Loading...
HomeMy WebLinkAboutCAG2024-213 - Original - Statewide Parking Lot Services, Inc. - 2024 Asphalt Grinding - 05/07/2024 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: Karin Bayes for Joe Araucto Public Works Date Sent: Date Required: c 04/26/2024 5/3/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Q Interlocal Agreement Uploaded to Website 4/16/2024 Budget Account Number: Grant? Yes❑ NoF71 R20113 Budget? Yes❑No Type: N/A Vendor Name: Category Statewide Parking Lot Services, Inc. Contract Vendor Number: Sub-Category: Original 0 Project Name: 2024 Asphalt Grinding 3- Project Details: 0 The project consists of planing bituminous pavement as necessary r_ to prepare pavement surface associated with the overlay work. c Basis for Selection of Contractor: � AgreementAmount• $107,250 Bid E *Memo to Mayor must be attached i Start Date: 10 days after NTP Termination Date: 9/6/2024 Q Local Business?❑Yes❑No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Local Exceptions"form on Cityspace. Business License Verification: ❑Yes❑In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number: ❑Yes❑No CAG2024-213 Comments: There was an error in the Council packet approving the contract. The actual 3 contract amount is $107,250 and the Mayor authorizes making this o IM correction and ratifies the past actions. c c — — — — — 3 cc DANA RALPH, MAYO�t cc Date Received:City Attorney: 5/3/24 Date Routed:Mayor's Office 5/3/24 City Clerk's Office 5/7/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 140 - KENT DATE: April 16, 2024 TO: Kent City Council SUBJECT: 2024 Asphalt Grinding Bid - Award MOTION: I move to award the 2024 Asphalt Grinding Project to Statewide Parking Lot Service, Inc. in the amount of $107,205 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: This project includes planing asphalt pavement to prepare the surface for overlay. Asphalt overlay work will be performed by the City's street crews. The bid opening for the 2024 Asphalt Grinding Project was held on April 9, 2024, with three bids received. The lowest responsible and responsive bid was submitted by Statewide Parking Lot Service, Inc. in the amount of $107,205. Bid Tab Summary O1. Statewide Parking Lot Service, Inc. $107,205.00 02. Puget Paving & Construction, Inc. $118,750.00 03. Asphalt Patch Systems, Inc. $142,500.00 Engineer's Estimate $165,000.00 BUDGET IMPACT: Work is budgeted out of the Street Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. ATTACHMENTS: 1. 2024 Asphalt Grinding Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Asphalt Grinding Project Number: 24-3001 . 2 BIDS ACCEPTED UNTIL April 9, 2024 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KENT WASH IN G T O N INDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Location Map and Cross Section Details Section 6 Prevailing Wage Rates ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Non-Discrimination Policy Administrative Policy 1.2 - Inclusive Contracting Proposal Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) - Structural Steel Installation and Rebar Installation Contractor's Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder's Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Location Map and Cross Section Details Prevailing Wage Rates BIDDER'S NAME CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2024 Asphalt Grinding Project Number: 24-3001 .2 BIDS ACCEPTED UNTIL April 9, 2024 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KEN TT WASH IN G T O N ORDER OF CONTENTS FOR BID PACKAGE Invitation to Bid Contractor Compliance Statement Declaration - City of Kent Non-Discrimination Policy Administrative Policy 1.2 - Inclusive Contracting Proposal Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) - Structural Steel Installation Rebar Installation Contractor's Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form: Non-Collusion, Minimum Wage Change Order Bidder's Checklist INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 9, 2024, up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 10:00 a.m. for the City of Kent project named as follows: 2024 Asphalt Grinding Project Number: 24-3001.2 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of planing bituminous pavement as necessary to prepare pavement surface associated with the overlay work to be performed by the City of Kent Street Crew. The Engineer's estimated range for this project is approximately $157,000 to $173,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657. For technical questions, please call Joseph Araucto, at 253-856-5664. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032- 5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https://www.kentwa.ciov/pay-and-apply/bids-procurement-rfps. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. The City of Kent, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 21St day of March 2024. BY: Kimberl . Komoto, City Clerk Published: Daily Journal of Commerce on March 26 and April 2, 2024 Washington State Office of Minority and Women's Business Enterprise on March 26, 2024 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date � Iq 1,12 q This statement relates to a proposed contract with the City of Kent named 2024 Asphalt Grinding Project Number: 24-3001.2 I am the undersigned yiidder or prospective contractor. I represent that - Tav q,--) have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAM OF BIDDER BY: SIGNATURE/TITLE vhx tk, - 9� q;�- ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Project/Engineer 2024 Asphalt Grinding/Araucto 1 March 26, 2024 Project Number: 24-3001.2 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement I, the prime contractor, will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. Project/Engineer 2024 Asphalt Grinding/Araucto 2 March 26, 2024 Project Number: 24-3001.2 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally-assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: Project/Engineer 2024 Asphalt Grinding/Araucto 3 March 26, 2024 Project Number: 24-3001.2 a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27, V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); Project/Engineer 2024 Asphalt Grinding/Araucto 4 March 26, 2024 Project Number: 24-3001.2 viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below,,,J agree to fulfill the five requirements referenced above. By: I For: Title: Date: Project/Engineer 2024 Asphalt Grinding/Araucto 5 March 26, 2024 Project Number: 24-3001.2 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants, and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 2024 Asphalt Grind ing/Araucto 1 March 26, 2024 Project Number: 24-3001.2 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 ned hereby certifies that � "" �l/ � POL,I/ The undersigned y has examined the job site and construction details of the work as outli ed on the plans and described in the specifications for the project named 2024 Asphalt Grinding/Project Number: 24-3001.2 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non-continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAM PLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non-responsive. 2024 Asphalt Grinding/Araucto 2 March 26, 2024 Project Number: 24-3001.2 SCHEDULE I - SOLID WASTE UTILITY FUNDING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization (Schedule I) $Ago WSDOT LUMP SUM Per LS 1005 5-04.5 8 Planing Bituminous Pavement $ * KSP HALF DAYS Per HD 1010 1-04.4(1) 1 Minor Changes (Schedule I) $10,000** $10,000 WSDOT CALC Per CALC "Common price to all bidders * The description of this bid item is identical to a bid item(s) found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule I Total $ �� 0:DO on 2024 Asphalt Grinding/Araucto 3 March 26, 2024 Project Number: 24-3001.2 SCHEDULE II — B&O FUNDING ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 2000 1-09.7 1 Mobilization (Schedule II) $ gbbp'VD $ b WDO WSDOT LUMP SUM Per LS 2005 5-04.5 17 Planing Bituminous Pavement $ $ * KSP HALF DAYS Per HD 2010 1-04.4(1) 1 Minor Changes (Schedule II) $10,000** $10,000 WSDOT CALC Per CALC "Common price to all bidders The description of this bid item is identical to a bid item(s) found in more than one schedule. * In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid items with identical bid item descriptions reflect the same unit price. Schedule II Total $ (AA-t ." 2024 Asphalt Grinding/Araucto 4 March 26, 2024 Project Number: 24-3001.2 BID SUMMARY Schedule I N i ON)10 Solid Waste Utility Funding Schedule II nu R� B&O Funding TOTAL BID AMOUNT 4 11l/ y 2024 Asphalt Grinding/Araucto 5 March 26, 2024 Project Number: 24-3001.2 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: Project Name: 2024 Asphalt Grinding Project Number: 24-3001.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Electrical Subcontractor Name: Ai Signature of Bidder Date 2024 Asphalt Grinding/Araucto 6 March 26, 2024 Project Number: 24-3001.2 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: Project Name: 2024 Asphalt Grinding Project Number: 24-3001.2 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Structural Steel Installation Subcontractor Name: Rebar Installation Subcontractor Name: 4� Signs re of Bidder Date 2024 Asphalt Grinding/Araucto 7 March 26, 2024 Project Number: 24-3001.2 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. 2024 Asphalt Grinding/Araucto 8 March 26 2024 Project Number: 24-3001.2 If the bidder fails to request a modification within the time allowed or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misle&;din . SUBMITTED BY: 41 t NAME: ADDRESS: lair PRINCIPAL OFFICE: Po'&1_4P � ADDRESS: iA 4 �61 PHONE: 1,0 Iona FAX STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. If applicable, provide a copy of your plumbing contractor license in compliance with chapter 18.106 RCW, an elevator contractor license in compliance with chapter 19.28, or an electrical contractor license in compliance with chapter 19.28 RCW, as required under the provisions of those chapters. 1.3 Provide your current state unified business identifier number. 1.4 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service 2024 Asphalt Grinding/Araucto 9 March 26, 2024 Project Number: 24-3001.2 Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.5 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.6 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 1.7 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2024 Asphalt Grind i ng/Araucto 10 March 26, 2024 Project Number: 24-3001.2 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 2024 Asphalt Grind!ng/Araucto 11 March 26, 2024 Project Number: 24-3001.2 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 2024 Asphalt Grinding/Araucto 12 March 26, 2024 Project Number: 24-3001.2 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 2024 Asphalt Grinding/Araucto 13 March 26, 2024 Project Number: 24-3001.2 7. SIGNATURE 7.1 Dated at this a0 day of � 2024. d� Name of Organiz tion: (Iry-11A)OL By: Title: 7.2 UAA �1 �h�VV, being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn bef re me this —1 day of 2024. Notary Public: My Commission Expires: q vb* 1t PRAH L� 141 zz r 1 u 165682 i �, �,4•19 21b �qt�,V1/A �����'�: 111111�\\�\ 2024 Asphalt Grind ing/Araucto 14 March 26, 2024 Project Number: 24-3001.2 Department of Labor and Industries STATEWIDE PARKING LOT SRVS INC PO Box 44450 Olympia,WA 98504-4450 Reg:CC STATEPL088LB UBI:601-356-352 Registered as provided by Law as: Construction Contractor (CC01)-GENERAL 619 STATEWIDE PARKING LOT SRVS INC Effective Date:6/2/1992 33920 211TH PLACE SE Expiration Date:9/20/2024 AUBURN WA 98092 HI ®y ➢.late Notice. WA Workers'C:otn ensation THIS ISEffective Date: Experience B State of Washington NOTT January 1 , 2024 0 .7500 - Department of Labor and Industries Experience ® PO Box 44140 ILL •• Olympia WA 98504-4140 = July 1, 2019 - June 30, 2022 -' 12-08-23 WA Unified Business Identifier(UBI): -a 601 356 352 nPolicyholder • ® , STATEWIDE PARKING LOT SERVICE 811 ,483-00 53481834 n 33920 211TH PLACE SE n Mm AUBURN WA 98092 Account Manager IDA HAYNES 9 - n n I. (360)902-5635 What went into calculating your 2024 workers' comp rates? 1. Change in L&I average 'basd' rate: 4.9% average rate increase for 2024; rates specific to your industry can be found on our website at Ini .wa.gov 2. Changes in industry costs: Changes in claim costs compared to premiums collected for your industry ( 'risk class' ) in which some or all of your employees worked. 3. Your Experience Factor: Based on the medical, wage replacement and disability benefit costs for worker claims on your account, during the experience period listed above. 4. A claim-free discount: You don't have a claim-free discount. Learn how to earn a discount at www.Lni .wa.gov/ClaimFreeDiscount. Pay your premiums online:www.Lni.wa.gov/QuarterlyReports Need help understanding this notice?Call your account manager at the phone number shown above. Have o payvrofiservice? Send them a copy of this notice. ® °° Hourly* .Class Code Description WAY Fun • '• B Aid Fund Employer B 8 BB eB a. ContributionB B e 0210-00 Asphalt Paving - Roadways 1.4479 0.5287 0.0221 0.1710 $1.37795 #0.29205 01.6700 0212-00 Asphalt Paving NOC 1.2793 0.5827 0.0193 0.1710 $1.27075 $0.31125 $1.5820 • 0219-01 Road/Park Lot Striping NOC 0.9941 0.4249 0.0151 0.1710 $0.99610 $0.25050 $1.2466 4904-00 Clerical Office NOC g Draftsmn 0.0183 0.0112 1 0.0003 0.1710 60.10360 $0.08980 $0.1934 4911-00 Construction Estimators 0.0993 s 0.0447 ' 0.0015 0.1710 $0.17725 $0.10285 $0.2801 • 5206-79 Contractors Perm Yard or Shop 0.5967 s 0.2778 0.0090 0.1710 00.64055 $0.19305 $0.8336 6110-00 Home Health/Nursing Care NOC 0.6449 0.2752 0.0098 0.1710 $0.67600 $0.19240 $0.8684 6602-10 Portable Cleaning/Washing NOC 0.8346 ' 0.5191 i 0.0124 : 0.1710 $0.91080 $0.28480 01.1956 1.0000 This is the Withhold this On the Your ,- .7500 employer's amount from Quarterly .6000 contribution employee Report,the factor • to workers' pay for each employer will comp coverage. hour*they multiply this MEN work.It is their number by the Base 2023 2024 contribution to hours'workee What's an experience factor? Factor Factor Factor workers'comp to calculate See back for an explanation. coverage. premiums. F225-004-000 [10-20141 PAGE 1 OF 1 CN: 102,540 °Hours or units. ._— Employment Securityart e t WASHINGTON STATE P.O. Box 9046 *Olympia,WA 98507-9046 Tax Rate Notice 25905 ESD number: 000-734626-00-4 STATEWIDE PARKING LOT SERVICE UBI number: 601-356-352 INC 33920 211TH PL SE Mailing date: December 8, 2023 AUBURN,WA 98092-2263 By law, tax rate review requests must by submitted in writing by January 8, 2024. 0 b 0 0 0 Your tax rate for 2024 will be 6.00%. Your new tax rate is higher than last year. Your tax rate is a regular taxable employer experience rate calculation. Unemployment Insurance(UI)tax rate based on experience 5.25% You pay tax on an UI social cost rate 0.72% employee's wages 0.00% only up to UI Trust Fund solvency surcharge the 2024 taxable UI limit deduction(This deduction reduces your rate to the maximum rate.) 0.00% wage base: Subtotal of unemployment insurance rate 5.97% Employment Administrative Fund(EAF) 0.03% $68,500.00 Total of the above tax rates 6.00% Your tax rate for 2024 is based on the following benefit charges and taxable wages. Experience Year Benefit Charges* Taxable Wages** 2023 (07/01/22-06/30/23) $75,683.02 $1,104,915.12 2022(07/01/21 -06/30/22) $49,390.46 $930,060.65 2021 (07/01/20-06/30/21) $48,807.94 $892,245.47 2020(07/01/19-06/30/20) $23,987.09 $817,029.05 Total $197,868.51 $3,744,250.29 = 0.052845 Benefit Charges divided by Taxable Wages equals Benefit Ratio Based on your benefit ratio,you were assigned rate class 38. *Benefit charges are your share of unemployment benefits that we paid to your former employees. **Taxable wages are the total amount of your employees' wages on which you paid taxes. Please contact us if we can assist you. To learn more about how your tax rate is determined,please visit esd.wa.gov/tax-rates. For tax rate questions and corrections: For account questions: Employment Security Department Employment Security Department Experience Rating Unit AMC Olympia(Bellevue) P.O. Box 9046 PO Box 9046 Olympia, WA 98507-9046 Olympia,WA 98507-9046 855-829-9243 800-794-7657 fax 855-829-9243 800-794-7657 fax ID 1028(12131/09)EMS 174 Tax rate notice W A S HI N G.T O N Filed..._......__..._ M Secretary of State Secretary of State Corporations&Charities Division State of Washington F Date Filed: 11/01/2023 Effective Date: 11/01/2023 UBI#:601 356 352 EXPRESS ANNUAL REPORT WITH GRANGES BUSINESS INFORMATION Business Name: STATEWIDE PARKING LOT SERVICE INC. UBI Number: 601 356 352 Business Type: WA PROFIT CORPORATION Business Status: ACTIVE Principal Office Street Address: 33920 211TH PL SE,AUBURN,WA,98092-2263,UNITED STATES Principal Office Mailing Address: 33920 211TH PL SE,AUBURN,WA,98092-2263,UNITED STATES Expiration Date: 12/31/2024 Jurisdiction: UNITED STATES,WASHINGTON Formation/Registration Date: 12/13/1991 Period of Duration: PERPETUAL Inactive Date: Nature of Business: CONSTRUCTION REGISTERED AGENT RCW 23.95.410 Registered Agent Street Address Mailing Address Name TODD S RAYAN 114 W MAGNOLIA,CENTRALIA,WA,98531-0000, PO BOX 210,CENTRALIA,WA,98531-0000, UNITED STATES UNITED STATES PRINCIPAL OFFICE Phone: 2536301956 Email: This document is a public record.For more information visit www.sos.wa.gov/corps Work Order#:2023110100705758-1 Received Date:11/01/2023 Amount Received:$70.00 OFFICE@S"t'ATEW IDEPARKINGLOTS.COM Street Address: 33920 211TH PL SE,AUBURN,WA,98092-2263,USA Mailing Address: 33920 211TH PL SE,AUBURN,WA,98092-2263,USA GOVERNORS Title Type Entity Name First Name Last Name GOVERNOR INDIVIDUAL CHAD MC GRAW NATURE OF BUSINESS CONSTRUCTION EFFECTIVE DATE Effective Date: 11/01/2023 CONTROLLING INTEREST 1. Does this entity own(hold title)real property in Washington,such as land or buildings,including leasehold improvements? -No 2. In the past 12 months,has there been a transfer of at least 16-2/3 percent of the ownership,stock,or other financial interest in the entity? -No a. If"Yes",in the past 36 months,has there been a transfer of controlling interest(50 percent or greater)of the ownership,stock,or other financial interest in the entity? -No 3. If you answered"Yes"to question 2a,has a controlling interest transfer return been filed with the Department of Revenue? -No You must submit a Controlling Interest Transfer Return form if you answered"yes"to questions 1 and 2a. Failure to report a Controlling Interest Transfer is subject to penalty provisions of RCW 82.45.220. For more information on Controlling Interest,visit www.dor.wa.gov/REET. RETURN ADDRESS FOR THIS FILING Attention: Email: Address: EMAIL OPT-IN ❑ By checking this box,I hereby opt into receiving all notifications from the Secretary of State for this entity via email only.I acknowledge that I will no longer receive paper notifications. AUTHORIZED PERSON Person Type: INDIVIDUAL First Name: SARAH Last Name: LONG This document is a public record.For more information visit www.sosma.gov/cops Work Order M.2023110100705758-1 Received Date:11/01/2023 Amount Received:$70.00 Title: TREASU R This document is hereby executed under penalty of law and is to the best of my knowledge,true and correct. This document is a public record.For more information visit www.sosma.gov/caps Work Order#:2023110100705758-1 Received Date:11/O1/2023 Amount Received:$70.00 Statewide Parking Lot Services, Inc. (253)630-1956 ( y 33920 2111h PI SE CISS Auburn,WA 98092 1 G. www.statewideparkinglots.com 4/3/2024 Statewide Parking Lot Services, Inc. including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3)years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). Chad McGraw Owner 1` Statewide Parking Lot Services, Inc. C� (253)630-1956 33920 211th PI SE � 5 Auburn,WA 98092 5 www.statewideparkinglots.com 4/3/2024 Statewide Parking Lot Services, Inc. including any subsidiary companies or affiliated companies under majority ownership is not a "willful" violator as defined in RCW 49.48.082 of any provisions of chapters 49.46, 49.48 or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through civil judgment entered by a court of limited or general jurisdiction. Chad McGraw Owner STATEWIDE PARKING LOT SRVS INC https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601356352&LIC... Certifications & Endorsements OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business.Washington allows the use of apprentices registered with Oregon or Montana.Contact the Oregon Bureau of Labor&Industries or Montana Department of Labor &Industry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Account is current. 811,483-00 Doing business as STATEWIDE PARKING LOT SERVICE Estimated workers reported Quarter 4 of Year 2023"11 to 20 Workers" L&I account contact T2/IDA HAYNES(360)902-5635-Email:HAYN235@lni.wa.gov Public Works Requirements Verify the contractor is eligible to perform work on public works projects. Required Training—Effective July 1,2019 Exempt from this requirement. Contractor_Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. 3 of 3 4/3/2024, 10:12 AM Statewide Parking Lot Services, Inc. (253)630-1956 33920 211'h PI SE vs Auburn,WA 98092 www.Statewideparkinglots.com 2.1 34 years 2.2 34 years 2.2.1 none 2.3 yes, it is a corporation 2.3.1 1990 2.3.2 Washington 2.3.3 Chad McGraw 2.3.4 Chad McGraw 2.3.5 Chad McGraw 2.3.6 Chad McGraw 2.4 n/a 2.5 n/a 2.6 n/a 3.1 Washington, Oregon, and Idaho 3.2 Washington, Oregon, and Idaho 4.1 Parking lot cleaning, grinding, asphalt, concrete, seal coating and striping 4.2 No 4.2.1 no 4.2.2 no 4.2.3 no 4.3 no 4.4 Boeing On-going striping amount approx. $1,000,000 City of Seattle-Seattle Parks and Rec- $500,000 expected completion 4/15/24 Professional Paving-$225,000 expected completion 5/3/2024 Misc. small jobs on the schedule, $200,000 Misc. asphalt grinding jobs on the schedule-$25,000 4.4.1 Approx. $1,950,000 4.5 AHBL-Renton Technical College-$300,000 completion 6/1/2024 Pacific Asset Advisors-Various locations of asphalt and striping-2024 Keeley-Kirkland Costco-$203,000 completion 12/1/24 Boeing-various striping projects-$1,500,000 completion 11/15/24 AA Asphalting-various patching for PSE, $500,000-2023 Kimco, various locations, $450,000 completion 8/1/2022 Boeing various striping jobs, $2,000,000 completion 12/31/2022 Fred Meyer, Beaverton, $1,280,000 completion 6/15/2020 Fred Meyer,Tigard, $700,000 completion 9/15/2020 Kimco, various locations, $750,000 completion 11/1/2020 Fred Meyer, Canby$995.000 completion 6/6/2019 4.5.1 Average annual amount: $6,500,000 4.6 Chad McGraw-Owner/Co-owner and Estimator for 34 years Chad Jordison-General Manager 6 year Dave Chamberlin-Superintended for 21 years Sarah Long-Operations Manager for 11 years Eric Kizziah-Asphalt Foreman for 19 years 4.7 See attached equipment list 5.1 Gabe Calipes-Boeing-425-220-3534 Matt Korte-Keeley Construction-636-222-3781 Cody Nilsson-Pacific Asset Advisors-425.577.7861 Boeing-Ray Rimorin-425-330-1807 5.2 Chase-Inkoo Lee- 206.853.4785 5.3 Surety 5.3.1. Bonding Company-Western National Insurance 5.3.2. Julie Cracker Hentschell & Associates, Inc. 1436 So. Union Avenue Tacoma, Washington 98405-1925 Year Manufacturer Model Description Serial# 2005 Sealmaster SP300 Squeege Machine w/attachments E1020 2002 Genie Z-45/25 Manlift 24525-19398 2011 Cat 5000 lb forklift AT3532390 2008 3500 Gal Seal Coat Tank E1020-035 2016 Pressure Pro(2) @4,000 EA 3500 Steam Cleaners 16-11459-REAR 2017 Compact Path Power 5000 Leeboy Paver 5300-172524 2018 Dynapac CC1000 Asphalt Compactor 10000360KJA021781 2018 Dynapac CC900 Ashpalt Compactor 10000358UA021777 2017 Bomag 1300/30 Grinder 83600054 2019 Seal Master SP3009 Dual Spray Squeegee Machine 1000-237 2019 Caterpillar CB24B Roller 02X401811 2019 Caterpillar CB36B Roller OM3600310 2021 Bobcat E85 Excavator w/attachments B48414704 2021 Bobcat E60 Excavator w/attachments B4GR11309 2021 Bobcat E35 Excavator w/attachments B3Y218493 2021 KM Pro Patch 55-4 Pro Patch Melting Kettle w/applicator 2101026MK4-56832 2020 Weiler P385B Paver PB385B-3232 2021 Caterpillar SSLPC408 30"grinder KP800247 2021 Caterillar SSLPC305 18"grinder DZKO0356 2022 Caterpillar 299D3XE Compact Track Loader 30"grinder BX904181 2022 Caterpillar 299D3XE Compact Track Loader 18" grinder BX904183 2023 Caterpillar 299D3XE Compact Track Loader OBX905104 2023 Canycom SC75PD Wheel barrel 35704301000 2020 Bomag 1200/30 Grinder 8.21837E+11 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 9, 2024), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 1A Bidder' Busin s Name Signature of Authoriz d Official* Uov Printed Name Title Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 2024 Asphalt Grinding/Araucto 15 March 26, 2024 Project Number: 24-3001.2 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 9, 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 CA"ii �fkkli� VPA 1 " [,� Bidder's usiness Name Signature of Authorized Official* um Printed Name 4.1 t 0W Title Lam_ Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 2024 Asphalt Grind ing/Ara ucto 16 March 26, 2024 Project Number: 24-3001.2 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed and agrees to complete the Contract by September 6, 2024. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: NAME OF IDDErk �mG Signature of Authorized Representative (Print Name and Titlek �J WILE �Wq-n J' Add r ss 2024 Asphalt Grinding/Araucto 17 March 26, 2024 Project Number: 24-3001.2 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we Statewide Parking Lot Services, Inc. , as Principal, and Western National Mutual Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5%)of the Total Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 2024 Asphalt Grinding/Project Number: 24-3001.2 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 9th DAY OF April 2024. Statewide Par i g Lot Servi s, Inc. PRINCIPAL Western National Mutual Insurance Company(/JJ,/��r=��' SU k&Y .Julie Craker, Attorney-in-Fact 20 Received return of deposit in the sum of $ 2024 Asphalt Grinding/Araucto 18 March 26, 2024 Project Number: 24-3001.2 W WESTERN NATIONAL 7hemlmi ohipee pony ,POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Western National Mutual Insurance Company, a Minnesota mutual insurance company, does make, constitute, and appoint: Julie Craker,Joanne Reinkensmeyer and Thomas Hentschell (Hentschell&Associates,Inc.#9445) Its true and lawful Attorney(s)-in-Fact,with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company thereto(if a seal is required)bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds, self-insurance workers compensation bonds guaranteeing payment of benefits, hazardous waste remediation bonds or black lung bonds),as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars($7,500,000.00) for any single obligation, regardless of the number of instruments issued for the obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president, any vice president or assistant vice president, and attested and sealed (if a seal be required)by any secretary or assistant secretary; or (ii) when signed by the president, any vice president or assistant vice president, secretary or assistant secretary, and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December, 2020. � pPU!¢�•'VF'� ; ;SEAL:_; I.....reso!.2 Jon R. Hebeisen, Secretary Larry A. Byers, Sr.Vice President STATE OF MINNESOTA, COUNTY OF HENNEPIN On this 16th day of December. 2020, personally came before me,Jon R. Hebeisen and Larry A. Byers and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say;that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. — C4y�rr Lars JENNIFER A.YOUNG NOIARY PUBLIC ��. MINNESOTA ,; � My CammissbllEyilesOf/3112025 Jennifer A. Young, Notary Public My commission expires January 31,2026 CERTIFICATE I, the undersigned, assistant secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. :2:G AA F.Z. i Signed and sealed at the City of Edina, MN this 9th day of April 2024 Jennifer A. Young, sslstant ecretary CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 2024 Asphalt Grinding Project Number: 24-3001.2 NAME OF PROJECT � VV vL a ' i N ME F BIDDER'S FIRM r SIGNATURE OF A T RIZED RE ESENTATIVE OF BIDDER 2024 Asphalt Grinding/Araucto 19 March 26, 2024 Project Number: 24-3001.2 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: (Insert Company Name] ('Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project # if applicable] ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 2024 Asphalt Grinding/Araucto 20 March 26, 2024 Project Number: 24-3001.2 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTR CTO - CITY OF KENT: By: By: (signature) (signa ture) Print Name: Print Name: Chad Bieren, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 2024 Asphalt Grinding/Araucto 21 March 26, 2024 Project Number: 24-3001.2 Bond No.65866 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: i That we, the undersigned, Statewide Parking Lot Services, Inc. as Principal, and western National Mutual Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $107,250.00 , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of 2024 Asphalt Grinding/Project Number: 24-3001.2 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and j undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein j set forth, or within such extensions of time as may be granted under the said l contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. t I 2024 Asphalt Grinding/Araucto 23 March 26, 2024 Project Number: 24-3001.2 Bond No.65866 i TWO WITNESSES: Statewide Parking Lot Services, Inc. PRINCIPAL (ent r princlpal's name a ve) U14,L( twx BY: )x TITLE: DATE 4/19/2024 DATE: 04/19/2024 DvLaA (!A�V—`jQ-k/AJ'1 CORPORATE SEAL: K—x1--4._aa114 Son PRINT NAME j DATE: 04/19/2024 Western National Mutual Insurance Company ] SURETY CORPORATE SEAL: BY: CAL ,� - Jy} Craker DATE: 04/19/2024 TITLE: Attorney-in-Fact ADDRESS: 4700 West 77th Street Edin, MN 55435-4818 !y CERTIFICATE AS TO CORPORATE SEAL i' I hereby certify that I am the (Assis nt) Secre y of th Cor oration named as Principal in the within Bond; that012 Who signed the said bond on behalf of the PrincipalVIP, LIAJZ, of the said Corporation, that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and i behalf of said Corporation by authority of its governing body, SECRETARY ORJAStISTANT SIC"RY 2024 Asphalt Grinding/Araucto 24 March 26, 2024 Project Number: 24-3001.2 W WIESTERN NATIONAL The rvlu�hnuhip company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Western National Mutual Insurance Company, a Minnesota mutual insurance company,does make,constitute,and appoint:Julie Craker,Joanne Reinkensmeyer and Thomas Hentschell (Hentschell&Associates,Inc.#9445) Its true and lawful Attorneys)-in-Fact,with full power and authority for and on behalf of the Company as surety,to execute and deliver and affix the seal of the Company thereto(if a seal is required)bond, undertakings recognizances or other written obligations in the nature thereof, (other than bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage guaranty bonds, guarantees of installment paper and note guaranty bonds,self-insurance workers compensation bonds guaranteeing payment of benefits,hazardous waste remediation bonds or black lung bonds),as follows: All written instruments in an amount not to exceed an aggregate of Seven Million Five Hundred Thousand and 00/100 Dollars($7,500,000.00) for any single obligation, regardless of the number of instruments issued for the obligation. and to bind Western National Mutual Insurance Company thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This appointment is made under and by authority of the board of directors at a meeting held on September 28, 2010. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of Western National Mutual Insurance Company on September 28, 2010: RESOLVED that the president, any vice president,or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the Company to bonds, undertakings, recognizances, and suretyship obligations of all kinds, and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER that any bond, undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president, and attested and sealed(if a seal be required)by any secretary or assistant secretary; or (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed(if a seal be required)by one or more attorneys-in-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the Company to such person or persons. RESOLVED FURTHER that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance,or other suretyship obligations of the Company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF,Western National Mutual Insurance Company has caused these presents to be signed by its proper officer and its corporate seal to be affixed this 16th day of December, 2020. — .•••�ONA�•h1U rG•. SEALA= �y-Y- .,s� Jon R. Hebeisen, Secretary Larry A.Byers, Sr.Vice President STATE OF MINNESOTA, COUNTY OF HENNEPIN On this 16th day of December. 2020, personally came before me,Jon R. Hebeisen and Larry A.Byers and to me known to be the individuals and officers of the Western National Mutual Insurance Company who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally dispose and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. JENNIFER A.YOUNG NOTARY PUBLIC MINNESOTA My Commission Exlwes 01l3112026 Jennifer A.Young, Notary Public My commission expires January 31,2026 CERTIFICATE I, the undersigned, assistant secretary of the Western National Mutual Insurance Company, a Minnesota corporation, CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked;and furthermore, that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 2P`�nHFf ryq'jTGY!: = SEAL •PJ'��.`rY SCE,�•; Signed and sealed at the City of Edina, MN this 19th day of April 2024 J e n n i fer A.Y oung, ssistant ecretary CONTRACT THIS AGREEMENT, is entered into betwe n the ITY F ENT, a Wa hirlgton, municipal corporation ("City"), and `� 6 C I organized under the laws of the Sate of , I cated and doing business at ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: 2024 Asphalt Grinding/Project Number: 24-3001.2 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2024 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2024 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed by September 6, 2024. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $107,250 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 2024 Asphalt Grinding/Araucto 25 March 26, 2024 Project Number: 24-3001.2 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 2024 Asphalt Grinding/Araucto 26 March 26, 2024 Project Number: 24-3001.2 CITY OF KENT 7' BY AN - - - - -- DA RALPH, MAYOR DATE: 05/07/2024 ATTEST: dw,6� KIMBERLEY KOMOTO, CITY CLERK APPROVED AS TO FORM: ovk Ir i,-- KENT LAW DEPARTMENT CONTRACTOR 1 BY: PRINT NAME: TITLE: '- DATE: i 2024 Asphalt Grinding/Araucto 27 March 26, 2024 Project Number: 24-3001.2 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2024 Asphalt Grinding/Araucto 28 March 26, 2024 Project Number: 24-3001.2 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 2024 Asphalt Grinding/Araucto 29 March 26, 2024 Project Number: 24-3001.2 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 2024 Asphalt Grinding/Araucto 30 March 26, 2024 Project Number: 24-3001.2 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 04/23/2024 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 Terri McDonald NAME: HENTSCHELL&ASSOC INC ./CC, Ext: (253)272-1151 A X No: (253)272-1225 1436 S.Union Ave. EMAIL terrim@hentschell.com ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# Tacoma WA 98405-1925 INSURERA: AMCO Insurance Company 19100 INSURED INSURER B: Depositors Insurance Company 42587 Statewide Parking Lot Services,Inc. INSURER C: Westchester Surplus Lines Ins 33920 211th Place S E INSURER D: INSURER E: Auburn WA 98092 INSURER F: COVERAGES CERTIFICATE NUMBER: GL/AU/XS/POLL REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MM DD YYYY MM DD YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR PREM SDAMAGES Ea oNru D,.nce $ 1,000,000 X Employers Liability 10,000 MED EXP(Any one person) $ A Y Y ACP3100203623 09/15/2023 09/15/2024 PERSONAL&ADV INJURY $ 1,000,000 MOTHER LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY �JECT PRO ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,000 PRO- : $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 Ea accident X ANYAUTO BODILY INJURY(Per person) $ B OWNED SCHEDULED Y Y ACP3100203623 09/15/2023 09/15/2024 BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ S,000,OOO A EXCESS LIAB CLAIMS-MADE Y Y ACP3100203623 09/15/2023 09/15/2024 AGGREGATE $ 5,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION X SPER TATUTE ERH WA Stop Gap AND EMPLOYERS'LIABILITY YIN N 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ • OFFICER/MEMBER EXCLUDED? ❑ NIA ACP3100203623 09/15/2023 09/15/2024 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Pollution Aggregate 2,000,000 C G24318060 012 09/15/2023 09/15/2024 Occurrence 1,000,000 Ded $5,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) Re: 2024 Asphalt Grinding/Araucto Project#24-3001.2 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe AUTHORIZED REPRESENTATIVE Kent WA 98032 d !1,(� .J ,/y r,r r 1n 1„ d! p r ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: LOC#: ADDITIONAL REMARKS SCHEDULE Page of AGENCY NAMED INSURED HENTSCHELL&ASSOC INC Statewide Parking Lot Services,Inc. POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability Insurance:Notes Blanket additional insured applies when called for by written contract or agreement per CG81 86 03 19&CG74 80 12 14,includes waiver of subrogation; Coverage is primary and non contributory per CG20 01 04 13; Additional insured on auto per AC 70 06 03 16. Umbrella policy follows form over GL and Auto,PNC UMB00 94 04 13. Pollution Al per ENV 3250&3251 12/18 and Waiver of subrogation per ENV3143 03 05. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL AUTO AC 70 06 03 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO PROTECTION - PLATINUM This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM SUMMARY OF COVERAGES A. Effect of This Endorsement B. Newly Acquired of Formed Entities C. Employees as insureds— Nonowned Autos D. Additional Insured by Contract, Permit or Agreement E. Supplementary Payments—Bail Bonds F. Supplementary Payments—Loss of Earnings G. Personal Effects and Property of Others Extension H. Prejudgment Interest Coverage I. Fellow Employees J. Hired Auto Physical Damage K. Temporary Substitute Autos— Physical Damage Coverage L. Expanded Towing Coverage M. Auto Loan or Lease Coverage N. Original Equipment Manufacturer Parts— Leased Private Passenger Types O. Deductible Amendments P. Expanded Transportation Expense Q. Extra Expense—Stolen Autos R. Physical Damage Limit of Insurance S. New Vehicle Replacement Cost T. Physical Damage Coverage Extensions U. Business Income and Extra Expense Coverage V. Transfer of Rights Of Recovery Against Others To Us W. Section IV— Business Auto Conditions— Notice of and Knowledge of Occurrence X. Hired Car Coverage Territory Y. Emergency Lockout Z. Cancellation Condition AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 1 of 7 with its permission COMMERCIAL AUTO AC 70 06 03 16 A. EFFECT OF THIS ENDORSEMENT If specifically required by the written contract or Coverage provided under this policy is modified agreement referenced in the paragraph above, by the provisions of this endorsement. If there any coverage provided by this endorsement to is any conflict between the provisions of this an additional insured shall be primary and endorsement and the provision(s) of any state- any other valid and collectible insurance avail- specific endorsement also attached to this poli- able to the additional insured shall be non- cy, then the provision(s) of the state-specific contributory with this insurance. If the written endorsement shall apply instead of the provi- contract does not require this coverage to be sions of this endorsement that are in conflict, primary and the additional insured's coverage to but only to the extent of the conflict, and only to be non-contributory, then this insurance will be the extent necessary to bring such provisions excess over any other valid and collectible insur- into conformance with the state requirement(s) ance available to the additional insured. contained in the provision(s)of the state-specific E. SUPPLEMENTARY PAYMENTS — BAIL endorsement. BONDS B. NEWLY ACQUIRED OR FORMED ENTITIES Supplementary Payments of SECTION II — The Named Insured shown in the Declarations is COVERED AUTOS LIABILITY COVERAGE is amended to include any organization you newly revised as follows: acquire or form, other than a partnership, joint (2) Up to $3,000 for cost of bail bonds (including venture, or limited liability company, and over bonds for related traffic law violations) re- which you maintain ownership or majority (more quired because of an "accident" we cover. than 50%) interest; if there is no other similar in- We do not have to furnish these bonds. surance available to that organization. Coverage F. SUPPLEMENTARY PAYMENTS — LOSS OF under this provision is afforded until the 1801h EARNINGS day after you acquire or form the organization or Supplementary Payments of SECTION II — the end of the policy period, whichever is later. COVERED AUTOS LIABILITY COVERAGE is C. EMPLOYEES AS INSUREDS — NONOWNED revised as follows: AUTOS (4) All reasonable expenses incurred by the "in- The following is added to paragraph A.1. Who Is sured" at our request, including actual loss An Insured of SECTION II — COVERED AUTOS of earnings up to $1,000 a day because of LIABILITY COVERAGE: time off from work. d. Any "employee" of yours is an "insured" G. PERSONAL EFFECTS AND PROPERTY OF while using a covered "auto" you don't own, OTHERS EXTENSION hire or borrow in your business or your per- 1. The Care, Custody or Control Exclusion of sonal affairs. SECTION II — COVERED AUTOS LIABILITY D. ADDITIONAL INSURED BY CONTRACT, COVERAGE, does not apply to "property dam- PERMIT OR AGREEMENT age" to property, other than your property, up to The following is added to A.1. Who Is An In- an amount not exceeding $500 in any one "acci- sured of SECTION II — COVERED AUTOS dent". Coverage is excess over any other valid LIABILITY COVERAGE: and collectible insurance. Any person or organization that you are re- 2. The following paragraph is added to A.4. quired to name as an additional insured in a Coverage Extensions of SECTION III - written contract or agreement that is executed PHYSICAL DAMAGE COVERAGE: or signed by you prior to a "bodily injury" or c. We will pay up to $1,000 for your prop- "property damage" occurrence is an "insured" erty that is lost or damaged as a result for Covered Auto Liability coverage. How- of a covered "loss", without applying a ever, with respect to covered "autos", such deductible. Coverage is excess over person or organization is an insured only to any other valid and collectible insur- the extent that person or organization qualifies ance. as an "insured" under A.1. Who is an Insured of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc. AC 70 06 03 16 with its permission COMMERCIAL AUTO AC 70 06 03 16 H. PREJUDGMENT INTEREST COVERAGE e. Destruction The following paragraph is added to SECTION II The coverage that applies is the same as — COVERED AUTOS LIABILITY COVERAGE, the coverage provided for the vehicle being 2. Coverage Extensions, a. Supplementary replaced. Payments: L. EXPANDED TOWING COVERAGE (7) Prejudgment interest awarded against the 1. We will pay up to: "insured" on that part of the judgment we a. $150 for a covered "auto" you own of pay. If we make an offer to pay the appli- the private passenger type, or cable limit of insurance, we will not pay b. $750 for a covered "auto" you own that any prejudgment interest based on that is not of the private passenger type, period of time after the offer. I. FELLOW EMPLOYEE for towing and labor costs incurred each time the covered "auto" is disabled. Howev- The Fellow Employee Exclusion of SECTION II - er, the labor must be performed at the place COVERED AUTOS LIABILITY COVERAGE, of disablement. does not apply if the "bodily Injury" results from 2. This coverage applies only for an "auto" the use of a covered "auto" you own or hire. covered on this policy for Comprehensive or The insurance provided under this provision is Specified Causes of Loss Coverage and excess over any other collectible insurance. Collision Coverages. J. HIRED AUTO PHYSICAL DAMAGE 3. Payment applies in addition to the otherwise If covered "auto" designation symbols 1 or 8 ap- applicable amount of each coverage you ply to Liability Coverage and if at least one "au- have on a covered "auto". to" you own is covered by this policy for Com- M. AUTO LOAN OR LEASE COVERAGE prehensive, Specified Causes of Loss, or Colli- sion coverages, then the Physical Damage 1. In the event of a total "loss" to a covered coverages provided are extended to "autos" you "auto", we will pay any unpaid amount due lease, hire, rent or borrow without a driver; and on the loan or lease, including up to a max- provisions in the Business Auto Coverage Form imum of $500 for early termination fees or applicable to Hired Auto Physical Damage apply penalties, for your covered "auto" less: up to a limit of $125,000. The deductible will be a. The amount paid under SECTION III — equal to the largest deductible applicable to any PHYSICAL DAMAGE COVERAGE of owned "auto" for that coverage. Any Compre- this policy; and hensive deductible does not apply to fire or b. Any: lightning. 1) Overdue lease/loan payments at the K. TEMPORARY SUBSTITUTE AUTOS — time of the "loss"; PHYSICAL DAMAGE COVERAGE 2) Financial penalties imposed under a The following is added to paragraph C. Certain lease for excessive use, abnormal Trailers, Mobile Equipment And Temporary wear and tear or high mileage; Substitute Autos of SECTION I — COVERED 3) Security deposits not refunded by a AUTOS: lessor; If Physical Damage Coverage is provided by 4) Costs of extended warranties, Credit this Coverage Form, the following types of Life insurance, Health, Accident, or vehicles are also covered "autos" for Physi- Disability insurance purchased with cal Damage Coverage: the lease; and Any "auto" you do not own while used with 5) Carry-over balances from previous the permission of its owner as a temporary leases. substitute for a covered "auto" you own that is out of service because of its: 2. This coverage only applies to a "loss" which a. Breakdown; is also covered under this policy for Com- prehensive, Specified Causes of Loss, or b. Repair; Collision coverage. c. Servicing; d. "Loss"; or AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 3 of 7 with its permission COMMERCIAL AUTO AC 70 06 03 16 3. Coverage does not apply to any unpaid curred by you because of the total theft of a amount due on a loan for which the covered covered "auto" of the private passenger type. "auto" is not the sole collateral. We will only pay for those covered "autos" for N. ORIGINAL EQUIPMENT MANUFACTURER which you carry Comprehensive or Specified PARTS — LEASED PRIVATE PASSENGER Causes of Loss Coverage. We will pay for tem- TYPES porary transportation expenses incurred during Under Paragraph C. Limit of Insurance of the period beginning 24 hours after the theft and SECTION III — PHYSICAL DAMAGE ending, regardless of the policy's expiration, COVERAGE, Section 4 is added as follows: when the covered "auto" is returned to use or we 4. We will use new original equipment vehicle pay for its "loss". manufacturer parts for any private passen- Q. EXTRA EXPENSE—STOLEN AUTOS ger type covered "auto" where required by The following paragraph is added to Section A.4. the lease agreement which has a term of at of SECTION III — PHYSICAL DAMAGE least six months. If a new original equip- COVERAGE: ment vehicle manufacturer part is not in pro- c. We will pay for up to $5,000 for the expense duction or distribution we may use a like, of returning a stolen covered "auto" to you. kind and quality replacement part. We will pay only for those covered "autos" O. DEDUCTIBLE AMENDMENTS for which you carry Comprehensive or Spec- The following are added to the Deductible provi- ified Causes of Loss Coverage. sion of SECTION III — PHYSICAL DAMAGE R. PHYSICAL DAMAGE LIMIT OF INSURANCE COVERAGE: Under SECTION III — PHYSICAL DAMAGE If another policy or coverage form that is not an COVERAGE, Paragraph C., Limit of Insurance automobile policy or coverage form issued by is replaced by the following: this company applies to the same "accident", the C. Limit Of Insurance following applies: 1. The most we will pay for "loss" in any one 1. If the deductible under this coverage is the "accident" is the lesser of: smaller (or smallest) deductible, it will be a. The actual cash value of the damaged waived: or stolen property as of the time of the 2. If the deductible under this coverage is not "loss", or the smaller (or smallest) deductible, it will be b. The cost of repairing or replacing the reduced by the amount of the smaller (or smallest) deductible. damaged or stolen property. If a Comprehensive or Specified Causes of Loss 2. $2000 is the most we will pay for "loss" in Coverage "loss" from one "accident" involves any one "accident" to all electronic equip- two or more covered "autos", only the highest ment that reproduces, receives or transmits audio, visual or data signals which, at the deductible applicable to those coverages will be time of"loss", is: applied to the "accident," if the cause of the loss is covered for those vehicles. This provision only a. Permanently installed in or upon the applies if you carry Comprehensive or Specified covered "auto" in a housing, opening or Causes of Loss Coverage for those vehicles, other location that is not normally used and does not extend coverage to any covered by the "auto" manufacturer for the instal- "autos" for which you do not carry such lation of such equipment. coverage. b. Removable from a permanently installed No deductible applies to glass if the glass is re- housing unit as described in Paragraph paired, in a manner acceptable to us, rather than 2.a. above or is an integral part of that replaced. equipment; or P. EXPANDED TRANSPORTATION EXPENSE c. An integral part of such equipment. Paragraph AA.a. of SECTION III — PHYSICAL 3. An adjustment for depreciation and physical DAMAGE COVERAGE is replaced by the condition will be made in determining actual following: cash value in the event of a total "loss". We will pay up to $50 per day to a maximum of 4. The cost of repairing or replacing may: $1500 for temporary transportation expense in- Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc AC 70 06 03 16 with its permission. COMMERCIAL AUTO AC 70 06 03 16 a. Be based on an estimate which includes titled and which you purchased less than parts furnished by the original equip- 365 days before the date of the "loss". ment manufacturer or other sources in- cluding non-original equipment manu- T. PHYSICAL DAMAGE COVERAGE facturers and EXTENSIONS b. If a repair or replacement results in bet- Under SECTION III — PHYSICAL DAMAGE ter than like kind or quality, we will not COVERAGE, A. Coverage, 4. Coverage Exten- pay for the amount of the net improve- sions, b. Loss of Use Expenses is replaced by ment. the following: 5. If we offer to pay the actual cash value of the damaged or stolen property, we will b. Loss of Use Expenses value auto advertising wraps, paint customi- For Hired Auto Physical Damage, we will zation, and similar business related advertis- pay expenses for which an "insured" ing modifications, in addition to the actual becomes legally responsible to pay for loss cash value of the property. Auto advertising of use of a vehicle rented or hired without a wraps, paint customization, and similar driver, under a written rental contract or business related advertising modifications agreement. We will pay for loss of use will be valued at the cost to replace them expenses if caused by: with an adjustment made for depreciation (1) Other than collision if the Decla- and physical condition. rations indicate that Comprehen- S. NEW VEHICLE REPLACEMENT COST sive Coverage is provided for any The following is added to the Limit of Insurance covered "auto"; provision of SECTION III — PHYSICAL (2) Specified Causes of Loss only if DAMAGE COVERAGE: the Declarations indicate that 5. The provisions of paragraphs Land 3. do Specified Causes of Loss Cover- not apply to a covered "auto" of the private age is provided for any covered passenger type or a vehicle with a gross ve- "auto"; or hicle weight rating of 20,000 pounds or less (3) Collision only if the Declarations which is a "new vehicle." indicate that Collision Coverage In the event of a total "loss" to your"new ve- is provided for any covered hicle" to which this coverage applies, we will "auto." pay at your option: However, the most we will pay for any a. The verifiable "new vehicle" purchase expenses for loss of use is $50 per day, to a price you paid for your damaged vehi- maximum of$1,500. The insurance provided cle, not including any insurance or war- by this provision is excess over any other ranties purchased; collectible insurance. b. If it is available, the purchase price, as U. BUSINESS INCOME AND EXTRA EXPENSE negotiated by us, of a "new vehicle" of COVERAGE the same make, model, and equipment 1. Business Income Coverage or the most similar model available, not We will pay the actual loss of business in- including any furnishings, parts, or come sustained by you as a result of the equipment not installed by the manufac- necessary suspension of your business dur- turer or manufacturers' dealership; or . ing the period of restoration due to "loss" to c. The market value of your damaged ve- a covered "auto" used in your business. The hicle, not including any furnishings, loss must be caused by a cause of loss cov- parts, or equipment not installed by the ered under item Al of Physical Damage manufacturer or manufacturer's dealer- Coverage in this Coverage Part. ship. 2. Extra Expense Coverage We will not pay for initiation or set up costs We will pay the necessary and reasonable associated with loans or leases extra expenses that you incur during the pe- As used in this endorsement, a "new vehi- riod of restoration that you would not have cle" means an "auto" of which you are the incurred had there been no "loss" to a cov- original owner that has not been previously ered "auto" used in your business. The loss AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 5 of 7 with its permission COMMERCIAL AUTO AC 70 06 03 16 must be caused by a cause of loss listed (a) The time required to resume under item Al of Physical Damage Cover- your normal business opera- age in this Coverage Part. Extra Expenses tions; or means those expenses you incur to avoid or (b) The time that is reasonably minimize the suspension of business and to necessary to repair or replace continue your business operations. the covered auto with a maxi- 3. Additional Conditions mum time period of 180 days. We will not pay for "loss" or expenses Period of Restoration does not caused by suspension, lapse or cancellation include any increased period of any license, lease or contract. But if the required due to the enforcement suspension, lapse or cancellation is directly of any ordinance or law that re- caused by the suspension of your business, quires any insured or others to we will cover such "loss" that affects your test for, monitor, clean up, re- business income. We will not pay under this move, contain, treat, detoxify or coverage if you do not repair or replace the neutralize or in any way respond covered "auto". You must resume all or part to or assess the effects of pollu- of your business as quickly as possible. If tants. The expiration date of this you have other autos you can use to reduce policy will not cut short the peri- the amount of loss payable under this cov- od of restoration. erage, you are required to use them. We will V. TRANSFER OF RIGHTS OF RECOVERY pay for expenses you incur to reduce the AGAINST OTHERS TO US amount that otherwise would have been The following is added to the Transfer Of Rights payable under this coverage. We will not Of Recovery Against Others To Us Condition: pay more than the amount by which you ac- We waive any right of recovery we may tually reduce the business income loss or have against any person or organization to extra expense incurred. the extent required of you by a written con- 4. Limit tract executed prior to any "accident" be- The most we will pay for"loss" arising out of cause of payments we make for damages one covered "auto" is $10,000 per loss with under this coverage form. an annual aggregate of $20,000. Payment W. NOTICE OF AND KNOWLEDGE OF applies in addition to the otherwise applica- OCCURRENCE ble amount of each coverage you have on a SECTION IV — BUSINESS AUTO covered "auto". CONDITIONS, Paragraph A is amended as 5. Definitions follows: a. "Business Income" means the: 6. NOTICE OF AND KNOWLEDGE OF 1.). Net income (Net profit or loss before OCCURRENCE income taxes) that would have been a. Your obligation in the Duties in the Event earned or incurred if no loss would have occurred; and of Accident, Claim, Suit or Loss Condi- tion relative to notification require- 2.). Continuing normal operating ments applies only when the "accident' expenses incurred, including payroll. or"loss" is known to: b. "Period of Restoration" means the (1) You, if you are an individual; period of time that: (2) A partner, if you are a partnership; 1.). Begins: (3) A member, if you are a limited liability (a) 24 hours after the time of loss company; or for Business Income Coverage; (4) An executive officer or insurance or manager, if you are a corporation. (b) Immediately after the time of b. Your obligation in the. Duties in the Event loss for Extra Expense Coverage; and of Accident, Claim, Suit or Loss Condition relative to providing us with documents 2.) Ends at the earliest of: concerning a claim or "suit' will not be Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc. AC 70 06 03 16 with its permission COMMERCIAL AUTO AC 70 06 03 16 considered breached unless the breach covered "auto" and you are unable to enter occurs after such claim or "suit" is known such "auto" , or to: 2. Your keyless entry device battery dies and (1) You, if you are an individual; you are unable to enter such "auto" as a (2) A partner, if you are a partnership; result, (3) A member, if you are a limited liability 3. Your key, electronic key or key entry pad company; or has been lost or stolen and you have (4) An executive officer or insurance changed the lock to prevent an unauthorized manager, if you are a corporation. entry; and 4. Original copies of receipts for services of a locksmith must be provided before X. HIRED CAR—COVERAGE TERRITORY reimbursement is payable. Item (5) of the Policy Period, Coverage Territory Z. CANCELLATION CONDITION General Condition is replaced by the following: Paragraph A.2. of the COMMON POLICY (5)Anywhere in the world if a covered"auto" CONDITION — CANCELLATION applies except is leased, hired, rented or borrowed without a as follows: driver for a period of 30 days or less; and If we cancel for any reason other than nonpay- Y. EMERGENCY LOCKOUT ment of premium, we will mail or deliver to the First Named Insured written notice of cancella- Wewill reimburse you up to $100 for reasonable tion at least 60 days before the effective date of expense incurred for the services of a locksmith cancellation. This provision does not apply in to gain entry into your covered "auto" subject to those states that require more than 60 days prior these provisions: notice of cancellation. 1. Your door key, electronic key or key entry pad has been lost, stolen or locked in your AC 70 06 03 16 Includes copyrighted material of Insurance Services Office, Inc. Page 7 of 7 with its permission COMMERCIAL GENERAL LIABILITY CG 20 01 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the This insurance is primary to and will not seek additional insured. contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and All terms and conditions of this policy apply unless modified by this endorsement. CG 20 01 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG74801214 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED AMENDATORY ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Any additional insured endorsement included in this coverage part is amended to replace the phrase `caused, in whole or in part, by' with the phrase `arising out of if this is required in a written contract or agreement. All terms and conditions of this policy apply unless modified by this endorsement. CG 74 80 12 14 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 1 with its permission. COMMERCIAL GENERAL LIABILITY CG 81 86 03 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ConstructionGardSM General Liability Enhancement Endorsement This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is a summary of the additional coverages provided by this endorsement. For complete details on a specific coverage, consult the endorsement contract language. 1. Additional Insureds Various additional insured extensions 2. Aggregate Limit Per Project 3. Blanket Waiver of Subrogation If required by written contract, insurer waives right of subrogation 4. Broad Form Named Insured 5. Broadened Definition of BI Definition includes mental anguish 6. Broadened Liability Coverage for Damage to "Your Product' and "Your Work" 7. Contractual Liability— Railroads Expanded definition of "insured contract" 8. Contractual Liability for Personal and Advertising Injury 9. Damage to Premises Rented to You Extends perils Limit: $1,000,000 10. Electronic Data Liability Limit: $100,000 11. Expected and Intended Injury 12. Incidental Medical Malpractice 13. Knowledge of Occurrence 14. Liberalization 15. Lost Key Coverage Occurrence Limit: $10,000 16. Newly Formed and Acquired Organizations 180 days 17. Non-owned Aircraft 18. Non-owned Watercraft Included for watercraft up to 51 ft 19. Supplementary Payments Increased bail bonds limit to$5,000 Increased daily loss of earnings limit to$1,000 per day 20. Unintentional failure to Disclose Hazard 21. Non-duplication of Benefits CG 81 86 03 19 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 7 with its permission. CG 81 86 03 19 1. Additional Insured — Automatic Status When granting the franchise or license Required In An Agreement Or Contract With ends. You d. Lessors of Leased Equipment — SECTION II — WHO IS AN INSURED is with respect to their liability for amended to include: "bodily injury", "property damage", or 1. Any person(s) or organization(s) whom you "personal and advertising injury", are required to add as an additional caused in whole or in part by your insured on this policy under a written maintenance, operation, or use of contract or written agreement, provided the equipment leased to you by such written contract or written agreement: person(s) or organization(s). This 1 Is current) in effect or becomes insurance does not apply to any ( ) y "occurrence" which takes place after effective during the term or this the equipment lease expires. policy; and However, their status as additional (2) Was executed prior to the "bodily insured under this policy ends when injury," "property damage" or their lease, contract, or agreement "personal and advertising injury" with you for such leased equipment for which the additional insured expires. seeks coverage. e. Lessor of Land — with respect to The person or organization added as an liability arising out of the ownership, additional insured by this endorsement is an maintenance or use of that specific additional insured only with respect to liability part of the land leased to you and for: subject to the following additional 1. "Bodily injury" or"property damage" or exclusions: 2. "Personal and advertising injury"; This insurance does not apply to: due to: (1) Any "occurrence" which takes a. Controlling Interest — with respect place after you cease to be a to their liability arising out of: tenant in that premise; or (1) Their financial control of you; or (2) Structural alterations, new (2) Premises they own, maintain or construction or demolition control while you lease or operations performed by or on occupy these premises. behalf of such additional insured. This insurance does not apply to However, their status as additional structural alterations, new insured under this policy ends when construction and demolition you cease to be a tenant of such operations performed by or for such premises. additional insured. f. Managers or Lessors of Premises b. Co-owner of Insured Premises — — with respect to liability arising out with respect to the co-owner's of the ownership, maintenance, or liability as a co-owner of such use of that part of the premises you premises. own, rent, lease, or occupy. c. Grantor of Franchise or License This insurance does not apply to: Any person or organization that has (1) Any"occurrence"which takes granted you a franchise or license place after you cease to be a by written contract or agreement is tenant in that premises; or an additional insured, but only with respect to their liability as a grantor (2) Structural alterations, new con- of afranchise or license to you. struction, or demolition However, their status as additional operations performed by or on insured under this policy ends when behalf the person or their contract or agreement with you organization. Page 2 of 7 Includes copyrighted material of Insurance Services Office, Inc., CG 81 86 03 19 with its permission. CG 81 86 03 19 However, their status as additional This exclusion applies even insured under this policy ends when if the claims against any you cease to be a tenant of such insured allege negligence premises. or other wrongdoing in the g. Mortgagee, Assignee or Receiver supervision, hiring, — with respect to their liability as employment, training or mortgagee, assignee, or receiver monitoring of others by that and arising out of the ownership, insured, if the "occurrence" maintenance, or use of a premise which caused the "bodily by you. This insurance does not injury" or "property apply to structural alterations, new damage", or the offense construction or demolition which caused the "personal operations performed by or on and advertising injury", behalf of such additional insured. involved the rendering of, or failure to render, any h. Owners, Lessees, or Contractors professional, architectural, — with respect to liability for "bodily engineering, or surveying injury", "property damage", or services. personal and advertising injury" caused in whole or in part, by: i. State or Political Subdivision — Permits Relating to Premises — (1) Your acts or omissions; or with respect to the following (2) The acts or omissions of those hazards for which the state or acting on your behalf, in the political subdivision has issued a performance of your ongoing permit or authorization in operations performed for that connection with premises you own, additional insured, whether the rent, or control and to which this work is performed by you or on insurance applies. your behalf; or (1) The existence, maintenance, (3) "Your work" performed for that repair, construction, erection, or additional insured and included removal of advertising, signs, in the "products-completed awnings, canopies, cellar operations hazard." entrances, coal holes, drive- The insurance does not apply ways, manholes, marquees, to: hoist away openings, sidewalk (a) "Bodily injury", "property vaults, street banners, or damage", or "personal and decorations and similar advertising injury" arising exposures; or out of the rendering of or the (2) The construction, erection, or failure to render any removal of elevators; or professional architectural, (3) The ownership maintenance or engineering, or survey use of any elevators covered by services, including: this insurance. (1) The preparing, approv- This insurance does not apply to: ing, or failing to prepare 1 "Bodilyin ur "property or " ro or approve maps, shop ( ) y p p y damage" or "personal or drawings, opinions, advertising injury" arising out of reports, survey, field operations performed for the orders, change orders, state or municipality; or or drawings and specifications; or (2) "Bodily injury" or "property damage" included within the (ii) Supervisory, inspection, "products-completed operations architectural or e on hazard". neering activities. CG 81 86 0319 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 7 with its permission. CG 81 86 03 19 However, such state or political Named Insured shown in the Declarations subdivision's status as additional owns, during the policy period, an interest of insured under this policy ends when more than fifty percent. If other valid the permit ends. collectible insurance is available to any This endorsement shall not increase business entity covered by this solely by the applicable Limits of Insurance reason of ownership by the Named Insured shown in the Declarations. shown in the Declarations in excess of fifty The insurance afforded to such percent, this insurance is excess over the additional insureds described in a.- i. other insurance, whether primary, excess, above: contingent, or on any other basis. (1) Only applies to the extent 5. Broadened Bodily Injury Definition (Mental permitted by law; and Anguish) (2) Will not be broader than any Under SECTION V—DEFINITIONS, Definition 3. coverage requirement in a "Bodily Injury" is replaced with: contract or agreement to provide 3. "Bodily injury" means physical injury, for such additional insured. sickness, or disease to a person and if 2. Aggregate Limit Per Project arising out of the foregoing, mental anguish, mental injury, shock, or Under SECTION III — LIMITS OF INSURANCE, humiliation, including death at any time the following paragraph is added to Paragraph 2: resulting therefrom. The General Aggregate Limit under SECTION III 6. Broadened Liability Coverage for Damage to LIMITS OF INSURANCE applies separately to "Your Product" and "Your Work" Under each of your construction projects away from SECTION I — COVERAGES, COVERAGE A premises owned by or rented to you. BODILY INJURY AND PROPERTY DAMAGE 3. Blanket Waiver Of Subrogation LIABILITY, Paragraph 2. Exclusions is Under SECTION IV — COMMERCIAL amended to delete exclusions k. and I. and GENERAL LIABILITY CONDITIONS, 8. replace them with the following: Transfer Of Rights Of Recovery Against This insurance does not apply to: Others To Us, the following is added: k. Damage to Your Product We waive any right of recovery we may have "Property damage" to "your product" arising against any person or organization because of out of it or any part of it except when payments we make for injury or damage arising caused by or resulting from: out of: (1) Fire; a. Your ongoing operations; or (2) Smoke; b. "Your work" included in the "products (3) Collapse; or completed operations hazard." However, this waiver applies only when you have (4) Explosion. agreed in writing to waive such rights of recovery I. Damage to Your Work in a contract or agreement, and only if the "Property damage" to "your work" arising contract or agreement: out of it or any part of it and included in the a. Is in effect or becomes effective during the "products-completed operations hazard". term or this policy; and This exclusion does not apply: b. Was executed prior to loss. (1) If the damaged work or the work out of 4. Broad Form Named Insured which the damage arises was Under SECTION II —WHO IS AN INSURED, the performed on your behalf by a following is added to Paragraph 2: subcontractor; or e. Any business entity incorporated or (2) If the cause of loss to the damaged organized under the laws of the United State work arises as a result of: of America (including any State thereof), its (a) Fire; territories or possessions, or Canada (b) Smoke; (including any Province thereof) in which the Page 4 of 7 Includes copyrighted material of Insurance Services Office, Inc., CG 81 86 03 19 with its permission. CG 81 86 03 19 (c) Collapse; or "property damage" to any one premises, (d) Explosion. while rented to you, or in the case of Under SECTION III — LIMITS OF INSURANCE, damage by fire, lightning, explosion, smoke or sprinkler leakage, while rented the following paragraph is added: to you or temporarily occupied by you Subject to 6. above, $100,000 is the most we with permission of the owner. The limit is will pay under Coverage A for the sum of increased to $1,000,000. damages arising out of any one "occurrence" c. Under SECTION IV — COMMERCIAL because of "property damage" to "your product" GENERAL LIABILITY CONDITIONS, 4. and "your work" that is caused by fire, smoke, Other Insurance, b. Excess Insurance (1) collapse or explosion and is included within the (a) (ii) is replaced with: "product-completed operations hazard". This sublimit does not apply to "property damage" to (ii) That is Fire, Lightning, Explosion, "your work" if the damaged work or the work Smoke or Sprinkler leakage insurance out of which the damage arises was performed for premises rented to you or temporarily on your behalf by a subcontractor. occupied by you with permission of the 7. Contractual Liability— Railroads owner; a. Under SECTION V — DEFINTIONS, the 10. Electronic Data Liability following replaces Paragraph c. of a. Under SECTION I — COVERAGES, definition 9. "Insured Contract": COVERAGE A — BODILY INJURY AND c. Any easement or license agreement; PROPERTY DAMAGE, Paragraph 2. Exclusions is amended to delete exclusion b. Under SECTION V —DEFINITIONS, p. Electronic Data and replace it with the Paragraph f.(1) of definition 9. "Insured following: Contract" is deleted. This insurance does not apply to: 8. Contractual Liability for Personal and p. Electronic Data Advertising Injury Under SECTION I — COVERAGES, COVERAGE B — PERSONAL Damages arising out of the loss of, loss AND ADVERTISING INJURY LIABILITY, in use of, damage to, corruption to Paragraph 2. Exclusions is amended to delete inability access, or inability i exclusion e. Contractual Liability. manipulatee "electronic data" that does not result from physical injury to This provision 8. does not apply to any person tangible property. or organization who otherwise qualifies as an However, this exclusion does not apply additional insured on this Coverage Part. to liability for damages because of 9. Damage to Premises Rented to You "bodily injury." a. Under SECTION I — COVERAGES, b. Under SECTION III — LIMITS OF COVERAGE A — BODILY INJURY AND INSURANCE, the following paragraph is PROPERTY DAMAGE LIABILITY, the last added: paragraph of 2. Exclusions is replaced with: Subject to paragraph 5. above, $100,000 is If Damage To Premises Rented To You is the most we will pay under Coverage A for not otherwise excluded, Exclusions c. all damages arising out of any one through n. do not apply to damage by fire, "occurrence" because of "property damage" lightning, explosion, smoke, or sprinkler that results from physical injury to tangible leakage to premises while rented to you or property and arises out of "electronic data". temporarily occupied by you with permission c. Under SECTION V — DEFINITIONS, the of the owner. following definition is added: b. Under SECTION III — LIMITS OF "Electronic data" means information, facts INSURANCE, Paragraph 6. is replaced with: or programs stored as or on, created or 6. Subject to Paragraph 5. above, the used on, or transmitted to or from computer Damage To Premises Rented To You software, including systems and Limit is the most we will pay under applications software, hard or floppy disks, Coverage A for damages because of CD-ROMS, tapes, drives, cells, data processing devices or any other media CG 81 86 03 19 Includes copyrighted material of Insurance Services Office, Inc., Page 5 of 7 with its permission. CG 81 86 03 19 which are used with electronically 12. Incidental Medical Malpractice Liability controlled equipment. a. Under SECTION II—WHO IS AN INSURED, d. Under SECTION V — DEFINITIONS, the Paragraph 2.a.(1)d. does not apply to definition of "property damage" is replaced nurses, emergency medical technicians or by the following for the purposes of the paramedics employed by you arising out of coverage provided by this endorsement his or her providing or failing to provide only: professional health care services, but only if 17. "Property damage" means: such healthcare services are within the a. Physical injury to tangible property, scope of their employment by you or are including all resulting loss of use of related to or arise out of the conduct of your that property. All such loss of use business. shall be deemed to occur at the b. This coverage does not apply if you are time of the physical injury that engaged in the business or occupation of caused it; providing professional health care services. b. Loss of use of tangible property 13. Knowledge Of An Occurrence that is not physically injured. All Under SECTION IV — COMMERCIAL such loss of use shall be deemed GENERAL LIABILITY CONDITIONS, the to occur at the time of the following is added to 2. Duties In The Event Of "occurrence" that caused it; or Occurrence, Offense, Claim Or Suit: c. Loss of, loss of use of, damage to, e. Knowledge of an occurrence, offense, claim corruption of, inability to access, or or suit by an agent or employee of any inability to properly manipulate insured shall not in itself constitute "electronic data," resulting from knowledge of the insured unless you, a physical injury to tangible property. partner, if you are a partnership; or an All such loss of "electronic data" executive officer or insurance manager, if shall be deemed to occur at the you are a corporation receives such notice of time of the "occurrence" that an occurrence, offense, claim or suit from caused it. the agent or employee. For the purposes of this insurance, f. The requirements in Paragraph b. will not be "electronic data" is not tangible considered breached unless there is property. knowledge of occurrence as outlined in e. If Electronic Data Liability is provided at a Paragraph e. above. higher limit by another endorsement 14. Liberalization attached to this policy, then the $100,000 If we revise this endorsement to provide more limit provided by this Provision 10. coverage without additional premium charge, we Electronic Data Liability is part of, and not will automatically provide the additional coverage in addition to, that higher limit. to all endorsement holders as of the day the 11. Expected or Intended Injury revision is effective in your state. Under SECTION I — COVERAGES, 15. Lost Key Coverage COVERAGE A — BODILIY INJURY AND a. Under SECTION I — COVERAGES, PROPERTY DAMAGE LIABILITY, Exclusion a. COVERAGE A BODILY INJURY AND is replaced by the following: PROPERTY DAMAGE LIABILITY, a. Expected Or Intended Injury coverage is extended to include the "Bodily injury" or "property damage" following: expected or intended from the standpoint of If a customer's master or grand key, the insured. excluding electronic key card, is lost, This exclusion does not apply to "bodily damaged or stolen while in your care, injury" or "property damage" resulting from custody or control we will pay the cost of the use of reasonable force to protect replacing the keys, including the master lock persons or property. and all keys used in the same lock, the cost of adjusting locks to accept the new keys, or the cost to replace the locks, whichever is less. Page 6 of 7 Includes copyrighted material of Insurance Services Office, Inc., CG 81 86 03 19 with its permission. CG 81 86 03 19 b. Limit of Insurance— For the purpose of this the following: coverage the most we will pay is $ 10,000 (2) A watercraft you do not own that is: per"occurrence". (a) Less than 51 feet long; and 16. Newly Formed And Acquired Organizations (b) Not being used by the insured to a. Under SECTION II—WHO IS AN INSURED, carry persons or property for a in paragraph 3.a., 90th day is changed to charge. 180th day. 19. Supplementary Payments b. This provision does not apply if coverage for Under SECTION I — COVERAGES, newly formed or acquired organizations is SUPPLEMENTARY PAYMENTS — excluded either by the provisions of the COVERAGES A AND B Paragraphs 1.b and Commercial General Liability Coverage Form or by any applicable endorsement. i.d. are replaced with: 17. Non-Owned Aircraft b. Up to $5,000 for cost of bail bonds required Under SECTION I — COVERAGES, because of accidents or traffic law violations COVERAGE A — BODILY INJURY AND arising out of the use of any vehicle to which PROPERTY DAMAGE LIABILITY, Exclusion the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. g. does not apply to an aircraft provided: d. All reasonable expenses incurred by the a. It is hired, chartered or loaned with a paid insured at our request to assist us in the crew; investigation or defense of the claim or b. It is not owned by an insured; "suit", including actual loss of earnings up to c. The pilot in command holds a currently $1,000 a day because of time off from work. effective license for the particular aircraft 20. Unintentional Failure To Disclose Hazard being flown, issued by the duly constituted Under SECTION IV — COMMERCIAL authority of the United States of America GENERAL LIABILITY CONDITIONS, or Canada, designating her or him a Condition 6. Representations the following commercial airline pilot; and paragraph is added: d It is not being used by the insured to carry d. Your failure to disclose all hazards or prior persons or property for a charge. "occurrences" or offenses existing as of the The following is added to SECTION IV, inception date of the policy shall not COMMERCIAL GENERAL LIABILITY prejudice the coverage afforded by this CONDITIONS, Condition 4. Other Insurance, policy provided such failure to disclose all paragraph b. Excess Insurance: hazards or prior "occurrences" or offenses is This Non-Owned Aircraft insurance is excess not intentional. This provision does not affect over any other valid and collectible insurance our right to collect additional premium or whether primary, excess (other than insurance exercise our right of cancellation or non- written to apply specifically in excess of this renewal. policy), contingent or any other basis that 21. Non-Duplication of Benefits would also apply to loss covered under this No one will be entitled to receive duplicate provision. payments for the same elements of loss under 18. Non-Owned Watercraft any of the coverages provided by the Under SECTION I — COVERAGES, Commercial General Liability Coverage form, COVERAGE A — BODILY INJURY AND this endorsement, or any other applicable PROPERTY DAMAGE LIABILITY, Paragraph endorsement. (2) of Exclusion g. is deleted and replaced with All terms and conditions of this policy apply unless modified by this endorsement. CG 81 86 0319 Includes copyrighted material of Insurance Services Office, Inc., Page 7 of 7 with its permission. 24708 AMCO INSURANCE COMPANY 1100 LOCUST ST DEPT 1100 DES MOINES, IA 50391-2000 CHANGE OF DECLARATIONS ENDORSEMENT - PLEASE READ CAREFULLY POLICY NUMBER ACP CAA 3120203623 COMMERCIAL UMBRELLA LIABILITY NAMED INSURED: STATEWIDE PARKING LOT SERVICES INC MAILING ADDRESS: 33920 211TH PL SE AUBURN WA 980922263 AGENT NAME: HENTSCHELL & ASSOCIATES INC AGENT ADDRESS: 1436 S UNION AVE TACOMA WA 98405 47 46 24708 0003 POLICY PERIOD: FROM 09/15/23 TO 09/15/24 12:01 A.M. Standard Time EFFECTIVE DATE OF CHANGE: 10/18/23 12:01 A.M. Standard Time PREMIUM *************************** GENERAL CHANGES *************************** CHANGED GENERAL INFORMATION *************************** ENDORSEMENT CHANGES *************************** ADDED ENDORSEMENT 17204 (0589) THIS IS NOT A BILL - SEE YOUR BILLING STATEMENT DIRECT BILL LGX3 23291 INSURED 25 47 00901 PES-1 (02-89) UMB 1 (12-98) DECLARATIONS COMMERCIAL UMBRELLA LIABILITY AMENDMENT INSURANCE POLICY AMCO INSURANCE COMPANY 1100 LOCUST ST DEPT 1100 DES MOINES IA 503912000 Policy Number: ACP CAA 3120203623 ITEM 1 Named Insured: STATEWIDE PARKING LOT SERVICES INC ITEM 2 Address: 33920 211TH PL SE AUBURN WA 980922263 Agent: HENTSCHELL & ASSOCIATES INC Address: TACOMA WA 98405 47 46 24708 0003 ITEM 3 Policy Period : From 12:01 A.M., 09/15/23 to 12:01 A.M., 09/15/24 ITEM 4 Schedule of Underlying Insurance: See Endorsement No. UMB 00 01 ITEM 5 Retained Limit Aggregate: NONE ITEM 6 Limits of Insurance: a) $5,000,OOOEach Occurrence b) $5,000,OOOProducts - Completed Operations Aggregate c) $5,000,O000ther Aggregate ITEM 7 Coverage 'X A - Excess Follow Form Liability Insurance 'X B - Umbrella Liability Insurance ITEM 8 Premium : Amount $51,760.00 ITEM 9 Endorsements: UMB0001 0309 UMB0002 0413 UMB4600 0612 UMB4605 0310 UMB0052 0115 UMB4610 0310 UMB4612 1113 UMB4613 0120 UMB7010 0514 UMB0016 0310 UMB0062 0604 UMB7012 0514 UMB7015 1214 17204 0589 17204 0589 Renewal or Replacement No. ACP CAA 3110203623 Countersigned By Authorized Representative UMB 1 (12-98) DIRECT BILL LGX3 23291 INSURED 25 47 00902 AMCO INSURANCE COMPANY IN WITNESS WHEREOF the Company has caused this policy to be signed by its president and secretary and countersigned on the declarations page by a duly authorized representative of the company. O `S'- SECRETARY PRESIDENT SP 00 02 09 16 Page 1 of 1 ACP CAA 3120203623 INSURED 47 0000903 AMCO INSURANCE COMPANY COMMERCIAL UMBRELLA LIABILITY FORMS AND ENDORSEMENTS SUMMARY Period: Number: ACP CAA 3120203623 From 09/15/23 To 09/15/24 FORM/ENDORSEMENT DATE TITLE UMB0001 0309 SCHEDULE OF UNDERLYING INSURANCE UMB0002 0413 COMMERCIAL UMBRELLA LIABILITY POLICY UMB0016 0310 EXCL-DESIGNATED OPERATIONS COV BY A CONSOLIDATED (WRAP-UP] I UMB0052 0115 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM UMB0062 0604 RESIDENTIAL CONSTRUCTION EXCLUSION - COVERAGE B UMB4600 0612 WASHINGTON CHANGES - COVERAGE A AND COVERAGE B UMB4605 0310 WASHINGTON-BACTERIA OR FUNGI EXCLUSION-COVERAGE A AND COVERA UMB4610 0310 WASHINGTON CHANGES-EMPLOYMENT-=RELATED PRACTICES EXCLUSION-C UMB4612 1113 WASHINGTON CHANGES - DEFENSE COSTS UMB4613 0120 WASHINGTON CONDITIONAL EXCLUSION OF TERRORISM (RELATING TO D UMB7010 0514 EXCLUSION-ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL I UMB7012 0514 DEFINITION OF OCCURRENCE AMENDATORY ENDORSEMENT FOR CONTRUCT UMB7015 1214 EXCLUSION-PERSONAL DATA COMPROMISE & NETWORK SECURITY LIABIL 17204 0589 BLANK ENDORSEMENT 17204 0589 BLANK ENDORSEMENT N W O V CO LGX3 23291 INSURED 47 00904 17204 (5-89) RE: UMB 00 94 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDATORY ENDORSEMENT - PRIMARY AND NONCONTRIBUTORY COVERAGE THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL UMBRELLA LIABILITY POLICY A. UNDER DEFINITIONS, A. APPLICABLE TO COVERAGE A AND COVERAGE B, DEFINITION 7 "OTHER INSURANCE" IS REPLACED BY THE FOLLOWING: 7. "OTHER INSURANCE" MEANS A POLICY OF INSURANCE AFFORDING COVERAGE THAT THIS POLICY ALSO AFFORDS. "OTHER INSURANCE" INCLUDES ANY TYPE OF SELF-INSURANCE OR OTHER MECHANISM BY WHICH AN "INSURED" ARRANGES FOR FUNDING OF LEGAL LIABILITIES. "OTHER INSURANCE" DOES NOT INCLUDE: A. "UNDERLYING INSURANCE" ; B. ANY OTHER POLICY NAMING AN ADDITIONAL INSURED AS A NAMED INSURED; OR C. A POLICY OF INSURANCE SPECIFICALLY PURCHASED TO BE EXCESS OF THIS POLICY AFFORDING COVERAGE THAT THIS POLICY ALSO AFFORDS. B. UNDER CONDITIONS, APPLICABLE TO COVERAGE A AND COVERAGE B, THE FOLLOWING PARAGRAPH IS ADDED TO CONDITION10. "OTHER INSURANCE": THIS CONDITION DOES NOT APPLY WHEN "UNDERLYING INSURANCE" PROVIDES COVERAGE ON EITHER A PRIMARY BASIS OR A PRIMARY AND NONCONTRIBUTORY BASIS TO AN ADDITIONAL INSURED INCLUDED IN "UNDERLYING INSURANCE". ALL TERMS AND CONDITIONS OF THIS POLICY APPLY UNLESS MODIFIED BY THIS ENDORSEMENT. 17204 (5-89) ACP CAA 3120203623 INSURED 47 0000905 Westchester A Chubb Company ADDITIONAL INSURED ENDORSEMENT—ONGOING WORK OR OPERATIONS Named Insured Endorsement Number Statewide Parking Lot Services Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G24318060 012 09/15/2023 to 09/15/2024 09/15/2023 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE: Name of Person(s)or Organization(s):As required by written contract,prior to a loss to which this insurance applies. (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II - WHO IS AN INSURED is amended to include as an additional insured the persons or organizations shown in the Schedule,but only with respect to liability for injury or damage,to which this insurance applies,caused in,whole or in part,by: i. Your acts or omissions;or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insureds. However: i. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following exclusion is added: Exclusions This insurance does not apply to injury or damage occurring after: a. All work or operations,including materials,parts or equipment furnished in connection with such work or operations, on the project (other than service, maintenance or repairs) to be performed by you or on your behalf at the site of the covered operations has been completed; or b. That portion of your work out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for the additional insured as a part of the same project. ENV-3250(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 2 (22uoi2.1) Westchester A Chubb Company C. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III —LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: i. Required by the 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 of this policy remain unchanged. ENV-3250(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 2 of 2 (221012.1) Westchester A Chubb Company ADDITIONAL INSURED ENDORSEMENT—PRODUCTS-COMPLETED OPERATIONS HAZARD Named Insured Endorsement Number Statewide Parking Lot Services Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G24318060 012 09/15/2023 to 09/15/2024 09/15/2023 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization(s): As required by written contract,prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. SECTION II — WHO IS AN INSURED is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for injury or damage, to which this insurance applies, caused by or resulting from your work performed for that additional insured and included in the products-completed operations hazard, and only to the extent that such injury or damage is caused,in whole or in part,by your negligence or the negligence of those acting on your behalf. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds,the following is added to SECTION III - LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is the amount of insurance: i. Required by the 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 of this policy remain unchanged. ENV-3251(12/18) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 1 (221012.2) Named Insured Endorsement Number Statewide Parking Lot Services Inc Policy Symbol Policy Number Policy Period Effective Date of Endorsement CPW G24318060 012 09/15/2023 to 09/15/2024 09/15/2023 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization:As required by written contract, prior to a loss to which this insurance applies. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV-3143(03-05) Includes copyrighted material of Insurance Services Office, Inc.with its permission Page 1 of 1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms..................................................... 1-1 1-02 Bid Procedures and Conditions ......................................... 1-2 1-03 Award and Execution of Contract...................................... 1-5 1-04 Scope of the Work ......................................................... 1-5 1-05 Control of Work ............................................................. 1-7 1-06 Control of Material ......................................................... 1-10 1-07 Legal Relations and Responsibilities to the Public ................ 1-10 1-08 Prosecution and Progress ................................................ 1-14 1-09 Measurement and Payment ............................................. 1-18 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................ 2-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-04 Hot Mix Asphalt ............................................................. 5-1 LOCATION MAP AND CROSS SECTION DETAILS .............................. A-1 PREVAILING WAGE RATES.............................................................. A-2 2024 Asphalt Grinding/Araucto March 26, 2024 Project Number: 24-3001.2 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2024 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise, all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 2024 Asphalt Grinding/Araucto 1 - 1 March 26, 2024 Project Number: 24-3001.2 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS"IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION: Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the 2024 Asphalt Grinding/Araucto 1 - 2 March 26, 2024 Project Number: 24-3001.2 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project by downloading at no charge at httt)s://www.kentwa.ciov/pav-and-apply/bids-procurement-rfps; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State 2024 Asphalt Grinding/Araucto 1 - 3 March 26, 2024 Project Number: 24-3001.2 Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 2024 Asphalt Grinding/Araucto 1 - 4 March 26, 2024 Project Number: 24-3001.2 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to 2024 Asphalt Grinding/Araucto 1 - 5 March 26, 2024 Project Number: 24-3001.2 perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities 2024 Asphalt Grinding/Araucto 1 - 6 March 26, 2024 Project Number: 24-3001.2 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 2024 Asphalt Grinding/Araucto 1 - 7 March 26, 2024 Project Number: 24-3001.2 SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7IS SUPPLEMENTED BY ADDING THE FOLLOWING 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting 2024 Asphalt Grinding/Araucto 1 - 8 March 26, 2024 Project Number: 24-3001.2 Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2023 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 2024 Asphalt Grinding/Araucto 1 - 9 March 26, 2024 Project Number: 24-3001.2 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax 2024 Asphalt Grinding/Araucto 1 - 10 March 26, 2024 Project Number: 24-3001.2 Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS DELETED 1-07.4(2) COVID-19 Job Site Requirements SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. 1-07.13 Contractor's Responsibility for Work 2024 Asphalt Grinding/Araucto 1 - 11 March 26, 2024 Project Number: 24-3001.2 SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a 2024 Asphalt Grinding/Araucto 1 - 12 March 26, 2024 Project Number: 24-3001.2 record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Lumen Comcast Tanaiya Anderson Aaron Cantrell 253-313-8961 206-510-4222 (cell) TanaiyaAndersonfflumen.com Aaron Cantrel@comcast.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1- 07.18 and the insurance requirements in Section 7 of the Contract, the 2024 Asphalt Grinding/Araucto 1 - 13 March 26, 2024 Project Number: 24-3001.2 terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City 2024 Asphalt Grinding/Araucto 1 - 14 March 26, 2024 Project Number: 24-3001.2 determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. 2024 Asphalt Grinding/Araucto 1 - 15 March 26, 2024 Project Number: 24-3001.2 If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum 2024 Asphalt Grinding/Araucto 1 - 16 March 26, 2024 Project Number: 24-3001.2 tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the 2024 Asphalt Grinding/Araucto 1 - 17 March 26, 2024 Project Number: 24-3001.2 Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension and shall permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provide in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT SECTION 1-09.7IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-09.7 Mobilization Mobilization shall also include moving any and all personnel, materials and equipment from one site to another as specified in the Contract documents. SECTION 1-09.9 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTION; 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 2024 Asphalt Grinding/Araucto 1 - 18 March 26, 2024 Project Number: 24-3001.2 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 2024 Asphalt Grinding/Araucto 1 - 19 March 26, 2024 Project Number: 24-3001.2 DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. 2024 Asphalt Grinding/Araucto 2 - 1 March 26, 2024 Project Number: 24-3001.2 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description The Work consists of planing existing bituminous pavement as directed by the Engineer or its designee. 5-04.2 Materials No water source is provided with this Contract. The Contractor shall supply its own water necessary for grinding operations. 5-04.3(14) Planing Bituminous Pavement The planed material shall become the property of the City. The Contractor's equipment shall be capable of planing existing bituminous pavement surface such that no more than 6" of asphalt shall remain around castings following planing activities, or as directed by the Engineer or its designee. All remaining asphalt around castings that are more than 6" shall be removed by the Contractor prior to leaving the jobsite. This additional asphalt removal shall be done at no additional cost to the City. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per half day for "Planing Bituminous Pavement" constitutes complete compensation for all materials including water, tools, equipment and labor necessary or incidental to plane the asphalt concrete pavement as specified on the plans or as directed by the Engineer or its designee. The time associated with moving the equipment will not be included in the half day time for planing bituminous pavement. 2024 Asphalt Grinding/Araucto 5 - 1 March 26, 2024 Project Number: 24-3001.2 Payment shall be made upon actual half days of work time, regardless of the full planing capacity of the equipment used. City crews will replace the removed asphalt following the planing. No payment will be made for work beyond the half day unless authorized in writing by the Engineer. The time it takes to perform additional asphalt removal, as noted in Section 5-04.3(14), will not be counted towards the half day of work time. Throughout the project, each working day may include a single half-day shift, two half-day shifts (morning and afternoon), or no half-day shifts. A half day is defined as four hours of asphalt planing, not including equipment setup, transport, fueling, filling with water, or maintenance time or other similar activities. If the City directs the Contractor to begin a half-day shift, the City will compensate the Contractor for a complete half-day shift even if the City stops the shift in fewer than four hours. The City will notify the Contractor at least 48 hours in advance of the anticipated schedule. The City will provide traffic control, trucks for hauling planed material and sweeping. The Contractor will provide a planing machine capable of planing 2,000 square yards in a 4-hour period, operators and spotters as needed to operate the planer. 2024 Asphalt Grinding/Araucto 5 - 2 March 26, 2024 Project Number: 24-3001.2 LOCATION MAP AND CROSS SECTION DETAILS 2024 Asphalt Grinding/Araucto A - 1 March 26, 2024 Project Number: 24-3001.2 MapKey Street Location Description FundingSource GrindType Comments 1 Lincoln Ave N W Smith St to W James St Streets Grind/Inlay 2 W Meeker St Russell Rd S to 64th Ave S Streets Grind/Inlay 3 SE 256th St 142nd Ave SE to 146th Ave SE Streets Grind/Inlay Westbound Shoulder 5 101st Ave SE SE 260th St to SE 256th St Residential Grind/Inlay 6 Hilltop Ave/92nd Ave S E James St to 237th PI Residential Overlay 4 Military Rd S 26900 blk to S 268th St Streets Grind/Inlay Northbound Shoulder 19 Military Rd S S 264th St to S 265th St Streets Grind/Inlay Northbound Shoulder 20 Military Rd S S Reith Rd to S 254th PI Streets Grind/Inlay Southbound Shoulder 7 36th Ave 5/Military Rd S Reith Rd to S 248th St Streets Grind/Inlay Southbound Shoulder 8 81st Ave S S 200th St to S 196th St Streets Grind/Inlay 9 SE 209th St 120th PI SE to end of street Residential Overlay 10 SE 210th St 120th PI SE to end of street Residential Overlay 11 SE 217th Ct 124th Ave SE to end of street Residential Grind/Inlay 12 S 202nd St 92nd Ave S to 96th Ave S Residential Dig-Outs/Overlay 13 132nd Ave SE SE 261st St to SE 259th PI Streets Grind/Inlay Northbound Lane 14 132nd Ave SE SE 256th St to SE 255th St Streets Grind/Inlay Northbound Lane 15 132nd Ave SE SE 253rd PI to SE 248th St Streets Grind/Inlay Northbound Lane 18 132nd Ave SE SE 245th St to SE 248th St Streets Grind/Inlay Southbound Lane 16 132nd Ave SE 24200 Blk to SE 240th St Streets Grind/Inlay Northbound Lane 17 132nd Ave SE 21210 132nd Ave SE to 21006 132nd Ave SE Streets Grind/Inlay Northbound Lane T CITY OF KENT s. w I i 2024 Asphalt Grinding Location Map Legend a Funding Source © Pesiden[ial a— Location Index(see table below for details) l _ Y -' MapKey Street LocahonDescriplion GrindType J , Llmoln av amhM1 Stw Wsemevst id/Inlry - I I i s ee r usm m ve r,nd/Inlry i .., '. .:: .... ve o ve nn , o nnd/nlry • ry Rtls 11111-11 M1 hl 'tl/Inry ' e T' xilM1ap av/a2Ma es El s[t xa]tm o erlry i: '., 'k.i �--- w. .. w. .,, !`"•• '"•' i ve s/Milaary Ras i o rintl/Inlry .._ ,. ;' •".._ ' .... .... f `� ve rintl/Inlry 11 .W 1 s WIM1 Srmsl%tM1 st a ....t •,'• .l , _ Sp[n St Rzmn%SF m.nd of meet overlay 11 IE canna uotn aye ss m ena 11-1 Gana/mmv a ozna st szna ayesm%tn ayes olFoms/overlay szna aya SE 11h pl Gana/nbY - ! I n ve r,na/nhy n ve a r,na/nlry .�,�• 11 �•' .AS n ve t n ve o n ve nna/nlry n, I i 'n ve o ri /nlsy ,. /Iry -- 2 ._ tr ' r T � r- „ •; I� L f Ir a ' r . „__ w. T�-P IT :. : - : .. V N __. I Document Path:P:\Public11\OpemtionsGStreetsVLsphalt Grinding Projeds\2024Wsph--Grinding 2026.aprx y a' 19 ys SE 189 PI Q� ' LL 190 PI 1�� Unk Private SE 191 StN C9 SE 1911Ln9g� 19 2 '°1 SE 193 Tar SE 192 St a' SE 193 St uwi rwn vwi N W YL 193 St a a a SE 193 P. W (n qWj y SE 194 St1 r91 Pl a - N CO N ` M c¢ M CO �L a SE 196 St SF 195 PI SE 195 St M �G W ` IJ . h I¢ ` 1965\ rn /V W WI 197 PI a 197 PI > U) SE 198 St N ¢ ¢ Q 198 St ` m SE 198 St 198 Ct _ a a 198 PI SE 198 PI > SE 199 St 199 Ct 199 St _54, a SE 200 St 1 SE 200 St SE 201 St o SE 200 St W 3 a' PIN 0 2p7� SE 201 St 201 Ct w01 o f�zOzct SE201st SE201P\ Sr, w y S SE 202 Ct a 202 Ln j. 7 N SE 202 PI o rw SE 203 St W W a a N 131 P/S� ; 204 St� m ,LOZP\ a SE 203 PI ^titi f O SE 203 PI % = N 204 PI t204 St zt�Sk C< W SE 203 PI 1 00 SE 204 At oA,\Ny 205 St E P4 123 2045t CO 9� SE 204 PI W , S�2 20� a O n <a M SE 205 St ��s 11 205 St Q o 1 ¢ 206 S iP P�`t �i W �' C14 �' 2 SE 206 Sl�p m W r oW 11 D 1 W N a Sr SE 206 PI P r3r E o SE 207 St m 206 PI Pj '0 E _ 207.PI ¢ 207 St m ��\ n 207 PI j 207 PI 1 207 Ct N SE 208 St 8 1 1 209 Ln 209 PI 20g 209 Cl LU `O s E SE 209 PI 1 O 210 St sf N 210C, �E 209 Ct d i Q 210 Ct W a �.E21117 N SE 210 PI N 210 PI w r210 PI t`7�211 St mMd SE 211 Lnm > SE 211 St c Northbound E 211 PI �211PI 211 Ct Lane 1 / w 1 ?'1Ln rn < ?v2 SE 212 St -u I -SE212St SE212PI Q 212C <'f 212 PI 212 PI 1 ¢ rn 21 1 C< 11,PI SE 212 PI �1 SSE 213 St LLJ 2Q Ez13 S<23 `� 5t SE 213 St 1� 1w SE 214 St >5 213 1 213 St / 214 St 1 ¢ 214 St in iE 214 St N a E: E Q N W 2Nta 214 St 214 PI 1 SE 21v (0 a s ¢ t r SE 215 St \¢ 215 St Q N 215P 215 St Q¢> n o, S�,y14 W 1 SE216 st 216 St SE 216 St W 1 I St 216 Ln a q10 c< i i SE 216 St a `P 276..St SE 216 St z16 m i i SE 217 St W 217 St w 217 St P.<` Ct Q 216 1 I i St 6 SE 217 St �N W sN 217 PI SE 217 P/ Q < U ' "' SE 217 PI ' 21gp< h'SE 217 PI W , 1 SE 218 PI 218 P1 s P G� 218 PI U) SE 218 PI a a `SE 218 PIQ 1 SE 219 PI 219 Ct 220 St L Cl) , 1 SE 219 PI SE 219 PI 220 Ct r7, CL SE 220 PI ¢ 220 PI gE2y1 St N N a 1 1 SE 227S a ci a N 95221 pl a 7 N .L21 PI 1 \ SE 222 St `SE 222 Ct 222 PI 9n 223 Dr N 2 z2�Pj 131Av 1 1 SE 223 St a a a 1P Q 9 1 °^ SE? 7 M zz3�` 3 PI 23 Dr �AV 26 Pt 223 Pt` - SEA 2 4 P\ 224 PI / �22� SE 29.. _ »,of nr�.,.�. ��F/�. �•�-——- ° 500 1°000 15F° 2024 Asphalt Grinding Location Map Book Legend Residential Streets izs Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 W SE 233:�" -234.St E 234 St234 St 234 St I- 51 ()139Av R'� 1tSE-234•PI¢' SE 235 St ^ 235 P7 SE 235 St \ SE 235 St 236 St MN236P\ SE 236 PI SE 236 PI� SE 236 St daiN wdSE 237 PI N 23,0 SE 237 PI 237 ct N 238 PI ¢ 239 Y M 238 PI 238 Ln \a1 Ls SE 1 `\\ Q m St St a Q Ao %` \\ to 16 °° f SE 240 PI W SE 240 St \ )� W Northbound > > 'St� � Land N �� a SE 217 N \ / Ct 24 I m S JIP 2 Za2 242 st y I \ M f Il W —e 243 St I I 242p L > 243 PI 243 p/ 244 St M 41 \ \ I I y OQJ`J 2gZ9 P I 2�St //Ir\� 2y/5�30p \ �'-•\/ / y iC I W \ I N N St 245 St \ / 0 c \ / ,6- / / CO \ \ .p 245 Ct > 10 a \Souhbound' \ I z's p ._ /\ 246 St / I \ l r(nn 246 �, Lane a 18 3t < `` SE247PI MI \\\ \\ // // , \ `l SE247� \ \ )t W 7,49,pr 248 PI 9N� ` `/ —\ I I 19 Jw N `�n9 \ / \I W 11aJ;Lu _ Northbound 15 25ost S i I �a — SSA L I SE 251 PI Lane SE 251 y N \ \ L I 251 PI W / SE 252 PI SE 252 St a sE 252 st a 252 PI \\ `\ I /L 252 PI 253 St \ I a W w / / 253 Ct m 253 S[ w ZEE: y 1 i' M Ct > to y T I ¢ 254 sc m W N SF253 PI Q> 254 PI S� I\ LU _255at 2 Northbound SE255St ,Westbound N 3E 256 St 2ssPl Ns—Lane 14 i j 255'Shoulder co Zss n 255 PIS d N 256 PI C] 257 St '256 PI \ a N M W 257 Ct y 3 / 258 St N 257 St SE 257 Ct W > ¢ SE 257 PI SE 258 St2585t SE 258 St' N258 PI a 258 St 258 PI N 259 St 9 99 a 259 St a SE 258 C[ �SgP w a `' ' ¢' 4/s 259 St 'A�Cl a Q a rn 259 PI 259 PI i3 ^ v 259,% .259 PI 259 PI N a �r v v Q I 260 St Northbound 259p\ al Lanel 26,'S 13 SE260St SE Gt 261 St SE 261 St v 261 PI 261 St Z62G1 262 CtLL a 262 PI v N y� 7 j SE 262 St g Nv y 262 St a' 263 St v v PI a y SE 263 St v SE 264 St 263 PI Q 265 Ct 264 St ¢ SE 264 SE?6q 3r SE 264 St ^`� N SE 265y� 264 PI 265 St \ > \ 265 PI W w Vt N W ti <`'� t SE 266 St ——-- 2fi6 St > N EL N W 266 St ¢' a' "3 U) co N 266 PI d1. a ° 5°° '°°°° +,SF° 2024 Asphalt Grinding Location Map Book Legend Residential Streets >zs Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 Z l S 231 St o Q^y 231 St w a SE 231 St ^O'\ to > j Q SE 232Sto a �� S 232 St 232 St SE 232 St 2;t ak Ln SE 232 PI > n V co �4 Ct S w 233 St 11 / �N�Q 96 233 PI 23�A q o 0 > 233 PI U '5134 PI o ¢' ¢> Q �rn SE 2342E _ o oy 234 PI �P n' yC 235 St o ^ —y n°' co o'— 235 PI S 235 SE 234 PI Q SF 235 St °syL�0 >.235 St S 235 PI 236 PI S 235 PI ?3spl p6 SE 236 St 'ti N � SE 236 St Sfofso ��Q\ 236 PI S 236 SE 236 PI QN 236 PI of m w 0 236 PI I Q S'237 St d o SE 237 St 237.St S 237 P S 236 St o 0 N 238 St SE 237 6 238 St Z Z 238 St ¢> w le St ¢' z E ¢> S 239 St N SE 238 PI c < N 238 PI 2 a o ff as Q > SE 239 St Q v m o n = rn S 239 PI m N 259 0 n 3 a 239 PI 3 SE 240 St a S 240 St 240 PI Cedar Sb z rn a) a " zao PI Q S 240 PI C S 241 St t a s a '2 > ¢' Pio 2 = rn S 242 St ro o 0 � S S 242 PI za2 PI SE 241 PI > a w Mcmillan St x E Temperance St Q 242 Ct rn ay a � a � SE,243 St w S 242 St a Q 'meth St S ¢ N E Smith St 244 St _ S 244 PI Ward a' \—_ T �w a w SE 244 St y 244 Cl o ¢ b St S 245 PI ¢0 245 PI N o a GO St 0 'n, \ Weiland St S 246 PI 246 PI lY g5Y f Ke��Tacoma St owy ��N,\ > 24 247 PI o t �Cd ¢ 4 S 7 Ct W Jy EDean Dean St CherryHiA ��' �\ ?'`Off o' _ l SE 248 St J W y a E Madyn St 724 N 248 Ct .¢ ¢ w >Guiberson St �O 2p9 �'51QLU Sl 15 249 Ct > w 3 � Seattle St 516 p 10 SE 250 St o0 �Q ¢ Q m > I 6 E Seattle St v I I SE 250 PI f) w 250 s o N st 8 Y '> I ¢> gearview 251 Ct Y E Chicago St \ I 2 251 P, \I S 252 St I LU 252 St 252 PI —251-PI x _ in Chicago St GO> E Laurel St $ \ 253 PI a N m ¢o> �yD w oa Syr`„ I a C. N N7 o o to 253 PI E Hemlock St a ¢ Q u 253 PI y Carter St > V' rn o —LLl —Marlon,St Car r PIPIT S E Filbert w a \\ �C G1 t U) SE 254 PI 254 P1 ¢ > 1 E E it V,V a 'o a' C m M to y E Walnut St Y SE 256 St 255 PI a ¢ Wlnut a \ a \ w a a 256 PI Lu Maple St \1 0 0 o 257 St rn 258 1 ¢ w ¢' PI t o rn 3 , IQQ 258 PI — o ?'S8.$f \l N > 25P ¢ 256 PI N i / \ a SE 260 St ` 26o St¢� \ t c a n \ \ 260 PI ¢' \ o CL Alder Ln \ �0 261 St O0 262 S 262 PI N� co St LU w SE 264 St a > t J � O 263 PI SE 264 Sty zsa st SE 264 PI 265 PI C'O c ° 5°° '°°°° 1,500 2024 Asphalt Grinding Location Map Book Legend Residential Streets 123 Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 d - 185 PI ' O ¢' I S 186 PI S 187 St H 16/St 1 S 188 St ' I � SE 188 St I I o a 1 s 51 ct a S 190 St 00 S 190 St o I JS ' I Z6I S , SE 190 St I ' I , I S 55 St S 192 St S 192 St I 1 I I rn a I S 194 St I I S 194b N I I I I I 1 I a' S 196 St �10 I S 198 St 198 St I 5 A 98 s, I � I I rn rn rn to SE; S 200 St w CO 12 m 202 St I S 202 St a o S � 11 S 202 St �G t 202 St c I > > �'� S 203 St N 0 a a 2p3 Pt co 4 > > I 204 p� rypSG , I 3 204 PI I = rn 205 PI c SE 206 St ti3 I S 206 St S 206 St � � PO,p\ CO CO206 PI tl I >y N m SE 207 E rn 03 S 207 Ct w —5-207.f?I tl I S 208 St S 2 I °8st 209 St S 208 St u I C S210St Q> N C S210 PI c c I c_n Q 5 S 212 St m y SE 212 St lb ¢ 5 I �P� 2fi?S f p Q S213PI S2113St! 95ct rnP,y 2\4 PI 213PI SE 213 P rn 2j4A� > m Q rn rn Q d a r; IL (D Co m .0 S 216 St tg 00 216 St O I N `5216 St 216 PIFL a a' I S218St S218St O SE270 a I Q > CO a Af o 219 PI I o 219 PI a ° 5°° '°°°° 1,500 2024 Asphalt Grinding Location Map Book Legend Residential Streets izs Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 U) > ' U) I ¢ ^ I S 226 PI 227 PI I � I I I I I I a I S 228 St v Z I I � I I Z N S 228 S\ I I Q s231s m I S 231 St I a 23.1.?j \ I a rn 232 S 232 St I (p � Z 51 2g2 t a a MI > > 232 y�2 D 233 St $ 233 Si a ci mlIDOp I 234 PI u ° y ° S 233 St I h a a 9s a M r I - I \L s q S 234 P/ c s 234 s` 233PI I S 234 St \(P N N$ y n ¢' t I \ 234P s,s D p Q � I 181 ' Q) a m 235 St W. co / 236 St 4 Oj L S 236 St I Concord St 236 PI IP s S 236 PI I wr^� St w Cole St 6 L 237 Sr d Q I 237 PI t, /f�Q— Z Z Z akeSj.a S23) o 238 St 238 PI J` Q > Q s——_ � �2 ejQy d e s 23 ro 6r ry38 St M a �—zp/ 8 9 I Q W Morton St 5 N \� S23a0 I N S 238 PI (n Z w Cloudy St \'b S 239 St I ¢ S 239 St iL I > S 239 PI W I Q \ L J ¢ James St I 240 otl James PI ff- 1 a 5 I z Ot d W Kent sta St WSam St I N rl — a� Q I m James Ln 3 ? I R Z am W James Ln ¢ 1 s ay/y a' Z O ; � Z � N ¢ ` ? Z W Smith St m I Z \` E I a' W Harrison St I L W Meeker St \ W Meeker St N W Gowe St I i pJ\eeKet S I in rn �N ' ¢' Q t ZW_T,itus_St — S 248 PI w d \ �-60"v'_alit,;\N s 249 St N �� COW Saar St w I\ .ice/3 \N g249P\ SR 516 — �I St wwilrsst Willis St 40 > stiy I a' a o�Ra ,cQNo 6a /�100 I m W.Iro1 y ¢ I S 251 PI U) � <n N —m 1 ' IS253'St I �0 Waterman Stl Q N Morto I 1 7J D co u) 1 IS 253 PI i l 1 (n I Overlook st : 11 r Q 1 1 s 2551st, 1 1 1 I 1 I I 1 er Rases I t to 1 ► ¢ 11 1 i I t, 500 '°°°° 1,50 F° 2024 Asphalt Grinding Location Map Book Legend Residential Streets izs Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 S 240 St 241 St ar7 � _ o Q 242 St dJ U) N N a N Q Q S 242 St N Q a ¢' 243 PI 516 T St N N V N M M h F, S 243 St v� / Q m / t N N I S 24A St n \ � S 244 St 245 Ct ` 5 PI ¢ I N 246 Ct \ > s S 246 St Q ° (O 247 St N < f 247 Ct T N P n S 248 St J ¢ 249 PI y N S 249•St S 248 St S 246 St N s a a> < 2ae e S 249 St 246 Pt N N S 250 St 2v 2g9Qt Q 20.9 m <n p9 ° > 5 S 251 S 2so at N D M 250 St M �V CO t , rn CO > ar iL rn N N h 250 PI Q 7 S 250 PI a Q�i N M S 251 St v 251 St 251 PI S �'s,y7\nea N N S 251 P 251 Ra 252 St 251 PI 252 St rn 252 St Ct ) s 253 S 252 PI Q 252 PI SQUtlYIbQUnd 45Av � St 253 St M_ 254 St 253 PI CO S2S h Shoulder 252 PI Qy 252 PI CO CO 254 St a 253 PI h v 254 St p S'2-4St N cn M M 254 PI _ a 1 S 256 St S 256 St S 255 St 255 PI °' ,.`'C, v S 256 St 1 (q �256 PI rn �' 56 Ct 256 PI _ a tL 257 PI > �' m 1 N rn N 257 St 9. I___I y S St E 1 V d 256 St o a ¢ �( N 258 PI M 259 Ct a M M N M a 259 St 259 Ln Gj 258-PI �� 1 S 260 St g2J9 Pv rya ��e \ I 5 260 Ln 260 St S 260 St S 261 St ¢ \ I a5 N 1 I Q' S261P1 S261 _,v� I / S 262 St h a cU Q pv S M� rn N U Mp CO a S 263 St 19 a Somerset Ln Kent Ct w PI 265 St m Hampton Wj ' S 8 ¢ �Stratfoa C�ca`c1 �ersetC ct De' f Hampton Wy t-Northboun bridge Ct v o 1 99 r a t, 'Shouldernte bury Ma m` N I S 268 St Fe wicK S 268 PF Ct Camaby4y268 ' �a 269 269 269 St 5t >4 47 _" 0 M c \ 'a a ¢` g 270 St S 270 St M a S 270 St S 271 Stay N -S-272 St N 'PI a $ a a m v V S 272 St s 273 st S 272 St w (J S�ar� 5213Pt a�N � 273 PI� S 273 P1 S 273 PI S 274 St ° 5°° '°°°° 1,500 2024 Asphalt Grinding Location Map Book Legend Residential Streets izs Location Index (see table here for details) v KENT Produced by Joseph Araucto P:\Public\Operations\Streets\Asphalt Grinding Projects\2024\Asphalt Grinding 2024.aprx Printed:March 2024 CONDITION A:AT CURB AND GUTTER LPLANING G GRADE PLANING DEPTH,2 INCH OVERLAY BY CITY CREW PLANING EXISTING CURB AND GUTTER(TYP) SLOPE � -- J EXISTING PAVEMENT-4TH 7 FEET CONDITION B:AT CURBING EXISTING CURBING MATCH EX"VARIES PLANING DEPTH,2 INCH OVERLAY BY CITY CREW LL *EXISTING PAVEMENT PLANING WIDTH 10 FEET EXISTING PAVEMENT DETAIL LONGITUDINAL TAPERED PLANING (NTS) NO.1 EXISTING PAVEMENT DEPTH VARIES MATCH EXISTIN"PLANING PLANING DEPTH,2 INCH OVERLAY BY CITY CREWS- EXISTING PAVEMENT PLANING WIDTH 25 FEET EXISTING PAVEMEN DETAIL TRANSVERSE TAPERED PLANING (NTS) NO.z * EXISTING PAVEMENT DEPTH VARIES GRINDING DEPTH,2 INCH ----GRINDING,10 FOOT— EXISTING PAVEMENT T HMA INLAY BY CITY CREW DETAIL ASPHALT GRINDING (NTS) NO.3 *EXISTING PAVEMENT DEPTH VARIES Z W 2INCH GRINDING DEPTH U) w x < 2INCH 121NCH w a 12INCH TYP � I DEPTH EXISTING I —J CSTC PAVEMENT CSTC CSTC PAVEMENT REPAIR 130IN� (BY CONTRACTOR) TYP *EXISTING PAVEMENT DEPTH VARIES CITY OF KENT PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION • 2024 ASPHALT GRINDING PROJECT KENT CROSS SECTION DETAIL DETAIL PAVEMENT REPAIR(NTS) WASHINGTON NO.4 o41E: 10/26/2018 SCni I: NONI PREVAILING WAGE RATES 2024 Asphalt Grinding/Araucto A - 2 March 26, 2024 Project Number: 24-3001.2 3/26/24,7:29AM about blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/09/2024 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 1 C View King Brick Mason Journey Level $69.07 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N 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 View King Carpenters Scaffold Erector $74.96 15J 4C View King Cement Masons Application of all Composition $72.87 15J 4U View Mastic King Cement Masons Application of all Epoxy $72.37 15J 4U View Material King Cement Masons Application of all Plastic $72.87 15J 41J View Material King Cement Masons Application of Sealing $72.37 15J 41J View Compound King Cement Masons Application of Underlayment $72.87 15J 41J View King Cement Masons Building General $72.37 15J 4U View King Cement Masons Composition or Kalman Floors $72.87 15J 4U View King Cement Masons Concrete Paving $72.37 15J 4U View King Cement Masons Curb Et Gutter Machine $72.87 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank 1/18 3/26/24,7:29AM about blank 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 Et 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 Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $93.94 15J 4C View King Divers Et Tenders Diver $129.71 15J 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et 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 Et Tenders Hyperbaric Worker - $107.26 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.76 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 3/26/24,7:29AM about:blank King Divers 8t Tenders Hyperbaric Worker - $120.76 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers at Tenders Manifold Operator Mixed Gas $85.82 15J 4C View King Divers 8t Tenders Remote Operated Vehicle $80.82 15J 4C View Operator/Technician King Divers Et 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 View King Drywall Applicator Journey Level $75.73 150 11S View King Drywall 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 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 I 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 about:blank 3/18 3/26/24,7:29AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1111 View Products Work Only King Fence Erectors Fence Erector $50.07 15J lip 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 Et Frost Insulators And Journey Level $87.15 15H 11C 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 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $87.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View Screed King Laborers Airtrac Drill Operator $60.90 15J lip 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 lip 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 about:blank 4/18 3/26/24,7:29AM about blank King Laborers Cement Finisher Tender $59.07 15J lip 8Y View King Laborers Change House Or Dry Shack $59.07 15J lip 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 lip 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 lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View King Laborers Demolition: Wrecking 8t Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 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 lip 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 8t Bucker Chain Saw $60.15 15J lip 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 lip 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 Et Transit Person $62.49 15J lip 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 11P 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J lip 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 lip 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 about:blank 5/18 3/26/24,7:29AM about blank King Laborers Maintenance Person $59.07 15J lip 8Y View King Laborers Manhole Builder-Mudman $60.15 15J lip 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 lip 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $60.15 15J lip 8Y View King Laborers Pilot Car $50.07 15J lip 8Y View King Laborers Pipe Layer (Lead) $62.49 15J 11P 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 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 lip 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 11P 8Y View King Laborers Raker -Asphalt $62.49 15J lip 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 lip 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 lip 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 lip 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 11P 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J 11P 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View Shorer 8t Cribber) King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View King Laborers Topper $59.07 15J lip 8Y View King Laborers Track Laborer $59.07 15J lip 8Y View about:blank 6/18 3/26/24,7:29AM about blank King Laborers Track Liner (Power) $60.15 15J lip 8Y View King Laborers Traffic Control Laborer $53.54 15J lip 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 lip 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 lip 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 lip 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J 11P 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J 11P 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15J lip 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 lip 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 lip 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 Et Topman $59.07 15J lip 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et 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 11 E View King Metal Fabrication (In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication (In Shop). Mechanic $43.63 151 11 E View King Metal Fabrication (In Shop), Welder/Burner $39.28 151 11 E 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 about:blank 7/18 3/26/24,7:29AM about blank King Modular Buildings Equipment Maintenance $16.28 1 View King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11 J View King Pile Driver Crew Tender $80.82 15J 4C View King Pile Driver Journey Level $75.41 15J 4C View King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View King Playground Et Park Equipment Journey Level $16.28 1 View Installers King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators Cableways $83.62 15J 11G 8X View King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 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 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11G 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 about:blank 8/18 3/26/24,7:29AM about blank 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 11G 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 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 151 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 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 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards about:blank 9/18 3/26/24,7:29AM about blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $84.46 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View Distribution 8t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 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 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 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 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete &t Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Yards And Over about:blank 10/18 3/26/24,7:29AM about blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 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 11H 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 11G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 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 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank 11/18 3/26/24,7:29AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer &t Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Underground Sewer 8t 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 1 Underground Sewer Et Water tons with attachments I King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer 8t 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 Et 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 Et 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 8t Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View I Underground Sewer Et Water attachments, a-frame over 10 ltons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View L_ Underground Sewer 8t Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer 8t Water (power) about:blank 12/18 3/26/24,7:29AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) about:blank 13/18 3/26/24,7:29AM about blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield ' King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Underground Sewer 8t Water through 99 tons King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer 8t Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards about:blank 14/18 3/26/24,7:29AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11 G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Underground Sewer Et 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 Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Underground Sewer Et 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 Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $85.66 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $78.65 15J 11 G 8X View Underground Sewer 8t Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 3/26/24,7:29AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Conditioning Journey Level $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 View King Residential Drywall Applicators Journey Level $74.96 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $45.40 1 View Pipefitters King Residential Refrigeration Et 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 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 Et Ship Repair New Construction Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Heat $ Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View about:blank 16/18 3/26/24,7:29AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4.1 View King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4.1 View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $51.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers 8t Installers Journey Level $58.04 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 View Electrical). King Soft Floor Lavers 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 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 conjunction with survey work 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 about:blank 17/18 3/26/24,7:29AM about blank 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 I 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 Et 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 Et 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 Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $16.28 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Benefit Code Key—Effective 3/2/2024 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. 1. 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 atone and one-half times the hourly rate of wage. All hours worked in excess often (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 maybe worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants,industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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 days 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 normal four- day, ten hour work week,and Saturday shall be paid at one-half times the hourly rate of wage for the first eight(8) hours.All other hours worked Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine(9)hours or more.When an employee returns to work without at least nine(9)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine(9)hours rest period. H. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten(10)hours or more.When an employee returns to work without at least ten(10)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten(10)hours rest period. 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 anytime 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) Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays: New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day, Independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 1. 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). 101 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holiday 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. Holiday 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. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays:New Year's Day,President's Birthday,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. 121 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holiday 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 normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day, Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day. (8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,Christmas Eve,and Christmas Day(9). Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Holiday Codes Continued 15. G. New Year's Day,Washington's Birthday,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,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. 131 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 2/16/2024) Holiday 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. 141 Page 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 15l'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300'- $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600'- $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work:When employees are called out between the hours of 6:00 p.m.and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium:Basic hourly rate plus$2.00 per hour.When due to conditions beyond the control of the Employer or when an owner(not acting as a contractor),a government agency or the contract specifications require that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 151 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. 171 Page