Loading...
HomeMy WebLinkAboutCAG2024-159 - Original - Pacific Arboriculture, LLC - Meeker Street Tree Removal - 03/27/2024 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: Dani Hodgins for Ryan Carroll Public Works Date Sent: Date Required: c 03/26/2024 3/29/2024 or ASAP Q Mayor or Designee to Sign. Date of Council Approval: sZ Q Interlocal Agreement Uploaded to Website N/A Budget Account Number Grant? Yes Nom 11135530.64110.7503 Budget?zFes EO]No Type: N/A Vendor Name: Category Pacific Arboriculture, LLC Contract Vendor Number: Sub-Category: Original 0 Project Name: Meeker Street Tree Removal cProject Details: The Contractor shall remove trees and stumps from the tree pits = along West Meeker Street and 2nd Avenue North. c Agreement Amount: $46 200 Basis for Selection of Contractor: Bid E r *Memo to Mayor must be attached —d i 11 Start Date: Date of Mayor's Signature Termination Date: April 30, 2024 Q Local Business? Yes F-]No*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑Yes ln-ProcessElExempt(KCC 5.01.045) ElAuthorized Signer Verified Notice required prior to disclosure? Contract Number: Yes Fv-(]No 2024-159 Comments: H i 3 - W - G1 Date Received:City Attorney: 3/26/24 Date Routed:Mayor's Offic4 3/25/241[lerk's Off ice3/27/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT W A s H 1-T o 1 PUBLIC WORKS AGREEMENT between City of Kent and Pacific Arboriculture, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Pacific Arboriculture, LLC organized under the laws of the State of Washington, located and doing business at 5101 South 372nd Street, Auburn, WA 98001, Phone: (206) 909-2170, Contact: Ryan Seeley (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: The Contractor shall remove trees and stumps from the tree pits along West Meeker Street and 2nd Avenue North. For a description, additional specifications and Contractor's proposal, see Exhibit A which is attached and incorporated by this reference. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by April 30, 2024. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Forty Six Thousand, Two Hundred Dollars ($46,200), including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainaae. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 2 (Over$20K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 3 (Over$20K and No Performance Bond) adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT - 4 (Over$20K and No Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 5 (Over$20K and No Performance Bond) XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then the Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys'fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred PUBLIC WORKS AGREEMENT - 6 (Over$20K and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Reguired. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. PUBLIC WORKS AGREEMENT - 7 (Over$20K and No Performance Bond) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: By: By. IJQ . Print Name: Ryan Seeley Print Name: Dana Ralph Its Owner Its Mayor DATE: 03/25/2024 DATE: 03/27/2024 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ryan Seeley Chad Bieren, P.E. Pacific Arboriculture, LLC City of Kent 5101 South 372nd Street 220 Fourth Avenue South Auburn, WA 98001 Kent, WA 98032 (253) 856-5500 (telephone) (206) 909-2170 (telephone) PublicWorks@KentWA.gov (email) Office@PacificArboriculture.com (email) APPROVED AS TO FORM: Kent 'LaV Department ATTEST: L;L' &A Kent City Clerk P:\Ad m i n\Contracts\D a n i PUBLIC WORKS AGREEMENT - 8 (Over$20K and No Performance Bond) 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. 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: PUBLIC WORKS AGREEMENT - 9 (Over$20K and No Performance Bond) 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: 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 PUBLIC WORKS AGREEMENT - 10 (Over$20K and No Performance Bond) 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); 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; PUBLIC WORKS AGREEMENT - 11 (Over$20K and No Performance Bond) 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: Pacific Arboricutlure Title: Owner/Member Date: 03/25/2024 PUBLIC WORKS AGREEMENT - 12 (Over$20K and No Performance Bond) 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 pol icy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. PUBLIC WORKS AGREEMENT - 13 (Over$20K and No Performance Bond) 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 (February 6, 2024), 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. Pacific Arboriculture„ LLC By:- ��; Signature of thorized Official* Printed Name: Ryan Seeley Title: Owner/Member Date: 03/25/2024 City and State: Auburn, WA *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. PUBLIC WORKS AGREEMENT - 14 (Over$20K and No Performance Bond) Exhibit A PROPOSAL The undersigned hereby certifies that Pacific Arboriculture has examined the job site(s) and details of the work as described in the specifications for the project named STREET TREE REMOVAL - W MEEKER STREET AND 2ND AVENUE S /Project Number: 11135530.64110.7503 for the City of Kent, Washington, and has read and thoroughly understands the specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: Item Description Units Unit Price Total Amount 1 Mobilization and 1 $1000 $1000 Demobilization Lump Sum Per Lump Sum 2 Tree Removal and Pit 28 $1400 $39200 Preparation Each Per Each 3 Project Temporary 1 $2500 $2500 Traffic Control Lump Sum Per Lump Sum 4 SPCC Plan 1 $1000 $1000 Lump Sum Per Lump Sum $2,500 5 Minor Change 1 (common to all $2,500 Calc bidders) Bid Total $46,200 NOTE TO BIDDERS: 1. Unit prices for all items, all extensions, and total amount of bid must be shown. All unit prices must include all applicable taxes. 2. Any bids not filled out properly may be considered non-responsive 3. The agreement is to be executed by the successful bidder after the Contract is awarded. Both the Contract and Insurance documents must be accepted as written and no modifications will be allowed. 4. The City of Kent reserves the right to reject any and all bids on any or all schedules or alter- natives or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. By signing below, the undersigned bidder agrees to accept all contract forms and insurance requirements in the bid documents and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. 1 of 2 The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within twenty-one (21) calendar days after issuance of the City's Notice to Proceed. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. DATE: 2/6/2024 Pacific Arboriculture .Signature of .uthorized Representative COMPANY NAME OF BIDDER Ryan Seeley / Owner (Print Name and Title) 5101 S 372nd St Auburn, WA 98001 Address 2 of 2 TECHNICAL SPECIFICATIONS FOR STREET TREE REMOVAL W MEEKER STREET AND 2ND AVE S Project Number: 11135530.64110.7503 City of Kent JANUARY 2024 1. PURPOSE The City of Kent Public Works Department seeks bids for the removal of (28) street trees located at W Meeker Street between 2nd Avenue S and 41" Avenue S and along 2nd Avenue S near its intersection with W Meeker Street in Kent, Washington. Work also includes removal of soil and debris from within the tree pit to approximately 3 ft deep for tree installation to be performed by the City of Kent. City of Kent staff will then install new street trees in place of the removed trees following the completion of the Contractor's Work. The existing trees to be removed are categorized as Callery pear (Pyrus calleryana) located within tree wells in sidewalks. The tree removal is needed to prepare the tree pit for new trees to be planted by others. See Exhibit C for location map of the limit of work. 1.1 Intent of the Contract: The intent of the Contract is to prescribe a complete Work. Omissions from the Contract of details of Work that are necessary to carry out the intent of the Contract shall not relieve the Contractor from performing the omitted Work. The Contractor shall provide all labor, materials, tools, equipment, transportation, supplies, and incidentals required to complete all Work for the items included in the Proposal. 2. SCOPE OF WORK 2.1 Requirements: The Contractor shall furnish all necessary labor, equipment, materials, safety gears, tools, traffic control and devices, and supplies required to complete the Work in accordance with the terms and conditions and specifications set forth herein. Work shall be performed in a manner that will not cause any damage to surrounding sidewalk, curb, and gutter, and adjacent private properties. Any damage that results from work will be the sole responsibility of the contractor to repair. The tree removal includes removing root ball and removing soil and debris to prepare a 3 foot deep hole of the same dimension as the tree pit. The hole shall be prepared to the satisfaction of the City and shall be free of debris and roots. Existing tree pit grate, and City supplied tube shall be installed by the Contractor. The tube will be installed through the grate vacated by the removed tree. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 1 1 20 Project Number: 11135530.64110.7503 2.2 Standards of Service: All services provided under this contract shall be performed by competent, experienced workers in a good, professional manner taking all necessary precautions to ensure the safety of the public. Each worker shall be outfitted with the appropriate tools and equipment to complete the job properly and safely, meeting all applicable ANSI Standards, and all local, state and federal regulations. 2.3 Power: The tree pits do not have power; however, the trees may have decorative lighting. The power is fed from the roof of nearby building. All decorative lighting will be removed by others prior to tree removal. 2.4 Site Restoration and Cleanup: The area of the project site disturbed by the Contractor shall be restored. The Contractor shall remove all Contractor generated debris and garbage. 2.5 Chanaes: The City of Kent reserves the right to make, at any time during the work, changes in quantities and alterations in the work as are necessary to satisfactorily complete the project. Changes in quantities and alterations shall not invalidate the Contract nor release the Surety, and the Contractor agrees to perform the work as directed. Among others, these changes and alterations may include: 1. Deleting any part of the work. 2. Increasing or decreasing quantities. 3. Require additional pruning efforts 4. Adding new work. Bid item shall be paid at the appropriate bid item contract price regardless of the amount of quantity actually used. No adjustment to the bid item contract price, including any bid item increase or decrease by more than 25 percent from the original quantity. 2.6 Prevailing Wage Requirements: This Contract is subject to the minimum wage requirements of RCW 39.12 and RCW 49.28 (as amended or supplemented). The Contractor, any Subcontractor, and all individuals or firms required by RCW 39.12, or WAC 296-127, to pay minimum prevailing wages, shall not pay any worker less than the minimum hourly wage rates and fringe benefits required by RCW 39.12. 3. EXECUTION OF WORK 3.1 Pre-Construction Meetina: After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the City Representative and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 2 1 20 Project Number: 11135530.64110.7503 I. 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. Traffic Control Plan (TCP) for approval. 4. Request to sublet, for approval by the City Representative, of all subcontractors. 5. Contractor's description of all equipment to be used. 3.2 Notice to Proceed: Notice to Proceed letter will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the City Representative, the Contractor shall not commence the work until the Notice to Proceed has been given by the City. The Contractor shall commence construction activities on or before ten (10) calendar days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. 3.3 Work Hours: Except in the case of emergency or unless otherwise approved by the City Representative, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 5:00 p.m. Monday through Friday, unless otherwise specified herein, with a 5-day work week, plus allowing a maximum one- hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the City Representative for permission to work those times. The Contractor shall notify the City Representative at least 48 hours in advance (72 hours in advance for weekend work) so that the City Representative's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is not required. Note: For the purpose of this contract, the following dates are considered holidays: January 1, the third Monday of January, the third Monday of February, Memorial Day, July 4, Labor Day, STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 3 1 20 Project Number: 11135530.64110.7503 November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. When any of the above dates fall on a Sunday, the following Monday shall be counted a holiday. When any of the above dates fall on a Saturday, the preceding Friday shall be counted a holiday. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The City may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City. These conditions may include, but are not limited to the following: hours worked by City employees; availability of City Representative; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. It shall be the responsibility of the Contractor to keep the City informed of any intent to change the normal work schedule. Such notification shall be timely so as to avoid either's travel to an inactive job site. 3.4 Completion Time: All work shall be completed within twenty-one (21) calendar days of starting for the specified work. 3.5 Basis of Acceptance: All work shall be subject to a final inspection by an authorized representative of the City of Kent. Any omission or failure on the part of such representative to disapprove or reject inferior or defective work shall not be construed to be an acceptance of any such work or material. If any defective work or materials are found during inspection, the Contractor shall remove or repair, at the Contractor's own expense, such defective work or rejected material and shall correct and/or replace same without extra charge. 3.6 Damages: Any damages to the City of Kent property or adjacent private properties caused by Contractor's negligence or nonfeasance shall be repaired / replaced at no cost to the City of Kent. Damaged property shall be repaired / replaced within twenty (20) days after notification by the City Representative. It shall be the responsibility of the Contractor to report to the City Representative any damage found prior to the start of any project. 4. Tree Removal Specifications 4.1 The basis of payment will be based on each tree identified for removal. STREET TREE REMOVAL: W MEEKER STREET AND 2N1 AVE S P a g e 4 1 20 Project Number: 11135530.64110.7503 4.2 Specific locations will be given to the Contractor of trees marked for removal. The tree(s) to be removed will be plainly marked by the City with a pre-determined color of paint. The City and the Contractor shall agree upon the color of paint in advance of the work order being issued. 4.3 In locations where ordinary felling operations might cause damage to property, the trees shall be suitably dismembered and felled using recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation), ensuring that any severed portion of the tree is under control at all times. 4.4 If the Contractor is performing work within 15 feet of high-voltage transmission or distribution lines, all work shall cease and the Contractor must notify the City immediately. The Contractor shall not resume work without written authorization from the City. After all limbs have been removed which might contact high-voltage utility lines or cause damage to other trees or property, trees shall be felled directly away from power or communications lines, structures, vehicular or pedestrian rights-of- way, or horticultural plantings. If a tree is outside the 15-foot zone and must be felled toward a power or telephone line, it shall be topped low enough to clear all conductors, poles, guys, and similar installations. 4.5 If there is danger that the trees being felled could fall in the wrong direction or damage property, guide ropes shall be used. All limbs shall be removed from trees to a height and width sufficient to allow the tree to fall clear of any wires and other objects in the vicinity. The Contractor shall use recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation). 4.6 Due to the danger of trees falling in an unexpected direction, even though the cut is made on the proper side, the Contractor shall take precaution in roping trees, most especially those which are diseased, rotten or rotting, split, or in appearance to be visibly weak. The Contractor shall use recognized forestry rigging practices as stated in the most current revision of ANSI (encompassing OSHA work-site safety regulation). 4.7 Ropes shall be used to lower all limbs of sufficient size to cause damage to other trees or surrounding public or private property. 4.8 Before any trees are felled, workers, other than those operating the felling equipment or giving directions to the workers involved, shall move and remain clear of the danger zone. Any and all workers who are within the danger zone shall adhere to the safety guidelines as required by the most current revision of ANSI standards, OSHA, and any other governing policy, ordinance, standard, or law. The danger zone is that sector of the felling- area in which the tree(s) could fall. The size of the danger zone shall be determined by the Contractor upon consideration of all pertinent factors relative to the tree removal operation. Ample warning shall always be given prior to the tree falling and all workmen must stand clear in case the tree springs from the stump while falling. Prior to felling any trees, the Contractor shall clear away all brush, debris, or equipment that is not required/needed for felling of the tree. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 5 1 20 Project Number: 11135530.64110.7503 4.9 Under no circumstances shall a partially cut tree or debris be left standing during rest breaks, lunch breaks, or overnight. All debris created, including tree parts, must be removed from the jobsite daily. Under no circumstances shall the Contractor leave debris overnight. Debris and tree parts shall be disposed off properly at permitted site(s). 4.10 When removing a tree that is split, or a tree with twin trunks, chains or cables with adequate strength shall be placed tightly around the tree before commencing the back cut. At least one chain or cable shall be placed above, and as close as practical, to the back cut to prevent separation of the trunk. 4.11 Except as otherwise provided in this Contract, the stumps and root ball within the tree pit area of all removed trees will be removed. 4.12 The Contractor shall take special precautions with tree(s) that have obstacles in and around them prior to performing services. No additional payment will be made for cost associated with working around such obstacles. 5. Temporary Traffic Control 5.1 General Requirements: Temporary traffic control refers to the control of all types of traffic, including vehicles, bicyclists, and pedestrians (including pedestrians with disabilities). The Contractor, utilizing contractor labor and contractor- provided equipment and materials, shall plan, manage, supervise, and perform all temporary traffic control activities needed to support the work identified herein. It is the Contractor's responsibility to plan, conduct, and safely perform the work. The Contractor shall be responsible for providing adequate labor, sufficient signs, and other traffic control devices, and for performing traffic control procedures needed for the protection of the work and the public at all times. The Contractor shall furnish all personnel for flagging, for the execution of all procedures related to temporary traffic control and for the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. The Contractor shall furnish Stop/Slow paddles for use during all flagging operations. The Contractor shall provide signs and all other traffic control devices. Unless otherwise permitted by the Contract or approved by the City Representative, the Contractor shall keep all existing pedestrian routes and access points (including sidewalks, paths, and crosswalks) open and clear at all times. The Contractor shall keep lanes and sidewalks open to traffic at all times except when work requires closures. Work shall be performed in a manner to minimize the time of closures. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 6 1 20 Project Number: 11135530.64110.7503 The Contractor shall erect and maintain all temporary traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor's operations. No Work shall be done until all necessary traffic control devices are in place. The traffic control resources and activities described shall be used for the safety of the public, of the Contractor's employees, and of the City personnel and to facilitate the movement of the traveling public. Traffic control resources and activities may be used for the separation or merging of public and construction traffic when such use is in accordance with a specific approved traffic control plan. Upon failure of the Contractor to immediately provide flaggers; erect, maintain, and remove signs; or provide, erect, maintain, and remove other traffic control devices when ordered to do so by the City Representative, the Contracting Agency may, without further notice to the Contractor or the Surety, perform any of the above and deduct all of the costs from the Contractor's payments. When performing contract work, the Contractor's equipment shall follow normal and legal traffic movements. The Contractor shall manage temporary traffic control with his or her own staff. Traffic control management responsibilities shall be formally assigned to one or more company supervisors who are actively involved in the planning and management of field activities. The Contractor shall provide the City Representative with a copy of the formal assignment. The duties of traffic control management may not be subcontracted. The Contractor shall designate an individual or individuals to perform the duties of the primary Traffic Control Supervisor (TCS). The designation shall also identify an alternate TCS who can assume the duties of the primary TCS in the event of that person's inability to perform. The TCS shall be responsible for safe implementation of approved Traffic Control Plans provided by the Contractor. The primary and alternate TCS shall be certified by one of the organizations: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 Possession of a current Washington State TCS card and flagging card by the primary and alternate TCS is mandatory. A traffic control STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 7 1 20 Project Number: 11135530.64110.7503 management assignment and a TCS designation are required on all projects that will utilize traffic control. The Contractor shall maintain 24- hour telephone numbers at which the Contractor's assigned traffic control management personnel and the TCS can be contacted and be available upon the City Representative's request at other than normal working hours. These persons shall have the resources, ability and authority to expeditiously correct any deficiency in the traffic control system. 5.2 Traffic Control Management: The responsibilities of the Contractor's traffic control management personnel shall include: 1. Overseeing and approving the actions of the Traffic Control Supervisor (TCS) to ensure that proper safety and traffic control measures are implemented and consistent with the specific requirements created by the Contractor's work zones and the Contract. Some form of oversight shall be in place and effective even when the traffic control management personnel are not present at the jobsite. 2. Providing the Contractor's designated TCS with approved Traffic Control Plans (TCPs) which are compatible with the Work operations and traffic control for which they will be implemented. Having the latest adopted edition of the Manual on Uniform Traffic Control Devices for Streets and Highways (MUTCD), including the Washington State Modifications to the MUTCD M 24-01 the most current edition of the Public Rights- of-Way Accessibility Guidelines (PROWAG), which can be downloaded from the United States Access Board website at www.access-board.gov/prowac under Revised Draft Guidelines (2005), and applicable standards and Specifications available at all times on the project. 3. Discussing proposed traffic control measures and coordinating implementation of the Contractor-adopted traffic control plan(s) with the City Representative. 4. Coordinating all traffic control operations, including those of Subcontractors and suppliers, with each other and with any adjacent construction or maintenance operations. 5. Coordinating the project's activities (such as ramp closures, road closures, and lane closures) with appropriate police, fire control agencies, city or county engineering, medical emergency agencies, school districts, and transit companies. 6. Overseeing all requirements of the Contract that contribute to the convenience, safety, and orderly movement of vehicular and pedestrian traffic. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 8 1 20 Project Number: 11135530.64110.7503 7. Reviewing the TCS's diaries daily and being aware of field traffic control operations. S. Being present on-site a sufficient amount of time to adequately satisfy the above listed responsibilities. Failure to carry out any of the above-listed responsibilities shall be a failure to comply with the Contract and may result in a suspension of work. 5.3 Traffic Control Supervisor: A Traffic Control Supervisor (TCS) shall be present on the project whenever flagging or other traffic control labor is being utilized or less frequently, as authorized by the City Representative. The TCS shall personally perform all the duties of the TCS. During nonwork periods, the TCS shall be available to the job site within a 45-minute time period after notification by the City Representative. The TCS's duties shall include: 1. Having a current set of approved traffic control plans (TCPs), applicable Contract Provisions as provided by the Contractor, the latest adopted edition of the MUTCD, including the Washington State Modifications to the MUTCD, the book Quality Guidelines for Temporary Work Zone Traffic Control Devices, the most current edition of the PROWAG, and applicable standards and Specifications. 2. Inspecting traffic control devices and nighttime lighting for proper location, installation, message, cleanliness, and effect on the traveling public. Traffic control devices shall be inspected at least once per hour during working hours except that Class A signs need to be checked once a week and nighttime lighting need to be checked only once a shift. Traffic control devices left in place for 24 hours or more shall also be inspected once during the nonworking hours when they are initially set up (during daylight or darkness, whichever is opposite of the working hours). The TCS shall correct, or arrange to have corrected, any deficiencies noted during these inspections. 3. Preparing a daily traffic control diary/traffic control log on each day that traffic control is performed using WSDOT Form 421-040A and 421-040B, and submitting them to the City Representative no later than the end of the next work day. The Contractor may use alternate forms if approved by the City Representative. Diary entries shall include, but not be limited to: a. Time of day when signs and traffic control devices are installed and removed, b. Location and condition of signs and traffic control devices, c. Revisions to the traffic control plan, d. Lighting utilized at night, and e. Observations of traffic conditions. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 9 1 20 Project Number: 11135530.64110.7503 4. Making minor revisions to the traffic control plan to accommodate site conditions provided that the original intent of the traffic control plan is maintained and the revision has the concurrence of both the Contractor and the City Representative. 5. Attending traffic control coordinating meetings or coordination activities as necessary for full understanding and effective performance. 6. Ensuring that all needed traffic control devices and equipment are available and in good working condition prior to the need to install or utilize them. 7. Ensuring that all pedestrian routes or access points, existing or temporary, are kept clear and free of obstructions and that all temporary pedestrian routes or access points are detectable and accessible to persons with disabilities as provided for in the approved Plans. The TCS may perform the Work described in flagger and other traffic control duties, provided that the duties of the TCS are accomplished first. 5.4 Traffic Control Plans: The traffic control plan or plans appearing in the Contract documents show a method of handling vehicle, bicycle, and pedestrian traffic. All construction signs, flaggers, and other traffic control devices are shown on the traffic control plan(s) except for emergency situations. Contractor shall either: 1. Adopt, in writing, the traffic control plan or plans contained in these Contract document, or 2. Submit Contractor's plan that modifies, supplements or replaces a plan from these Contract documents. Any Contractor proposed modification, supplement or replacement shall show the necessary construction signs, flaggers, and other traffic control devices required to support the Work. Contractor-proposed traffic control plan shall conform to the established standards for plan development as shown in the MUTCD, Part 6 and the most current edition of the PROWAG. The Contractor shall be solely responsible for submitting any proposed traffic control plan or modification, obtaining the City Representative's acceptance and providing copies of the accepted Traffic Control Plans to the Traffic Control Supervisor. 5.5 Conformance to Established Standards: Flagging, signs, and all other traffic control devices and procedures furnished or provided shall conform to the standards established in the latest WSDOT adopted edition of the MUTCD, published by the U.S. Department of Transportation and the Washington State Modifications to the MUTCD, and the most current edition of the Public Rights-of-Way STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 10 1 20 Project Number: 11135530.64110.7503 Accessibility Guidelines (PROWAG). Stop/Slow paddles shall conform to the requirements of the MUTCD, except that the minimum width shall be 24 inches. Judgment of the quality of devices furnished will be based upon Quality Guidelines for Temporary Traffic Control Devices, published by the American Traffic Safety Services Association. Copies of the MUTCD and Quality Guidelines for Temporary Control Devices may be purchased from the American Traffic Safety Services Association, 15 Riverside Parkway, Suite 100, Fredericksburg, VA 22406-1022. The Washington State Modifications to the MUTCD may be obtained from the Department of Transportation, Olympia, WA 98504. In addition to the standards of the MUTCD described above, the City has crashworthiness requirements for most work zone devices. The National Cooperative Highway Research Project (NCHRP) Report 350 and the AASHTO Manual for Assessing Safety Hardware (MASH) have established requirements for crash testing. Work zone devices are divided into four categories. Each of those categories is described below: a) Category 1 includes those items that are small and lightweight, channelizing, and delineating devices that have been in common use for many years and are known to be crashworthy by crash testing of similar devices or years of demonstrable safe performance. These include cones, tubular markers, flexible delineator posts, and plastic drums. All Category 1 devices used on the project shall meet the requirements of NCHRP 350 or MASH as certified by the manufacturer of the device. b) Category 2 includes devices that are not expected to produce significant vehicular velocity change, but may otherwise be hazardous. Examples of this class are barricades, portable sign supports and signs. All Category 2 devices shall meet the requirements of NCHRP 350 or MASH. For the purpose of definition, a sign support and sign shall be considered a single unit. A new sign may be purchased for an existing sign support and the entire unit will be defined as "existing equipment". c) Category 3 is for hardware expected to cause significant velocity changes or other potentially harmful reactions to impacting vehicles. Barriers, fixed sign supports, crash cushions, transportable attenuators and other work zone devices not meeting the definitions of Category 1 or 2 are examples from this category. Many Category 3 devices are defined in the design of the project. Where this is the case, NCHRP 350 or MASH requirements have been incorporated into the design and the Contractor complies with the requirements by constructing devices according to the Plans and Specifications. Where the device is a product chosen by the Contractor, the device chosen must be compliant with the requirements of NCHRP 350 or MASH. STREET TREE REMOVAL: W MEEKER STREET AND 2N1 AVE S P a g e 11 1 20 Project Number: 11135530.64110.7503 d) Category 4 includes portable or trailer-mounted devices such as arrow displays, temporary traffic signals, area lighting supports, and portable changeable message signs. Crash testing is not required for these devices. The condition of signs and traffic control devices shall be acceptable or marginal as defined in the book Quality Guidelines for Temporary Traffic Control Devices, and will be accepted based on a visual inspection by the City Representative. The City Representative's decision on the condition of a sign or traffic control device shall be final. A sign or traffic control device determined to be unacceptable shall be removed from the project and replaced within 12 hours of notification. The Contractor shall require all personnel under their control (including service providers, Subcontractors, and lower tier subcontractors) that are on foot in the work zone and are exposed to vehicle traffic or construction equipment to wear the high-visibility apparel described in this section. The Contractor shall ensure that a competent person as identified in the MUTCD selects the appropriate high-visibility apparel suitable for the jobsite conditions. High-visibility garments shall always be the outermost garments. High-visibility garments shall be labeled as, and in a condition compliant with the ANSI/ ISEA 107 (2004 or later version) and shall be used in accordance with manufacturer recommendations. 5.6 Flaggers: Flaggers shall be posted where shown on approved Traffic Control Plans or where directed by the City Representative. All flaggers shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. The flagging card shall be immediately available and shown to the City Representative upon request. Flagging stations shall be shown on Traffic Control Plans at locations where construction operations require stopping or diverting public traffic. Flagging stations shall be staffed only when flagging is required. This staffing may be continuous or intermittent, depending on the nature of the construction activity. Whenever a flagger is not required to stop or divert traffic, the flagger shall move away from the flagging station to a safer location. During hours of darkness, flagging stations shall be illuminated in a manner that insures that flaggers can easily be seen but that does not cause glare to the traveling public. Flagger station illumination shall meet the requirements of the MUTCD and these Specifications. The Contractor shall provide portable lighting equipment capable of sufficiently illuminating a flagger and their station without creating glare for oncoming motorists, yet will meet the mobility requirements of the operation. The lighting stations shall be located on the same side of the roadway as the flagger and aimed either parallel or perpendicular to the traveled lanes to minimize glare. The lighting devices shall be located 5 to 10 feet from the edge of the travel lane with a mounting height of 15 to 25 feet above the ground. The flagger should be visible and STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 12 1 20 Project Number: 11135530.64110.7503 discernable as a flagger from a distance of 1,000 feet. Flaggers shall be equipped with portable two-way radios, with a range suitable for the project. The radios shall be capable of having direct contact with project management (foremen, superintendents, etc.). 5.7 Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. 5.8 Sequential Arrow Signs Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, operate and maintain sequential arrow signs. A sequential arrow sign is required for all lane closure tapers on a multilane facility. A separate sequential arrow sign shall be used for each closed lane. The arrow sign shall not be used to laterally shift traffic. When used in the caution mode, the four corner mode shall be used. 5.9 Portable Changeable Message Sign Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, operate, and maintain portable changeable message signs (PCMS). A PCMS shall be placed behind a barrier or guardrail whenever possible, but shall at a minimum provide 4 feet of lateral clearance to edge of travelled lane and be delineated by channelization devices. The Contractor shall remove the PCMS from the clear zone when not in use unless protected by barrier or guardrail. 5.10 Traffic Cones and Tall Channelizing Devices Where shown on an approved traffic control plan or where ordered by the City Representative, the Contractor shall provide, install and maintain traffic cones or tall Channelizing devices. Cones and tall Channelizing devices shall be kept in good repair and shall be removed immediately when directed by the City Representative. Where wind or moving traffic frequently displaces cones or tall channelizing devices, an effective method of stabilizing them, such as stacking two together at each location, shall be employed, or heavier weighted bases may be STREET TREE REMOVAL: W MEEKER STREET AND 2N1 AVE S P a g e 13 1 20 Project Number: 11135530.64110.7503 necessary. 6. Performing Work Under Traffic Contractor must provide at least one lane of travel in each direction. Access to driveways and businesses must remain open at all times. Work shall be performed on one side of the road at a time. Only the section of the sidewalk that work is being performed shall be closed. All closed lanes and sidewalk shall be opened as soon as possible. All lanes and sidewalk shall be opened to traffic when no active work is being performed. If the City Representative determines the permitted closure hours adversely affect traffic, the City Representative may adjust the hours accordingly. The City Representative will notify the Contractor in writing of any change in the closure hours. Lane closures or roadway closures are not allowed on any of the following, which shall take precedence over the allowable hours of lane closures above: 1. A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 p.m. (noon) on the day prior to a holiday or holiday weekend. 4. From midnight through noon the day following a holiday or holiday weekend. Construction Vehicles Construction vehicles using a closed traffic lane shall travel only in the normal direction of traffic flow unless expressly allowed in an approved traffic control plan. Construction vehicles shall be equipped with flashing or rotating amber lights, and in operation when in the work zone. Controlled Access No special access or egress will be allowed the Contractor other than normal legal movements or as shown in the Plans. Public Notification The Contractor shall furnish and install information signs that provide advance notification of lane(s) closure, a minimum of seven (7) calendar days prior to the closure. PCMS may be used for this notice. Sign locations, and messages, shall be as provided to the City Representative for approval. 7. UTILITIES 7.1 The Contractor shall be responsible at its own expense for any and all work, costs, or special precautions caused or required by the existence or proximity of utilities encountered in performing the work. The Contractor's site supervisor(s) will fully brief and instruct all workers working in the vicinity of utility lines on the safe working procedures appropriate to the voltage of the electrical apparatus on or near the work site. The Contractor's site supervisor(s) in charge of any group or groups shall be fully aware of the safety procedures to be followed in case of an accident involving utility lines. Under no circumstances shall the Contractor perform work near high- voltage transmission or distribution lines. If the Contractor is performing STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 14 1 20 Project Number: 11135530.64110.7503 work near high-voltage transmission or distribution lines, all work shall cease and the Contractor must notify the City immediately. The Contractor shall not resume work without written authorization from the City. 7.2 Electrical Hazard Trainina Proaram: 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. CenturvLink Comcast Gabrielle Skorupa Aaron Cantrell 206-305-4395 206-510-4222 (cell) Aaron Cantrel@)comcast.com Puaet Sound Enerav Gas Puget Sound Energy Power Glenn Helton Hong Nguyen (cell) 253-395-6926 425-449-6609 425-559-4647 (cell) Hona.Nauven@)i)se.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) S. EQUIPMENT 8.1 All safety equipment required by OSHA, Federal, state, or local guidelines shall be in place and in proper operating condition at all times. OSHA must approve all safety equipment for the purpose for which it is being used. OSHA-approved hard hats and any other OSHA required equipment or clothing must be worn at all times at the work-site. 8.2 All equipment used by the Contractor to perform services under this Contract shall be maintained and in good operating condition at all times. All gasoline cans or any other equipment/container used to hold fuel shall be OSHA approved. 9. SPILL PREVENTION, CONTROL, AND COUNTERMEASURES PLAN The Contractor shall prepare a project-specific spill prevention, control, and countermeasures plan (SPCC Plan), and shall implement the plan for the duration of the project. No on-site construction activities may commence until the Contracting Agency accepts an SPCC Plan for the project. An SPCC Plan template and guidance information is available at www.wsdot.wa.aov/environment/technical/disciplines/hazardous- materials/spit l-prevent-report. The SPCC Plan shall address all fuels, petroleum products, hazardous materials, and other materials defined in Chapter 447 of the WSDOT Environmental Manual M 31-11. Occupational safety and health requirements that may pertain to SPCC Plan implementation are contained in, but not limited to, WAC 296-824 and WAC 296-843. The SPCC Plan shall address conditions that may be required by Section 3406 of the current International Fire Code, or as approved by the local Fire STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 15 1 20 Project Number: 11135530.64110.7503 Marshal. Implementation Requirements The Contractor shall update the SPCC Plan throughout project construction so that the written plan reflects actual site conditions and practices. The Contractor shall update the SPCC Plan at least annually and maintain a copy of the updated SPCC Plan on the project site. The Contractor shall fully implement the SPCC Plan, as accepted and updated, at all times. SPCC Plan Element Requirements The SPCC Plan shall set forth the following information in the following order: a) Responsible Personnel - Identify the names, titles, and contact information for the personnel responsible for implementing and updating the plan and for responding to spills. b) Spill Reporting - List the names and telephone numbers of the Federal, State, and local agencies the Contractor shall notify in the event of a spill. c) Project and Site Information - Describe the following items: i. The project Work. ii. The site location and boundaries. iii. The drainage pathways from the site. iv. Nearby waterways and sensitive areas and their distances from the site. d) Potential Spill Sources - Describe each of the following for all potentially hazardous materials brought or generated on-site including but not limited to materials used for equipment operation, refueling, maintenance, or cleaning: i. Name of material and its intended use. ii. Estimated maximum amount on-site at any one time. iii. Location(s) (including any equipment used below the ordinary high water line) where the material will be staged, used, and stored and the distance(s) from nearby waterways and sensitive areas. e) Preexisting Contamination - Describe any preexisting contamination and contaminant sources (such as buried pipes or tanks) in the project area that are described in the Contract provisions and Plans. Identify equipment and Work practices that shall be used to prevent the release of contamination. f) Spill Prevention and Response Training - Describe how and when all project personnel, including refueling personnel and other Subcontractors, shall be trained in spill prevention, containment, and response and in the location of spill response kits. g) Spill Prevention - Describe the following items: i. The contents and locations of spill response kits that the Contractor shall supply and maintain that are appropriately stocked, located in close proximity to hazardous materials and equipment, and immediately accessible. STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 16 1 20 Project Number: 11135530.64110.7503 ii. Security measures for potential spill sources to prevent accidental spills and vandalism. iii. Methods used to prevent stormwater from contacting hazardous materials. iv. Secondary containment for each potential spill source listed in 4, above. Secondary containment structures shall be in accordance with Section S9.D.9 of Ecology's Construction Stormwater General NPDES Permit, where secondary containment means placing tanks or containers within an impervious structure capable of containing 110 percent of the volume contained in the largest tank within the containment structure. Double- walled tanks do not require additional secondary containment. v. BMP methods and locations where they are used to prevent discharges to ground or water during mixing and transfer of hazardous materials and fuel. Methods to control pollutants shall use BMPs in accordance with Ecology's Construction Stormwater General NPDES Permit. BMP guidance is provided in Ecology's Stormwater Management Manuals, such as Volume II - Construction Stormwater Pollution Prevention, BMP C153, and Volume IV - Source Control BMPs. vi. Refueling procedures for equipment that cannot be moved from below the ordinary high water line. vii. Daily inspection and cleanup procedures that ensure all equipment used below the ordinary high water line is free of all external petroleum-based products. viii. Routine equipment, storage area, and structure inspection and maintenance practices to prevent drips, leaks, or failures of hoses, valves, fittings, containers, pumps, or other systems that contain or transfer hazardous materials. ix. Site inspection procedures and frequency. h) Spill Response - Outline the response procedures the Contractor shall follow for each scenario listed below, indicating that if hazardous materials are encountered or spilled during construction, the Contractor shall do everything possible to control and contain the material until appropriate measures can be taken. Include a description of the actions the Contractor shall take and the specific on-site spill response equipment that shall be used to assess the spill, secure the area, contain and eliminate the spill source, clean up spilled material, decontaminate equipment, and dispose of spilled and contaminated material: i. A spill of each type of hazardous material at each location identified in 4, above. ii. Stormwater that has come into contact with hazardous materials. iii. A release or spill of any preexisting contamination and contaminant source described in 5, above. iv. A release or spill of any unknown preexisting contamination and contaminant sources (such as buried pipes or tanks) encountered during project Work. v. A spill occurring during Work with equipment used below the ordinary high water line. If the Contractor will use a Subcontractor for spill response, provide contact information for the Subcontractor under item 1 (above), identify when the Subcontractor shall be used, and describe actions the Contractor shall take STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 17 1 20 Project Number: 11135530.64110.7503 while waiting for the Subcontractor to respond. i) Project Site Map - Provide a map showing the following items: i. Site location and boundaries. ii. Site access roads. iii. Drainage pathways from the site. iv. Nearby waterways and sensitive areas. v. Hazardous materials, equipment, and decontamination areas identified in 4, above. vi. Preexisting contamination or contaminant sources described in 5, above. vii. Spill prevention and response equipment described in 7 and 8, above. j) Spill Report Forms - Provide a copy of the spill report form(s) that the Contractor shall use in the event of a release or spill. 10. Site Clean Up 10.1 At the end of each work day, the Contractor shall be responsible for cleaning the site and all grounds that it has occupied, of all tools, equipment, rubbish, debris, downed tree limbs, and branches. All parts of the work shall be left in a neat, orderly, and presentable condition. The removal of all rubbish and debris generated as a result of the Contractor's work under this contract will be the responsibility of the Contractor. No debris will be allowed to remain in or on any roadways at any time. 10.2 Once the tree(s) are pruned, trimmed, or removed, all wood chips, brush, and limbs, tree parts, shall be hauled off from the jobsite unless otherwise directed by the City. The Contractor will be responsible for proper disposal of all materials removed from the jobsite. Removed parts of trees shall not remain at the site, and the Contractor shall not permit any third party to claim the wood. 10.3 Once the work is complete and the work-site is ready for inspection, the Contractor shall notify the City by phone or in writing. The City will either make the necessary inspection or request photographic evidence that services were completed to the City's satisfaction, and if it is found the work has been properly performed and completed in accordance with all terms of this Contract, the work shall be accepted and approved for payment. 10.4 The City shall have the right to perform, or have performed, inspections of all places where work is undertaken in connection with this Contract. 11. INSURANCE AND INDEMNITY See Exhibit B for insurance requirements. 12. MEASUREMENT AND PAYMENT Payment will be made in accordance with this section, for the following bid items when they are included in the Proposal: STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 18 1 20 Project Number: 11135530.64110.7503 12.1 Mobilization and Demobilization: The lump sum contract price for "Mobilization and Demobilization" shall be considered full compensation for all labor, equipment, tools and materials necessary to complete the work as specified, which shall include: preconstruction conference, required submittals; site preparation; mobilization and demobilization of equipment and personnel to and from the site; setup and teardown; cleanup and site restoration; and all other work not included in the other bid items in the Contract. "Mobilization and Demobilization" will not be measured, and the payment of the contract lump sum price will be made in two (2) installments. The first payment of 50% of the lump sum price will be made when Work activities start. The second and final 50% will be paid when all work has been deemed complete to the satisfaction of the City Representative, all equipment and materials are removed from the sites and the sites are fully restored to the City's satisfaction. No additional payment will be made for demobilization and remobilization of equipment and personnel to and from the various job sites in the Contract, and/or due to faulty equipment. 12.2 Tree Removal and Pit Preparation: The unit contract price per each for "Tree Removal and Pit Preparation" constitute complete compensation for all labor, equipment, tools, supplies, disposal, and materials necessary to remove trees in accordance with these Contract Documents and field verified by the City Representative, including re installing tree grate, and placing City supplied tubes, and all work identified in these specifications. Tree Removal will be measured per each tree that has been removed in accordance with the these Contract Documents, and the pit prepared and approved by the City Representative. 12.3 Traffic Control a. The lump sum contract price for"Project Temporary Traffic Control" shall be considered full compensation for all labor including but not limited to traffic control labor, flaggers, traffic control supervisor, traffic control manager; equipment, supplies, tools and materials necessary to perform required temporary traffic control activities as specified, which shall include: furnishing barricades, flashers, cones, traffic safety drums, sequential arrow signs, portable changeable message sign (PCMS), and other temporary traffic control devices; setup and removal at each tree pit, and adjustment of temporary traffic control devices, traffic control labor; flaggers, traffic control management, and any equipment and personnel required to comply with the traffic control specifications. "Project Temporary Traffic Control" will not be measured, and the payment of the contract lump sum price will be made in two (2) installments. The first payment of 50% of the lump sum price will be made when pruning activities start. The second and final 50% will be paid when all work has been deemed complete to the satisfaction of the City Representative, and all equipment and materials are removed from the job sites and the sites are fully restored to the City's STREET TREE REMOVAL: W MEEKER STREET AND 2ND AVE S P a g e 19 1 20 Project Number: 11135530.64110.7503 satisfaction. No additional payment will be made for the setup and teardown of traffic control devices, equipment and personnel to and from the various job sites or locations in the Contract, and/or due to faulty equipment. 12.4 SPCC Plan: "SPCC Plan", lump sum. When the written SPCC Plan is accepted by the Contracting Agency, the Contractor shall receive 50 percent of the lump sum Contract price for the plan. The remaining 50 percent of the lump sum price will be paid after the materials and equipment called for in the plan are mobilized to the project. The lump sum payment for the "SPCC Plan" shall be full pay for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specification. 12.5 Minor Chanae: Payments or credits for changes amounting $2,500 or less may be made under the bid item "Minor Change". The Contractor will be provided a copy of the completed order for Minor Change. The agreement for the minor change will be documented by the signature of the contractor, or notation of verbal agreement. If the Contractor is in disagreement with anything required by the order for minor change, the contractor shall provide written protest to owner within two calendar days. For the purpose of providing a common proposal for all bidders, the City has entered an amount for "Minor Change" in the proposal to become a part of the total bid by the Contractor. STREET TREE REMOVAL: W MEEKER STREET AND 2N1 AVE S P a g e 20 1 20 Project Number: 11135530.64110.7503 ,` � � i�•�� �, gyp,, t; I. 7a� OVA v) 'If PROTECT EXISTING- , ,— 1I a'M n . � ,f l TREE (TYP) p oo W MEEKER ST ® ® ® F71® ® 6> �'� - c, N N N N N N - - cL Q� cA� Lr Y - (r Of [if CC 2 A.t ■ REP:IOVE TREE (TYP) V •a � ao iiL - � t W GOWE City of Kelt Public works Depsr -t W MEEKER STREET AND 2ND AVE S EXHIBIT C tort KENT Opmft—Dwmi.. STREET TREE REMOVAL PLANS IILE GENERAL NOTES SIGNSPACING=X 1 ALL SISGENT PNEPLAC AND SPACING SHALL CONFORM TO THE MUTCD AND CRY NCR) MPFff1701 PC RW CT WHEN OR V PRO" 2 PRIPRO ATAA TIMES cry WORK AREA FOR EMERGENCY vErvlct>=s SHALL DE •SPA ATE EXTREMEG-V OR EARTH ROAZALYPSUR­FA'AND" aDEW =R PER AN' ROL PLAN IS INPLEMENrTAT Es INTERS FING C oioRlsTS FROM AU DIREcrION TEMPORNRYWALKWAYCONSTRUCTER " NOPATHREE(aICAIENMRDAYYSINADVAGNS DFFSSTARTD IT FWDRKN TYPE 2DARRIGADEs. 6 DENBCES SHALL NOT ENCRID-H INTO ADUAGENT FARE OR PATH 7 GATT S SHATIF BEJE—W.BLACK LEGENDS WITH ORANGE BACKGROUND,UNUESS A GrNI DEVICFS STALL HE TRAFFIC CONES 28-IN HEIGHT OR TUNEFIC s NIGHT R REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING ST ONS SEE 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS I-OZM L-OU 11 D DUSUl—SEVEN IT) DA ENDANDAYGINAoVANCEO r N OF NTrvEAR ASE MITI ` T 12 ATT2Ria�a TOF 0 TSI 9-OZM 4-OZM FEDERAL CONTRACTOR S LL A ALERT 12vI WETRO TRANSIT SEVEN �� �t % %� 13 i m d..rmM SEVEN CALENDAR DAYS IN 20Sd4T-114.ON PROJECT LIMITS SERVICEDOYTRAANSITaMy.gw OR ar PrvoNEAT X VL-OZM X VL-OZM o PCMS NOTES: 1 INSTAu PCMS SEVEN(T)CALENDAR DAYS PRIOR TO START of WORK 2 f NT F�TPRoCINSPDR REEIaICNARAINAVGE 410 � ADDITIONAL REQUIRED SIGNS: COE FOLUNDRO WARNING SIGNS MUSTALSO DEADDEDTOWARN OFACLUALRO DWAr O O ® ® ® ® In ® ® ® ® ® ® O • --I aoovED PAVEMENT O O O WORK AREA • we-t euMP^ m noI DURING PAVING OPERAnorvs TREQUIRED • x W20-]A LEGEND X� _<�{ FLAGGING STATION W20-4 X TEMPORARY SIGN LOCATION <g>� W20-1 ® CHANNELIZINC DEVICES PROTECLVEVEHICLE SEQUE—ARRow SIC. TRAFFIC DIRECTION TCP-Po City of Kent ET Public Works DepKm--t TRAFFIC CONTROL PLAN t or t Y1z/1sAe K.ENT Engiveerivg Dmi.. JFLI GENERAL NOTES: KALL ENr sPEPLACEMENT AND ClMcanorvs sPaclNc SHALL CONFORM io THE MurcD AND crrr of FLASHING LIGHT FOR -E.PAVEMENT, ABRUPT LANE EDGEB,STEEL 2 PRIGR17 A GT HAs GN WORK AREA FOR EMERGENCY VEHICLES SHALL BE NIGHT TIME CLOSURE\ MOTORCYCLES PROO CT WHEN OR V PRO" USE EXTREME Fs REB JM SIGN SHALL HE INSTALLED SIGN:R9-9.24'X12' CAUTION oroRlsis FROM au DINFCTION 3 TFMPORARYwALKwAYGDNSTRUGTFD RTHS. THAT OLPLANTO ISINPLEMENTFDTATOR SIDEWALK TRAFFIC. TYPE z BARRICAOE3. CLOSED W21-1701 " THREE E)_E�DAa DAYS IN ADVANCE OFFSTARTo wow�N 6 D—CES SHALL NOT ENCROACH INTO ADJAGENT FARE OR PATH 7 OALL S SH—BEJE—W.BLACK LEGENDS WITH ORAAGE BACKGROUND,UNUESS B DNUMNI DIGHTE DEVICS BASE ETRAFFIC CONES 2B IN HEIGHT OR TRAFFIC BARRICADE WIDTH EQUAL TO FULL 9NIGHTWORK REQUIRES ADDITIONAL ROADWAY LIGHTING AT FLAGGING STATIONS_ WIDTH OF sEF THE PNo.IECT SPECIFICATIONS FOR ADDITIONAL DETAILS SIDEWALK IB SEE PROJECT SPECIFICAnorvS FOR WORK HOUR RESTRICTIONS SIDEWALK BARRICADE „ cALENDANDATRACTOR YSINADVANCEOFSTANTOFwORK DBUSINESSFS SEVEN m FE N THEAREA SEVEN ITI ,z GGEOFS3AT OFzwORK. HALF ALERT METRO TRANSIT SEV DENAL war O SCRDDL DISTRICT AT�zs319ae-s9cB CONTRACTOREN ITI CALENDAR Days IN 13 ADVANCE OF START OF Tm—I,—§km9c INN.OR BY PHONEAT PCMS NOTES , INSTAU PGMS SEVEN(T)CALENDAR DAYS PRIOR TO START OF WORK 2 NOTIFY CRY PROJECT INSPECTOR THREE I3)CALENDAR DAYS IN ADVANCE 3 OF INSTALLING PCMS TEMPORARY WALKWAY ADDITIONAL REQUIRED SIGNS: TEMPORARY RAMP TEMPORARY RAMP w2tmt ABRUPT LANE FDGE ST use BF ADDED To waRN OFACTuu NoaowaY J� 8.MIN WIDTH 8.MIN WIDTH THE FOLLOWING IV M MAX RUNNING SLOPE ®®®®®®®® &3%MAX RUNNING SLOPE GDNDRIDNB �g ® ® B s ® B • wa-2BB,GNDDYEDPaVEMENT• WB-,BUMP ®®®®®®®® y RPx LEGEND S 9 FLAGGING STATION r Y 3 TEMPORARY SIGN LOCATION SIDEWALK a CHANNELIZING DEVICES BARRICADE AS SHOWN PROTECTIVEVEHICLE SEQUE—ARROW SIGN TRAFFIC DIRECTION TCP—SVVi City of Kent ET Public Works Deparhnent TRAFFIC CONTROL PLAN l aF 1 �,:n3Ae (CENT Engineering DiVii.. PEDESTRIAN CONTROL GENERAL NOTES: PTAGEMENT AND SPACING SHALL CONFORM TO THE MUTTFID AND CITY OF AG C OEM I RG TO R�W 4070M 2 M R CAR PROU CT WHEN ON V KENr sPEClMcanorvs ff1701 2 PROWOEOATnu TIMES GH WORK AREA FOR EMERGENCY VEHICLES SHALL BE aR_ JUT SIGN SHALL BE.=ILED DEW R PE AT" ROL PLAN IS IMPLEAN MENrTALU Es FIC WARNING oroRISTS FROM AU DIREcrION DOLTM TEMPORNRYWALKWAY NSTRUCTER " THREE1NOPMMNGLE MAWAYYswA SAIGNSSFNCEC�FSSTARTO IT FwoRKNT PE2BARRIG S, 6 DENBCES SHALL NOT ENCREUA�Fl INTO ADUAGENT FARE OR PATH T SHIALL W.BLACK LEGENDS WITH ORARGE BACKGROUND,UNUESS ,z Ix,az oTHE=E SPECIE IED DI-Ba GrNI L HE FIC ES T OR TRAFFIC CUT D BASE S NIGHT PRUDE UIRESADALIONALR ADWA LIGHTINGATFHGGINGSTATI 3alsaaluoasn 9 REQUIRES ADDITIONALROADWAY ucrviwc AT FucclNc sianorvs ~� SEEcT sPECIFICATIorvs FOR ADDmorvu DETAILS aBsoTo>nvMBDls 10 SEE PROJECT SPECIFICATIONS FOR WORK HOUR RESTRICTIONS „ CALFHRAGTOR ENDANDAYSINADVANCEOFSRET TANTOFwDENTS ORK oBUSINESSESSEVENm 12 AriiS;l3�i�2wOw SI N THEAREA SEVEN IT) FEDENAL wnr SCHOOL DISTRICT AT(2Sa)—SSCB CONTRACTFOR SHALL ALERT MIEFURSH TRANSIT EN p)CALENDAR DAYS IN 13 ADVANCE OF START OF Tmn d..rmM§kmgcawS.OR BY PHONEAT 2`B-04T-114B,ON PROJECT LIMITS SERVIOED-TRANSR PCMS NOTES: PGMS DAYS TO START OF 2 NOTIFY CRY cPECMS PROJECT INSPECTOR E()CAUENDAR DAYS 2 NOnFYCRY OF KENT PROJECT wsPEcroR THREE I3)CAIENDAR oars wAovANCE ® I� m ADDITIONAL REQUIRED SIGNS: SIDEWALK BARRICADE cONDRIONS ABRUPT IArvE EDGE MUST ALSO BE ADDED TO WARN OFAGTuu NoaowAY 'e oo AS SHOWN n WB'1BUMP.00VF➢PAVEMENT• FLASHING LIGHT FOR NIGHT TIME CLOSURE-, SIGN:R9-9,24"X12' SIDEWALK LEGEND CLOSED FlAccwc siaTloN TE SIDEWAU(CLOSED AHEAD -► TEMPORARY SIGN LOCATION CROSS HI R9-11R ® CHANNELIZING DEVICES 24"X12' BARRICADE WIDTH ®j PROTECTNEVEHIGLE EQUAL TO FULL WIDTH OF sEOUE—AR—SIGN SIDEWALK SIDEWALK BARRICADE TRAFFIG DIRECTION TCP—SW2 ` - City of K—t ITEET Public WoEks MpK h-,Bt TRAFFIC CONTROL PLAN ,of, EFID- (CENT Eg.—g Dhii.. PEDESTRIAN CONTROL FILE SIGN SPACING =X (1) MINIMUM SHOULDER TAPER LENGTH =L13(feet) BUFFER DATA RURAL ROADS&URBAN ARTERIALS 35/40 MPH 350x SHOULDER Posted Speed(mph) RURAL ROADS,URBAN ARTERIALS, 25/30 MPH 200'x(2) WDTH LONGITUDINAL BUFFER SPACE =B RESIDENTIAL&BUSINESS DISTRICT$ 25 30 35 40 45 50 55 60 a5 ]O URBAN STREETS 25 MPH OR LESS 100'x(2 ( ) (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE 8' 40 40 GO 90 - - - - - - SPEED(MPH) 25 30 35 40 45 50 55 60 65 1 0 INTERSECTIONS AND DRIVEWAYS. 10' 40 SO 90 90 _ _ _ _ _ _ (2)THI$SPACING MAY BE REDUCED IN URBAN AREAS TO FIT LENGTH(fast) 155 200 250 305 360 425 495 570 645 730 ROADWAY CONDITIONS. USE A 3 DEVICES TAPER FOR SHOULDERS LESS THEN& TRANSPORTABLE ATTENUATOR ROLL AHEAD DISTANCE = R HOST VEHICLE WEIGHT HOST VEHICLE WEIGHT 9,900 TO 22,000 lbs. >22,000 lbs. <45 MPH 45-55 MPH >55 MPH <45 MPH 45-55 MPH >55 MPH 100, 123' 172' 74' 100' 1 150' PROTECTIVE VEHICLE (WORK VEHICLE)=R NO SPECIFIED DISTANCE REQUIRED CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 35I40 30 4 2S/30 20 40 i N O N p O O �¢ WORK AREA O O X X Ll3 B 48' 48„ ROAD WORK BHOULDER AHEAD WORK 4r 48" W20.1 W21-5 NOTES LEGEND 1.DEVICE SPACING FOR THE DOWNSTREAM TAPER SHALL BE 20'(FT). M TEMPORARY SIGN LOCATION SHOULDER CLOSURE -LOW SPEED 2.ALL SIGNS ARE BLACK ON ORANGE. D CHANNELIZING DEVICES PROTECTIVE VEHICLE (4O MPH OR LESS) NOT TO SCALE FILE NAME S:­gn R P&SH-SMN44M1a9N4N SMet Ub w PPhn9hed PSLI Te we,x Zone TnnK eonva—5 Should.,Cl..,.-_O s MP Lessp]us.e9� PIOI 1 TIME 2:59:41 PIN °'"'° FED.AID PROJ.NO. DATE 1—le As °TCS TE " PLOTD BY DESIGNED BY °"""°° ENTERED SY Washington Stale =^°° Department of Tnnsporta0on o. CHECKED BY a PROD.ENGR. TRAFFIC CONTROL PLAN REGIONAL ADM. REVISION °"E�° NOTES NO R8-3 INSTALL ON TYPE 2 BARRICADES THROUGHOUT THE WORK AREA 1. CONTROLS SHOWN ARE FOR PEDESTRIAN TRAFFIC ONLY. 30 24 HOURS PRIOR TO IMPLEMENTING TRAFFIC CONTROL. I a 2. ARKING 2 RIW PRIOR NOTIFICATION OF LOCAL LAW ENFORCEMENT REQUIRED. A 60"(IN)PATH WIDTH SHOULD BE MAINTAINED (48"(IN)IS THE MINIMUM). 3. CONTACT AND COORDINATE IMPACTED TRANSIT AGENCIESPRIOR TO IMPLEMENTING ANY CLOSURES. R}t1 4. SEE SHEET TC-52 FOR TEMPORARY PEDESTRIAN RAMP 24"z 1T' DETAILS. BNY 5. ADA PEDESTRIAN FACILITIES MUST BE MAINTAINED. 30- I SEE STANDARD SPECIFICATION 6. TEMPORARY PEDESTRIAN PUSH BUTTONS SHALL BE DETOUR 24• PLACED ON THE DIVERTED PATH WHEN EXISTING BUTTONS ARE NOT ACCESSIBLE TO PEDESTRIANS. M4AB B/0 R3 0 R9-9 24"x 12" D 24"z 13" BIW D BB =n�,„ aRo I SIDEWALK A �F CLOSED aB11 DETOUR 21 aw 10'MIN. � I NRNx ors M4-BB MB WORK AREA RK AREA D� C o e i mnnu aaxo R410 24••x 1r BnY SIDEWALK DIVERSION SIDEWALK DETOUR LEGEND N TEMPORARY SIGN LOCATION ® CHANNELIZING DEVICES ® PEDESTRIAN CHANNELIZING DEVICES INTERSECTION PEDESTRIAN TRAFFIC CONTROL ® TEMPORARY PEDESTRIAN RAMP FOR SIDEWALKS NOT TO SCALE FILE NAME b:Nloel n R Pb SW-bhntlaMal2Plan SMH Ubra KI-bil—PSL\TC Wort Zone TnHk Conbd—16 Imemcllon Petl1——C-1 C-16.do. PIo11 TIME 11:M:56 AM FEDAID PRO.I.NO. � DATE 1N.B10 AS 7 „TC16 PLOTTED BY lidd.ff DESIGNED BY Washington StateENTERED BY ,„,M„,„ �.m.w. Department of Transportation o= PRa a..ENGCHECKED Y o.,. PEDESTRIAN CONTROL AND PROTECTION REGIONAL ADM. REWSION Exhibit B Insurance Requirements 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: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The 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 insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $1,000,000 per occurrence, $2,000,000 general aggregate, and a $2,000,000 products-completed operations aggregate limit. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsements naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. PACIARB-01 AALLEN ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/25/2024 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 NAME: INSURICA PHONE AX 2420 Springer Dr,Suite 105 (A/C,No,Ext):(405)310-1583 (A//C,No):(405)217-0311 Norman,OK 73069 ADDRESS:service@INSURICAexpress.com INSURERS AFFORDING COVERAGE NAIC# INSURERA:Evanston Insurance Company 35378 INSURED INSURER B:United Financial Casualty Company 11770 Pacific Arboriculture LLC INSURER 7 5101 S 372nd St. INSURER D: Auburn,WA 98001 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM/DD MM/DD A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 3AA726268 11/3/2023 11/3/2024 DAMAGE TO RENTED 100,000 X PREMISES Ea occurrence $ MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY jE LOC PRODUCTS-COMP/OP AGG $ Included OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ ANY AUTO X 00945888-9 1/24/2024 7/24/2024 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY X AUTOS BODILY INJURY Per accident $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANY PROPRIETOR/PARTNER/EXE(;UTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Kent is listed as Additional insured as required by written contract in regards to General Liability&Automobile Liability coverage. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY III POLICY NUMBER: 3AA726268 MARKEV EVANSTON INSURANCE COMPANY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM LIQUOR LIABILITY COVERAGE FORM OWNERS AND CONTRACTORS PROTECTIVE LIABILITY COVERAGE FORM PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE FORM SCHEDULE Additional Premium: $Included (Check box if fully earned ®) Please refer to each Coverage Form to determine which terms are defined. Words shown in quotations on this endorsement may or may not be defined in all Coverage Forms. A. Who Is An Insured is amended to include as an additional insured any person or entity to whom you are required by valid written contract or agreement to provide such coverage, but only with respect to"bodily injury", "property damage" (including "bodily injury"and "property damage" included in the"products-completed operations hazard"), and "personal and advertising injury" caused, in whole or in part, by the negligent acts or omissions of the Named Insured and only with respect to any coverage not otherwise excluded in the policy. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. The insurance afforded to such additional insured will not be broader than that which you are required by the valid written contract or agreement to provide for such additional insured. Our agreement to accept an additional insured provision in a valid written contract or agreement is not an acceptance of any other provisions of such contract or agreement or the contract or agreement in total. When coverage does not apply for the Named Insured, no coverage or defense will apply for the additional insured. No coverage applies to such additional insured for injury or damage of any type to any"employee"of the Named Insured or to any obligation of the additional insured to indemnify another because of damages arising out of such injury or damage. B. With respect to the insurance afforded to these additional insured, the following is added to limits of insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the valid written contract or agreement; or 2. Available under the applicable limits of insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable limits of insurance shown in the Declarations. All other terms and conditions remain unchanged. MEGL 0009-01 09 18 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. 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: 3/6/2024 County Trade Job Classification Wage Holiday Overtime Note *Risk _ Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View King Brick Mason Journey Level $69.07 7E 1N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E I View King Building Service Employees Janitor $29.33 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View King Carpenters Journey Level $74.96 15J 4C L View King Carpenters Scaffold Erector $74.96 15J 4C View King Cement Masons Application of all Composition $72.87 15J 41J View Mastic King Cement Masons Application of all Epoxy $72.37 15J 41J View Material King Cement Masons Application of all Plastic $72.87 15J 41J View Material King Cement Masons Application of Sealing $72.37 15J 4U View Compound King Cement Masons Application of Underlayment $72.87 15J 41J View King Cement Masons Building General $72.37 15J 41J I View King Cement Masons Composition or Kalman Floors $72.87 15J 41J View King Cement Masons Concrete Paving $72.37 15J 41J View King Cement Masons Curb Et Gutter Machine $72.87 15J 41J ' View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J I View King Cement Masons Finish Colored Concrete $72.87 15J 41J View King Cement Masons Floor Grinding $72.87 15J 4U View King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15J 4U View powered King Cement Masons Grouting of all Plates $72.37 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View King Cement Masons Gunite Nozzleman $72.87 15J 4U View King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View King Cement Masons Patching Concrete $72.37 15J 4U View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15J 4U View King Cement Masons Sand Blasting Architectural $72.87 15J 4U View Finish King Cement Masons Screed E Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15J 4U �� View Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $72.87 15J 4U View King Divers >t Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) King Divers >t Tenders Dive Supervisor/Master $93.94 15J 4C View King Divers >t Tenders Diver $129.71 15J 4C 8V View King Divers >t Tenders Diver On Standby $88.94 15J 4C View King Divers >t Tenders Diver Tender $80.82 15J 4C View King Divers >t Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers >t Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15J 4C View Compressed Air Worker 44.01 54.00 PSI King Divers >t Tenders Hyperbaric Worker - $107.26 15J 4C View Compressed Air Worker 54.01 60.00 PSI King Divers >t Tenders Hyperbaric Worker - $109.76 15.1 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers >t Tenders Hyperbaric Worker - $114.76 15J 4C View Compressed Air Worker 64.01 68.00 PSI King Divers >t Tenders Hyperbaric Worker - $116.76 15J 4C View Compressed Air Worker 68.01 70.00 PSI King Divers >t Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 72.00 PSI King Divers >t Tenders Hyperbaric Worker - $120.76 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers >t Tenders Manifold Operator $80.82 15J 4C View King Divers >t Tenders Manifold Operator Mixed Gas $85.82 15J 4C View King Divers >t Tenders Remote Operated Vehicle $80.82 15J 4C View Operator/Technician King Divers >t Tenders Remote Operated Vehicle $75.41 15J 4C View Tender King Dredge Workers Assistant Engineer $79.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View King Dredge Workers Oiler $79.01 5D 3F i View King wall Applicator Journey Level $75.73 150 11 S T View King wall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers King Electricians - Inside Cable Splicer $109.35 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View King Electricians - Inside Certified Welder $105.63 7C 4E View King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View King Electricians - Inside Construction Stock Person $51.53 7C 4E View King Electricians - Inside Journey Level $101.92 7C 4E View King Electricians - Inside Journey Level (tunnel) $109.35 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 i i 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 $65.66 7E 1 E View King Elevator Constructors Mechanic $111.26 7D 4A View King Elevator Constructors Mechanic In Charge $120.27 7D 4A View King Fabricated Precast Concrete All Classifications - In-Factory $21.34 513 1R View Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View King Fence Erectors Fence Laborer $50.07 15J lip 8Y View King Flaggers Journey Level $50.07 15J lip 8Y View King Glaziers Journey Level $79.16 7L 1Y View King Heat >t Frost Insulators And Journey Level $87.15 15H 11 C View Asbestos Workers King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $62.49 15J 11 P 8Y View King Industrial Power Vacuum Journey Level $16.28 1 i View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K t 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 $49.48 15M 110 View Sewer >t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View Sewer >t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View Sewer >t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer >t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer >t Water Systems By Remote Control King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View Sewer >t Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $87.80 15K 11N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View Screed King Laborers Airtrac Drill Operator $60.90 15J 11 P 8Y View King Laborers Ballast Regular Machine $59.07 15J lip 8Y View King Laborers Batch Weighman $50.07 15J lip 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View King Laborers Brush Cutter $59.07 15J 11 P 8Y View King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View King Laborers Cement Dumper-paving $60.15 15J -lip 8Y View King Laborers Cement Finisher Tender $59.07 15J lip 8Y View King Laborers Change House Or Dry Shack $59.07 15J 11 P 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View King Laborers Choker Setter $59.07 15J lip 8Y View King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J lip 8Y View King Laborers Concrete Dumper/Chute $60.15 15J 11 P 8Y View Operator King Laborers Concrete Form Stripper $59.07 15J lip 8Y View King Laborers Concrete Placement Crew $60.15 15J lip 8Y View King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller King Laborers Crusher Feeder $50.07 15J 11 P 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View King Laborers Demolition: Wrecking E Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J 11 P 8Y View King Laborers Diver $60.90 15J lip 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View Diamond) King Laborers Dry Stack Walls $59.07 15J 11 P 8Y View King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Ft Bucker Chain Saw $60.15 15J 11 P 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View King Laborers Form Setter $60.15 15J 11 P 8Y View King Laborers Gabian Basket Builders $59.07 15J lip 8Y View King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker Ft Transit Person $62.49 15J 11 P 8Y View King Laborers Grinders $59.07 15J lip 8Y View King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J 11 P 8Y View King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View A) King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View B) King Laborers Hazardous Waste Worker (Level $59.07 15J 11 P 8Y View C) King Laborers High Scaler $60.90 15J lip 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View King Laborers Maintenance Person $59.07 15J lip 8Y View King Laborers Manhole Builder-Mudman $60.15 15J 11 P 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View King Laborers Mold Abatement Worker $59.07 15J lip 8Y View King Laborers Motorman-Dinky Locomotive $62.59 15J 11 P 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using combination of high pressure air E water on concrete E rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $60.15 15J 11 P 8Y View King Laborers Pilot Car $50.07 15J lip 8Y View King Laborers Pipe Layer (Lead) $62.49 15J lip 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J 11 P 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View King Laborers Pipe Wrapper $60.15 15J lip 8Y View King Laborers Pot Tender $59.07 15J 11 P 8Y View King Laborers Powderman $60.90 15J lip 8Y View King Laborers Powderman's Helper $59.07 15J lip 8Y View King Laborers Power Jacks $60.15 15J lip 8Y View King Laborers Railroad Spike Puller - Power $60.15 15J lip 8Y View King Laborers Raker -Asphalt $62.49 15J 11 P 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J 11 P 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View King Laborers Rivet Buster $60.15 15J lip 8Y View King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J 11 P 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View King Laborers Spreader (Concrete) $60.15 15J 11 P 8Y View King Laborers Stake Hopper $59.07 15J lip 8Y View King Laborers Stock Piler $59.07 15J lip 8Y View King Laborers Swinging Stage/Boatswain $50.07 15J 11 P 8Y View Chair King Laborers Tamper Ft Similar Electric,Air $60.15 15J lip 8Y View Ft Gas Operated Tools King Laborers Tamper (Multiple E Self- $60.15 15J 11 P 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View Shorer Ft Cribber) King Laborers Toolroom Person (at Jobsite) $59.07 15J 11 P 8Y View King Laborers Topper $59.07 15J lip 8Y View King Laborers Track Laborer $59.07 15J lip 8Y View King Laborers Track Liner (Power) $60.15 15J lip 8Y View King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View King Laborers Traffic Control Supervisor $56.73 15J lip 9C View King Laborers Truck Spotter $59.07 15J lip 8Y View King Laborers Tugger Operator $60.15 15J 11 P 8Y View King Laborers Tunnel Work-Compressed Air $175.79 15J lip 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J 11 P 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J 11 P 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15J 11 P 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J 11 P 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J 11 P 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J 11 P 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J 11 P 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15J 11 P 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View Tender King Laborers Tunnel Work-Miner $62.59 15J 11 P 8Y View King Laborers Vibrator $60.15 15J lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15J lip 8Y View King Laborers Welder $60.15 15J 11 P 8Y View King Laborers Well Point Laborer $60.15 15J lip 8Y View King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer General Laborer Ft Topman $59.07 15J 11 P 8Y View >t Water King Laborers - Underground Sewer Pipe Layer $60.15 15J 11 P 8Y View E Water King Landscape Construction Landscape $45.51 15J lip 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $75.73 150 11 S View King Marble Setters Journey Level $69.07 7E 1 N View King Metal Fabrication (In Shop), Fitter/Certified Welder $42.17 151 11E View King Metal Fabrication (In Shop), General Laborer $30.07 151 11E View King Metal Fabrication (In Shop), Mechanic $43.63 151 11E View King Metal Fabrication (In Shop), Welder/Burner $39.28 151 11E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View King Modular Buildings Electrician $16.28 1 View King Modular Buildings Equipment Maintenance $16.28 1 I View King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 I� View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 I View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11J View King Pile Driver Crew Tender $80.82 15J 4C I View King Pile Driver Journey Level $75.41 15J 4C View King Plasterers Journey Level $70.91 7Q 1 R I View King Plasterers Nozzleman $74.91 7Q 1 R View King Playground Et Park Equipment Journey Level $16.28 1 View Installers King Plumbers >t Pipefitters Journey Level $103.19 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11 G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11 G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11 G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11 G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11 G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11 G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11 G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11 G 8X View King Power Equipment Operators Cableways $83.62 15J 11 G 8X View King Power Equipment Operators Chipper $82.88 15J 11 G 8X View King Power Equipment Operators Compressor $78.65 15J 11 G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11 G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11 G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11 G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11 G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View over King Power Equipment Operators Cranes,A-frame: 10 tons and $78.95 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $83.95 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11 H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $82.88 15J 11 G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $83.62 15J 11 G 8X View King Power Equipment Operators Dozers D-9 Ft Under $82.25 15J 11 G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11 G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11 G 8X View King Power Equipment Operators Elevator and man-lift: $78.65 15J 11 G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11 G 8X View Gamaco Ft Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11 G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11 G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11 G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11 G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11 G 8X View King Power Equipment Operators Hard Tail End Dump $83.62 15J 11 G 8X View Articulating Off- Road Equipment 45 Yards. E Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11 G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11 G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11 G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $85.33 15J 11 G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11 G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11 G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11 G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11 G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11 G 8X View King Power Equipment Operators Material Transfer Device $82.88 15J 11 G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $84.46 15J 11 G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $83.62 15J 11 G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11 G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View Distribution Ft Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11 G 8X View Manlifts),Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $78.65 15J 11 G 8X View King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11 G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11 G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11 G 8X View King Power Equipment Operators Power Plant $78.65 15J 11 G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11 G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11 G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11 G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $83.62 15J 11 G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $83.62 15J 11 G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11 G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11 G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11 G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11 G 8X View King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11 G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Ft Carry All $82.25 15J 11 G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11 G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11 G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11 G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11 G 8X View King Power Equipment Operators Spreader, Topsider Ft $83.62 15J 11 G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11 G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11 G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters,All Track Or Truck $83.62 15J 11 G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11 G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11 G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $78.65 15J 11 G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11 G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer E Water King Power Equipment Operators- Bobcat $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11 G 8X View Underground Sewer E Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Bump Cutter $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Cableways $83.62 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Chipper $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Compressor $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11 G 8X View Underground Sewer E Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11 G 8X View Underground Sewer E Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11 G 8X View Underground Sewer E Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11 G 8X View Underground Sewer E Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer E Water over King Power Equipment Operators- Cranes,A-frame: 10 tons and $78.95 7A 11 H 8X View Underground Sewer E Water under King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Underground Sewer E Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View Underground Sewer E Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer E Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $86.48 7A 11 H 8X View Underground Sewer E Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $83.95 7A 11 H 8X View Underground Sewer E Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $85.66 7A 11 H 8X View Underground Sewer E Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View I Underground Sewer E Water attachments, a-frame over 10 ltons King Power Equipment Operators- Crusher $82.88 15J 11 G 8X View L Underground Sewer E Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer E Water (power) L King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11 G 8X View Underground Sewer at Water King Power Equipment Operators- Dozers D-9 Ft Under $82.25 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11 G 8X View Underground Sewer >t Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11 G 8X View Underground Sewer >t Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11 G 8X View Underground Sewer >t Water Gamaco Ft Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11 G 8X View Underground Sewer >t Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11 G 8X View Underground Sewer >t Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11 G 8X View Underground Sewer >t Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Hard Tail End Dump $83.62 15.1 11 G 8X View Underground Sewer >t Water Articulating Off- Road Equipment 45 Yards. E Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11 G 8X View Underground Sewer >t Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11 G 8X View Underground Sewer >t Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11 G 8X View Underground Sewer >t Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View Underground Sewer >t Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer >t Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer >t Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11 G 8X View Underground Sewer >t Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11 G 8X View Underground Sewer >t Water Yards King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Locomotives, All $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11 G 8X View Underground Sewer >t Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11 G 8X View Underground Sewer E.Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11 G 8X View Underground Sewer E Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11 G 8X View Underground Sewer E Water Distribution Ft Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11 G 8X View Underground Sewer E Water Manlifts),Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View Underground Sewer E Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer E Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Underground Sewer E Water through 99 tons King Power Equipment Operators- Pavement Breaker $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11 G 8X View Underground Sewer E Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Power Plant $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Pumps - Water $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11 G 8X View Underground Sewer E Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $83.62 15J 11 G 8X View Underground Sewer E Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer E Water King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View Underground Sewer E Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11 G 8X View Underground Sewer E Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11 G 8X View Underground Sewer E Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11 G 8X View Underground Sewer E Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15J 11 G 8X View Underground Sewer at Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11 G 8X View Underground Sewer >t Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15J 11G 8X View Underground Sewer >t Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Underground Sewer >t Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Underground Sewer >t Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Underground Sewer >t Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Underground Sewer >t Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11 G 8X View Underground Sewer >t Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Spreader, Topsider E $83.62 15J 11 G 8X View Underground Sewer >t Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View Underground Sewer >t Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View Underground Sewer >t Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer >t Water height from base to boom King Power Equipment Operators- Transporters,All Track Or Truck $83.62 15J 11 G 8X View Underground Sewer >t Water Type King Power Equipment Operators- Trenching Machines $82.25 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer >t Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View Underground Sewer >t Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Underground Sewer >t Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11 G 8X View Underground Sewer >t Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11 G 8X View Underground Sewer >t Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A 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 $95.89 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 I View King Residential Drywall Applicators Journey Level $74.96 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 I View King Residential Insulation Journey Level $28.18 1 View Applicators 1 King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 1� View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers >t Journey Level $45.40 1 View Pipefitters King Residential Refrigeration >t Air Journey Level $96.42 7F 1 E View Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View King Residential Sprinkler Fitters Journey Level $63.61 1 View .(Fire Protection), King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 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 $64.45 5A 3H I View King Roofers Using Irritable Bituminous $67.39 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View King Shipbuilding >t Ship Repair New Construction Boilermaker $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Carpenter $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Crane $43.16 7V 1 View Operator King Shipbuilding >t Ship Repair New Construction Electrician $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Heat Ft Frost $87.15 15H 11C View Insulator King Shipbuilding >t Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Machinist $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Operating $43.16 7V 1 View Engineer J King Shipbuilding >t Ship Repair New Construction Painter $51.95 7X 4J View King Shipbuilding >t Ship Repair New Construction Pipefitter $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Rigger $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Sheet Metal $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction Shipwright $51.85 7X 4J View King Shipbuilding >t Ship Repair New Construction $43.16 7V 1 View Warehouse/Teamster King Shipbuilding >t Ship Repair New Construction Welder / $51.85 7X 4J I View Burner King Shipbuilding >t Ship Repair Ship Repair Boilermaker $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Carpenter $51.85 7X 4J t View King Shipbuilding >t Ship Repair Ship Repair Crane Operator $45.06 7Y 4K + View King Shipbuilding >t Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Heat E Frost $87.15 15H 11 C I View Insulator King Shipbuilding >t Ship Repair Ship Repair Laborer $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Machinist $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding >t Ship Repair Ship Repair Warehouse / $45.06 7Y 4K I View Teamster King Sign Makers >t Installers Journey Level $58.04 0 1 View ,(Electrical), King Sign Makers >t Installers (Non- Journey Level $37.08 0 1 View Electrical), King Soft Floor Layers Journey Level $66.32 15J 4C View King Solar Controls For Windows Journey Level $16.28 1 View King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $16.28 1 View Structural), King Stone Masons Journey Level $69.07 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 i View Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View I conjunction with survey work l only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $65.66 7E 1 E View King Telephone Line Construction - Cable Splicer $40.36 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View Outside King Terrazzo Workers Journey Level $62.36 7E 1 N View King Tile Setters Journey Level $62.36 7E 1 N View King Tile, Marble >t Terrazzo Finisher $53.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $89.54 15L 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View King Truck Drivers Dump Truck $74.02 15J 11M 8L View King Truck Drivers Dump Truck Ft Trailer $74.95 15J 11M 8L View King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 15J 11M 8L View King Well Drillers >t Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers >t Irrigation Pump Oiler $16.28 1 View Installers King Well Drillers >t Irrigation Pump Well Driller $18.00 1 View Installers Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) 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. L 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. 1 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 1. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid 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. 2 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) 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. 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. 3 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) 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 often(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 thm 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'h)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. L 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. 4 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 4. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on a Saturday in excess of twelve(12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve(12)in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. S. On a four(4) day ten(10)hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of(10)hours shall be paid at one and one half(1-1/2)times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2)times the straight time rate,(except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. Multiple Shift Operations:When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate,all shifts of that day's operation shall be completed at that rate. Special Shifts:The Special Shift Premium is the basic hourly rate of pay plus$2.00 an hour.When due to conditions beyond the control of the employer or when an owner(not acting as the contractor), a government agency or the contract specifications require more than four(4)hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 5 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 4. 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. 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. 6 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 11. 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 nominal 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. 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. 7 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 11. 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. O. All work performed on Saturdays,Sundays,and Holidays shall be paid at one and one half(1-1/2)times the straight time rate of pay. 8 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Overtime Codes Continued 11. P. Work performed in excess of ten(10)hours of straight time per day when four ten(10)hour shifts are established and all work on Saturdays,except for make-up days shall be paid at time and one-half(1 'h)the straight time rate. 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 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 a.m.to 6:00 p.m.,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 shifts 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-hour shifts. 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. Q. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 35%over the hourly rate of wage.Work performed on Sundays shall be paid at double time.All hours worked on holidays shall be paid at double the hourly rate of wage. R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm,and all hours after eight(8)hours worked shall be paid at one and one-half times the hourly rate.All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. When a holiday falls on a Saturday,the Friday before shall be the observed holiday. When a holiday falls on a Sunday,the following Monday shall be the observed holiday. S. The first ten(10)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions,or other conditions beyond the control of the Employer,then Saturday may be worked at the straight time rate,for the first eight(8)hours,or the first ten(10)hours when a four day ten hour workweek has been established. 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. 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. 9 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holidav 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). L 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). 101Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holidav Codes Continued 5. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day(7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holidav Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 111 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holiday Codes Continued 7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L Holidays:New Year's Day,President's Day,Independence Day,Memorial Day, Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. 12 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holidav Codes Continued 7. 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 nominal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the nominal 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. Holidav 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. L 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,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday and Saturday after Thanksgiving Day, and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 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, Independence Day, Labor Day, Veteran's 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. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 13 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holidav Codes Continued 15. N. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. O. Holidays: New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,the day before Christmas day,and Christmas Day(10).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A& B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75, Level C: $0.50,And Level D: $0.25. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. 141Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Note Codes Continued 8. 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 10l'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 nornial 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.) 15 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) 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. 16 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Note Codes Continued 9. 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. H. One(1)person crew shall consist of a Party Chief.(Total Station or similar one(1)person survey system).Two(2) person survey party shall consist of a least a Party Chief and a Chain Person.Three(3)person survey party shall consist of at least a Party Chief,an Instrument Person,and a Chain Person. 17 1 Page