/Polisher $69.59 15J 41.1 View King Cement Masons Green Concrete Saw, self- $70.09 15J 41.1 View powered King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $69.59 15J 41.1 View King Cement Masons Gunite Nozzleman $70.09 15J 41.1 View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 41.1 View King Cement Masons Patching Concrete $69.59 15J 41.1 View King Cement Masons Pneumatic Power Tools $70.09 15J 41.1 View King Cement Masons Power Chipping Et Brushing $70.09 15J 41.1 View King Cement Masons Sand Blasting Architectural $70.09 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 41.1 View King Cement Masons Spackling or Skim Coat $69.59 15J 41.1 View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on $70.09 15J 41.1 View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 41.1 View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - ' 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 3/13/23,3:10 PM about:blank 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 $37.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $102.90 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $110.61 7C 4E View King Electricians - Inside Certified Welder $99.38 7C 4E View King Electricians - Inside Certified Welder (tunnel) $106.75 7C 4E View King Electricians - Inside Construction Stock Person $49.28 7C 4E View King Electricians - Inside Journey Level $95.88 7C 4E View King Electricians - Inside Journey Level (tunnel) $102.90 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction King Electricians - Powerline Groundperson $55.27 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View Construction King Electronic Technicians Journey Level $62.13 7E 1 E View King Elevator Constructors Mechanic $107.49 7D 4A View King Elevator Constructors Mechanic In Charge $116.13 7D 4A View about:blank 3/18 3/13/23,3:10 PM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 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 $84.84 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 $83.79 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 about:blank 4/18 3/13/23,3:10 PM about:blank 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 about:blank 5/18 3/13/23,3:10 PM about:blank 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 about:blank 6/18 3/13/23,3:10 PM about:blank 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 Worker 44.01-54.00 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 Worker 68.01-70.00 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 about:blank 7/18 3/13/23,3:10 PM about:blank 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 7Q 1 R View King Plasterers Nozzleman $71.49 7Q 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $96.69 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 about:blank 8/18 3/13/23,3:10 PM about:blank King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11H 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 11H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11H 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 about:blank 9/18 3/13/23,3:10 PM about:blank 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, D10And 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 about:blank 10/18 3/13/23,3:10 PM about:blank 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 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 11H 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 about:blank 11/18 3/13/23,3:10 PM about:blank 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 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 about:blank 12/18 3/13/23,3:10 PM about:blank 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 11H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11H 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 about:blank 13/18 3/13/23,3:10 PM about:blank 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, D10And 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 about:blank 14/18 3/13/23,3:10 PM about:blank 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 11H 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 11H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11H 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 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11H 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, Farman 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 about:blank 15/18 3/13/23,3:10 PM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A 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 Conditioning Journey Level $92.51 6Z 1G View 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 Drvwall 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 $96.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $92.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $55.76 5A 3J View King Residential Sprinkler Fitters Journey Level $58.26 5C 211 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 $60.95 5A 3H View King Roofers Using Irritable Bituminous $63.95 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 $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $41.83 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.84 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $41.83 7V 1 View about:blank 16/18 3/13/23,3:10 PM about:blank King Shipbuilding Et Ship Repair New Construction Operating $41.83 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $41.83 7V 1 View King Shipbuilding Et Ship Repair New Construction $41.83 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $41.83 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 $84.84 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 Lavers Journey Level $62.39 15J 4C View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $92.49 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 $62.13 7E 1 E View about:blank 17/18 3/13/23,3:10 PM about:blank 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 1N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1N 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 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 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 atone 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. 1of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 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. 2of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 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. 3of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 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 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(1%)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. 4of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 4. 1 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. 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. 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). 5of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 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 %z)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. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate, eight(8)hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. 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. 6of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. 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. 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. 7of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Overtime Codes Continued 11. 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, 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. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight(8)hours on Saturday shall be paid double the straight time rate,except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. 8of15 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 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). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day,The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays:New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, And Christmas Day(7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 6. 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). 9of15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 6. 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. 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. 10 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 7. 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. 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. 11 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Holiday Codes Continued 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,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. 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. 12 of 15 Benefit Code Key— Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 8. 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. 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.) 13 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications require that more than four(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid$0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A)—130'to 199'—$0.50 per hour over their classification rate. (B)—200' to 299'—$0.80 per hour over their classification rate. (C)—300' and over—$1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. Tide Work:When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. 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. 14 of 15 Benefit Code Key—Effective 3/3/2023 thru 8/30/2023 Note Codes Continued 9. H. One(1)person crew shall consist of a Party Chief. (Total Station or similar one(1)person survey system). Two(2) person survey parry shall consist of a least a Parry Chief and a Chain Person.Three(3)person survey party shall consist of at least a Parry Chief,an Instrument Person,and a Chain Person. 15 of 15