Loading...
HomeMy WebLinkAboutCAG2024-374 - Original - Award Construction, Inc - 212th Water Treatment Faciity - 8/2/24 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) WASHINGTON Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Joe Araucto Public Works Date Sent: Date Required: c 07/25/2024 8/1/2024 Q Mayor or Designee to Sign. Date of Council Approval: Q Interlocal Agreement Uploaded to Website 7/2/2024 Budget Account Number: Grant? Yes No�✓ W20118 Budget? Yes Ek Type: N/A Vendor Name: Category: Award Construction, Inc. Contract Vendor Number: Sub-Category: Original O Project Name: 212th Water Treatment Facility 1. Project Details: The project consists of installing filter media inside of pressure filter tank O P J 9 #2 located within Kent's water treatment facility at 9001 S 212th St Basis for Selection of Contractor: � Agreement Amount: $271 643.0 Bid GJ r *Memo to Mayor must be attached _111 Start Dater 0 days following NTP Termination Date: Within 30 Working days a Local Business? Yes F—]No*If meets requirements per KCC 3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace. Business License Verification: ❑Yes In-Process F1 Exempt(KCC 5.01.045) FlAuthorized Signer Verified Notice required prior to disclosure? CAG2024-374 F—]YesF—]No Comments: 1A C C 40 3 Date Received:City Attorney: 7/30/24 Date Routed:Mayor's Office City Clerk's Office adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 7/25/24, 12:59 PM 212th Water Treatment Facility—Filter Media Installation-Award-City of Kent,Washington City of Kent ,umotio Passes Washington z 202,j,00PM KE10T Action Item W "1-1- 4044 212th Water Treatment Facility — Filter Media Installation - Award Information Department: Public Works Department Sponsors: Category: Award Bid Attachments Printout 212th Water Treatment Facility Filter Media Installation Bid Tab Budget Impact BUDGET IMPACT: No unbudgeted impact. This project is included in the Water Fund budget. Motion MOTION: I move to award the 212th Water Treatment Facility - Filter Media Installation Project to Award Construction, Inc. in the amount of $271,643 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 SUMMARY: This project will include the installation of a new filter media in Tank #2. City staff replaced piping within the filter tank due to age and separated joints. The original filter media was removed to access the piping, requiring replacement with new filter media. The bid opening for the 212th Water Treatment Facility - Filter Media Installation Project was held on June 25, 2024, with two bids received. The lowest responsible and responsive bid was submitted by Award Construction, Inc. in the amount of $271,643. Bid Tab Summary 01. Award Construction, Inc. $271,643.00 02. Road Construction Northwest, Inc. $372,476.00 Engineer's Estimate $258,970.00 Meeting N, City Jul 2, 2024 7:00 PM Video Council City Council Regular Meeting Meeting Public Works Director, Chad Bieren provided details on the 212th Water Treatment Facility - Media Filter Installation project and recommend awarding to Award Construction, Inc. https://kentwa.igm2.com/Citizens/Detail_LegiFile.aspx?MeetinglD=5578&MediaPosition=2127.350&ID=4044&CssClass=&Print=Yes 1/2 7/25/24, 12:59 PM 212th Water Treatment Facility—Filter Media Installation-Award-City of Kent,Washington RESULT: MOTION PASSES [UNANIMOUS] MOVER: Brenda Fincher, Councilmember SECONDER: Toni Troutner, Councilmember AYES: Bill Boyce, John Boyd, Brenda Fincher, Marli Larimer, Toni Troutner, Zandria Michaud Discussion P Add Comment Powered by Granicus https://kentwa.igm2.com/Citizens/DetaiI_LegiFile.aspx?MeetingID=5578&MediaPosition=2127.350&ID=4044&CssClass=&Print=Yes 2/2 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 212 th Water Treatment Facility Filter Media Installation Project Number: W20118 BIDS ACCEPTED UNTIL June 25, 2024 11 :00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KENT WAS H 1 NGTON 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 Site Specific Information Section 6 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 212 1h Water Treatment Facility Filter Media Installation Project Number: W20118 BIDS ACCEPTED UNTIL June 25, 2024 11 :00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KEN TT W A 5 H I N G T 0 N BIDDER'S NAME Award Construction, Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 212t" Water Treatment Facility Filter Media Installation Project Number: W20118 BIDS ACCEPTED UNTIL June 25, 2024 11:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR • KENT WASHINGTON 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 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 June 25, 2024, up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 11:00 a.m. for the City of Kent project named as follows: 212 th Water Treatment Facility Filter Media Installation Project Number: W20118 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of installing filter media inside of pressure filter tank #2 located within Kent's water treatment facility at 9001 S 212 th St, Kent, Washington and other work, all in accordance with the attached Contract Provisions, and the Standard Specifications. The City will make the sites open to contractors interested in bidding the project on Thursday, June 20th, 2024, from 9:00 a.m. to 11:00 a.m. located at 9001 S 212 th St, Kent Washington 98030. City staff will be present only to provide access to the site and building; not to answer questions or provide information. The Engineer's estimated range for this project is approximately $245,000 to $270,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657. For technical questions, please call Ryan Carroll at 253-856-5679. 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 httos://www.kentwa.uovL.gav-and-apply/bids-procurement-rfDs. 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 loth day of June 2024 BY: Kimberley Atomoto, City Clerk Published: Daily Journal of Commerce on June 11 and 18, 2024 Washington State Office of Minority and Women's Business Enterprise on June 11, 2024 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 6/25/2024 This statement relates to a proposed contract with the City of Kent named 212th Water Treatment Facility Filter Media Installation Project Number: W20118 I am the undersigned bidder or prospective contractor. I represent that - 1. I X have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Award Construction,Inc. NAME OF BIDDER BY: President SIGNATURt/TIlTLE B. Todd Vasey 980 Willeys Lake Rd Ferndale, WA 98248 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Project/Engineer: 212th Water Treatment Facility/Araucto 1 June 10, 2024 Project Number: W20118 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: 2121h Water Treatment Facility/Araucto 2 June 10, 2024 Project Number: W20118 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: 212th Water Treatment Facility/Araucto 3 June 10, 2024 Project Number: W20118 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: 212th Water Treatment Facility/Araucto 4 June 10, 2024 Project Number: W20118 viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I a re to fulfill the seven requirements referenced above. By. For: Award Construction, Inc. Title: President Date: 6/25/2024 Project/Engineer: 212th Water Treatment Facility/Araucto 5 June 10, 2024 Project Number: W20118 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. Project/Engineer: 2121h Water Treatment Facility/Araucto 6 June 10, 2024 Project Number: W20118 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Award Construction,Inc. has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2121h Water Treatment Facility Filter Media Installation/Project Number: W20118 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1. All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2. Proposal items are numbered in sequence but are non-continuous. 3. Unit prices for all items, all extensions, and total amount of bid must be shown. 4. Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount.of the contract bond. EXAMPLE 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. Project/Engineer: 2121h Water Treatment Facility/Araucto 7 June 10, 2024 Project Number: W20118 ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ I()/0dv $ q0 f�4p WSDOT LUMP SUM Per LS 1005 8-33.5 1 Filter Media Installation $ Ig5100d $ (95(040 KSP LUMP SUM Per LS 1010 1-07.15 SPCC Plan $ 1/5^00 $ 11S®0 WSDOT LUMP SUM Per LS 1015 1-04.4(1) 1 Minor Changes $10,000* $10,000 WSDOT CALC Per CALC *Common price to all bidders Sub Total $ �����Z3 10.2% Sales Tax $ Z rj�l 9'3 Total $ 7—'7 6pY 3 Project/Engineer: 2121h Water Treatment Facility/Araucto 8 June 10, 2024 Project Number: W20118 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. Project/Engineer: 2121h Water Treatment Facility/Araucto 9 June 10, 2024 Project Number: W20118 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 MAYALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: Award Construction,Inc. NAME: B. Todd Vasey,President ADDRESS: 980 Willeys Lake Rd Ferndale, WA 98248 PRINCIPAL OFFICE: Award Construction, Inc. ADDRESS: 980 Willeys Lake Rd Ferndale,WA 98248 PHONE: (360) 318-8708 FAX: (360)318-8728 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 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 Project/Engineer: 212th Water Treatment Facility/Araucto 10 June 10, 2024 Project Number: W20118 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): Project/Engineer: 2121h Water Treatment Facility/Araucto 11 June 10, 2024 Project Number: W20118 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 law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: Project/Engineer: 2121"Water Treatment Facility/Araucto 12 June 10, 2024 Project Number: W20118 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 S u rety: 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? Project/Engineer: 212th Water Treatment Facility/Araucto 13 June 10, 2024 Project Number: W20118 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? 7. SIGNATURE 7.1 Dated at this 25th day of June , 2024. Name of Organization: Award Construction,Inc. By: B. Todd Vase Title: President 7.2 B. Todd Vasey , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 25th day of June , 2024. Notary Public: LLAIV My Commission Expires: 7— U -VARY = AUB0lb Z = OF Project/Engineer: 212th Water Treatment Facility/Araucto 14 June 10, 2024 Project Number: W20118 980 Willeys Lake Rd. Ferndale, WA 98248 AWARD P: (360) 318-8708 CONSTRUCTION 1Ne A F: (360) 318-8728 Contractor's Qualification Statement City of Kent 2121h Water Treatment Facility Project Number: W20118 1. Required Responsibility Criteria 1.1. Attached 1.2. N/A 1.3. 602 310 080 1.4. Attached 1.5. I, B.Todd Vasey, President of Award Construction, Inc., hereby certify that Award Construction, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of Award Construction, are not and have not been in the past three (3) years, disqualified from bi ding on any public works contract under RCW 39.06.010 or 39.12.065 (3). B.Todd Vasey, President Date 1.6. I, B.Todd Vasey, Preside of Award Construction, Inc., hereby certify that Award Construction is not, and has not been in the three-year period immediately preceding the bid solicitation date, 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 judgement entered by a court of limited or general jurisdiction. B.Todd Vasey, President Date 1.7. Attached 2. Organization 2.1. Award Construction as been in business as a Contractor for 21 years 2.2. Organization has been in business under its current business name for 21 years. 2.2.1.No other names 2.3. Organization is a corporation. 2.3.1. Incorporated July 10, 2003 2.3.2. Washington State 2.3.3. President: B.Todd Vasey 2.3.4. Vice President: N/A 2.3.5. Secretary: Patty Vasey 2.3.6. Treasurer: Patty Vasey 2.4. N/A Qual Scfe,...N�_.__FC;iI171l f y 980 Willeys Lake Rd. Ferndale, WA 98248 AWARD P: (360) 318-8708 CONSTRUCTION 1Ne F: (360) 318-8728 2.5. N/A 2.6. N/A 3. Licensing 3.1. Washington State, General Contractor,AWARDC1970M9 3.2. Washington State 4. Experience 4.1. Categories of work normally performed by own forces: Earthwork, Mechanical Equipment and Process Piping Installation, Underground Utility Installation, Concrete Structures and Flatwork,Traffic Control, Erosion Control 4.2. Claims and Suits 4.2.1. Award Construction has never failed to complete any work awarded to it. 4.2.2. There are no judgments, claims, arbitration proceedings or suits pending or outstanding against Award Construction or its officers 4.2.3. Award Construction filed suit against the Midway Water&Sewer District in 2021 due to deficient plans and specifications.The case has been settled. 4.3. Within the last 5 years, no officer or principal of Award Construction has been an officer or principal of another organization when it failed to complete a construction contract. Quality, Safety, Family 4.4. Project Name Owner Name Owner Owner Email Owner Contract % Projected Contact Phone Amount Complete Completion Well 4 City of George Jared imcmeen@ -o�com_ 509-453- $452,000 98% 7/5/2024 Improvements McMeen 4833 PS 8 Relocation and City of Fife Ken kgunther@cityoffife.org 253-896- $3.1 mill 10% 12/31/2024 Upgrade Gunther 8203 40th Ave Tank City of Nicholas nbarnett@lynnwoodwa.gov 425-670- $2.3 mill 80% 9/30/2024 Improvements, Lynnwood Barnett 5211 Phase 2 Cougar Mountain PS City of Bellevue Jim Itockwell@bellevuewa.gov 425-452- $2.7 mill 5% 01/30/2025 1 Rehab Stockwell 2976 Lakeland Hills PS King County Chase Chase.kingsbury@kingcounty.go 206-573- $2 mill 95% 07/15/2024 Generator Kingsbury v 7979 Replacement 4.4.1. Current Work Under Contract: $10,552,000;Work in Progress: $5,824,000 4.5. Project Name Owner Name Owner Contact Owner Email Owner Original by Substantial " Phone Contract Own Completion' Amount Forces Date *W/O TAX Bryant Well City of Amanda Slattery amanda.slattery@stanwoodwa.org (360) 454- $314,685.63 100% 1-Aug-23 Treatment Stanwood 5231 Facility HPF Media Replacement Tolt Treatment American Water Bryan Walker byran.walker@amwater.com (410) 688- $645,000.00 70% 26-May-23 Facility Ozone 9203 Generator Replacement NCRTS Refuse Snohomish Dave Schonhard david.schonhard@snoco.org 425-238- $478,000.00 76% 17-Jul-23 Crane County 6852 Replacement Tolt Treatment American Water Colby Goodliffe colby.goodliffe@amwater.com (801) 695- $824,000.00 70% 26-May-23 Facility 9785 Chlorination System Upgrades WWLS City of Mike Haley mhaley@redmond.gov (425) 556- 64% 24-Aug-23 Equipment Redmond 2843 $4,083,300.00 Replacement Lynnwood Signal City of Michael Whaley mwhaley@lynnwoodwa.gov (425) 754- 60% 30-Jun-23 Rebuild Lynnwood 7710 $1,144,535.00 Post Point Sludge City of Tobin Hull thull@cob.org 360-778- 90% 30-Aug-23 Pump System Bellingham 7883 $1,697,000.00 Replacement WSP Domestic Washington Sherry Taylor Sherry.Taylor@wsp.wa.gov 360-742- $1,004,781.31 70% 26-Jan-21 and Fire Systems State Patrol 4074 Upgrade Denny Substation Seattle City Aaron Taylor aaron.taylor@seattle.gov (206) 233- $784,600.00 70% 30-Dec-22 East Ramp Light 2036 Modifications 2021 State Street City of Sedro Mark Freiberger mfreiberger@Sedro-Woolley.gov 360-855- $66,185.00 95% 15-Oct-21 Pump Station Woolley, WA 9933 Rehab Project Washington Park Seattle Public Michael michael.panlasigui@seattle.gov (206) 423- $746,000.00 45% 30-Mar-22 Stormwater Tank Utilities Panlasigui 2598 Gate Retrofit Buena WWTP Yakima County Joe Stump, P.E ioe.stump@co.yakima.wa.us (509)547- $411,050.00 63% 6-Nov-20 Coating 2300 108th Ave NE City of Bellevue Robert RBellefeui@bellevuewa.gov (425) 452- $1,287,326.00 56% 2-Nov-20 Complete Street Bellefeuille 4374 575 Zone King County Tammy Haas tammyh@wd49.org (206)242- $9,355,830.00 50% 10-Mar-22 Reservoir and Water District 8535 Booster Pump No. 49 Station Crossroads Trail City of Bellevue Dale Lydin dlydin@bellevuewa.gov (425) 452- $604,940.00 53% 29-Oct-20 Improvements 2734 Yew Way WSDOT Conrad Linden LindenC@wsdot.wa.gov (206) 250- $743,729.00 30% 21-Sep-20 Railroad Crossing 0454 Improvements Sugarloaf Well 4 Covington Tom Malphrus tom.malphrus@covingtonwater.com (253) 631- $267,000.00 65% 6-Apr-20 Pump Installation Water District 0565 2019 Wastewater City of Granite Lyle Bjornson lyle.biornson@ci.granite- (360) 618- $297,350.00 96%% 22-Nov-19 Treatment Plant Falls falls.wa.us 3645 Effluent Piping Hydraulic Improvements Wastewater City of Bellevue Birol Shaha bshaha@bellevuewa.gov (425) 452- $1,410,000.00 80% 1-Oct-20 Pump Station - 4477 Pump Replacement NE Bellevue City of Bellevue Dale Lydin dlydin@bellevuewa.gov (425) 452- $1,197,863.00 53% 17-Jun-20 Crosswalks 2734 Improvements WPTP Cl-C2 King County Trisha Roth troth@kingcounty.gov (206) 263- $1,359,000.00 70% 2-Mar-20 Reservoir 1964 Modifications Generator and Alderwood Josiah Hartom Jhartom@awwd.com (425) 741- $412,000.00 50% 6-Jan-20 Electrical Water & 7969 Improvements Wastewater District Soos Creek Lift Soos Creek Ken Vandenbergh 253-630- $154,843.00 95% 3-Jun-19 Station 15B Water &Sewer 9900 District Eastgate Way City of Bellevue Jennifer Spino Jspino@bellevuewa.gov 425 452 $842,614.00 61% 30-Sep-19 Non-Motorized 5279 Access to Transit (18122) Seattle Pump City of Seattle Judy Keefe judy.keefe@seattle.gov (206) 684- $2,179,000.00 47% 11-Dec-19 Station 8032 Ventilation Upgrades Cougar Mountain City of Bellevue Jim Nicolls Ibnicolls@bellevuewa.gov 4254522869 $1,218,449.00 57% 20-Sep-19 3 Pump Station upgrade Parry's Acres City of Tonasket Darren Johnson 509-486- $899,899.40 60% May, 2019 Sewer System 2132 Rehabilitation WTP Chlorination City of Jeff Marrs ieffm@citvofanacortes.com 3606611390 $898,380.00 62% 1-May-19 System Anacortes Conversion Thornton Road City of Ferndale Mike Olinger mikeolinger@citvofferndale.com 360 815 $329,928.00 60% 28-Jan-19 Water Pump 1508 Station Upgrades Lakota Interim Lakehaven Molly Du mdu@lakehaven.or6 (253) 946- $294,140.00 70% 5-Nov-19 Digester Mixed Water &Sewer 5400 Pumping District 4.5.1. $10 million 4.6. Key Personnel 4.6.1. Don Glade,Superintendent, 25+Years Experience, Current Projects: Fife PS 8 Rehab & Relocation 4.6.2. Dion Raastad, Superintendent, 20 Years Experience, Current Project: Lakeland Hills Generator Replacement 4.6.3. Steve Johnson, Superintendent, 10 Years Experience, Current Project: Cougar Mountain PS 1 4.6.4. Bobby Brillowsky, Superintendent, 20 Years Experience, Current Project: Lynnwood 40th Ave Tank 4.6.5. Todd Vasey, Project Manager, 25+Years Experience,Oversees All Projects 4.6.6. Cody Hollander, Project Manager, 8 Years Experience, Oversees All Projects 4.7. Major Equipment: 4.7.1. Excavator 315 Cat 4.7.2. Excavator 308CR, Cat 4.7.3. Skidsteer 248B, Cat 4.7.4. Skidsteer 218, Cat 4.7.5. Backhoe 420D, Cat 4.7.6. Backhoe 420F, Cat 4.7.7. 3 Pickup Trucks 4.7.8. Dump Trucks 10 yd & 5 yd 4.7.9. 5 Equip.Trailers 4.7.10. 40,000 lb Trailer 4.7.11. Water Trailer 500 g 4.7.12. Air Compressor,towable 4.7.13. Kubota Utility Vehicle 4.7.14. Miscellaneous tools and equipment 5. References 5.1. DP ' ico i 19600 SW Cipole Road, Tualatin, Oregon 97062. 503-6 2-6090/phnne 97122419,lfax ED Fowler -C 1Nlaehiner�° 2165 TkZidway Lane PO Box 58201 Bellingham, WA 93226 Tukwila,WA 582014 360-734-8 0/phone 425-251-62 7/ Fax 360-734-9653/fax (Must Fax bequests) Pump-Tech Construction Supply Co 12020 SE 32nd St, Ste #2 201 York St Bellevue,NVA 98005 Bellingham,WA 9822 42 a-8501/phone 360-733-1 21/Phone 60-733.1634JFux 5.2. US Bank 218 Front Street Lynden,WA 98264 Contact: Lynda Erickson (360) 746-5261/phone Acct. # 153568119421 5.3. Surety 5.3.1. Western Surety 999 Third Ave Ste 2500 Seattle,WA 98104 800-262-2110 Bond #6184006 Contact:Tim Larson 5.3.2.Propel Insurance 1201 Pacific Ave. Ste 1000 Tacoma,WA 98402 (253) 759-2200 6. Financing 6.1. Financial Statement—To be Provided Upon Request 7. Signature 7.1. See Bid Documents 6/19/24, 12:25 PM AWARD CONSTRUCTION INC 1.1, 1.4, 1.7 wazn,��,s�a—�m�,�o,Labor&Industries(https://Ini.wa.g�v_/) Contractors AWARD CONSTRUCTION INC Owner or tradesperson 980 WILLEY'S LAKE RD FERNDALE,WA 98248 Principals 360-318-8708 VASEY,B TODD,PRESIDENT WHATCOM County VASEY,PATRICIA,AGENT EBENAL,DAVID.VICE PRESIDENT (End:05/31/2005) C J SERVICES CORP,AGENT (End:05/31/2005) Doing business as AWARD CONSTRUCTION INC WA UBI No. Business type 602 310 080 Corporation Governing persons B TODD VASEY PATTY VASEY; Registration Verify the contractor's active registration/license/certification(depending on trade)and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. AWARDCI970M9 Effective—expiration 07/29/2003—08/02/2025 L&I Contractor Registration: 1-800-647-0982-Email:ContReg@Lni.wa.gov Bond Western Surety Co $12,000.00 Bond account no. 929568036 Received by L&I Effective date 07/17/2013 07/25/2013 Expiration date Until Canceled SAFECO INS CO OF AMERICA $12,000.00 Bond account no. 6184006 Received by L&I Effective date 08/05/2003 08/01/2003 Expiration date Until Canceled Insurance .. ......... Alaska National Insurance Co https://secure.Ini.wa.gov/verify/Detaii.aspx?UBI=602310080&LIC=AWARDC1970M9&SAW= 1/2 I 6/19/24, 12:25 PM AWARD CONSTRUCTION INC Policy no. $1,000,000.00 23LPS31967 Received by L&I Effective date 12/29/2023 12/31/2023 Expiration date 12/31/2024 Insurance history Savings Nos avings accounts during the previous 6 year period. Lawsuits against the bond or savings Lawsuits lawsuits against the bond or savings accounts during the previous 6 year period. L&I Tax debts No L&I tax debts are recorded for this contractor license during the previous 6 year period,but some debts may be recorded by other agencies. License Violations No licen§e violations during the previous 6 year period. Certifications & Endorsements OMWBE Certifications Small Business Enterprise(SBE) Apprentice Training Agent Registered training agent.Check their eligible programs and occupations. Workers'Comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. This company has multiple workers'comp accounts. Active accounts L&I Account ID Account is current. 163,857-00 Doing business as AWARD CONSTRUCTION INC Estimated workers reported Quarter 1 of Year 2024"4 to 6 Workers" L&I account contact TO/MICHELE GARRETT(360)902-4620-Email:GAMI235@lni.wa.gov Track this contractor 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 issu..,ed 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. https://secure.ini.wa.gov/verify/Detail.aspx?UBI=602310080&LIC=AWARDC1970M9&SAW= 2/2 6/19/24, 12:28 PM Washington State Department of Revenue Al, �I � O � D p , Lv n Fe � Revenue < Business Lookup Tax Information New search Back to results Entity name: AWARD CONSTRUCTION, INC. Entity type: Profit Corporation Excise tax account ID #: 602-310-080 LIBI #: 602-310-080 Opened: July 23, 2003 Closed: Mailing address: 980 WILLEYS LAKE RD FERNDALE WA 98248-9700 i NAICS: 237990 - Other Heavy and Civil Engineering Construction Reseller Permit(s) Resel er permit# Status Effective date Expiration date A16843825 Active Jan-01-2024 Dec-31-2025 A16843823 Expired Jan-01-2022 Dec-31-2023 A16843821 Expired Jan-01-2020 Dec-31-2021 A16843819 Expired Jan-01-2018 Dec-31-2019 A16843817 Expired Jan-01-2016 Dec-31-2017 i A16843815 Expired Jan-01-2014 Dec-31-2015 i https://secure.dor.wa.gov/gteunauth/_/#8 1/2 6/19/24, 12:28 PM Washington State Department of Revenue Expiration date Effective date Exp Reseller permit# Status Al 6843813 Expired Jan-01-2012 Dec-31-2013 Business License Locations Business name License account ID# Location address AWARD CONSTRUCTION, Ir 602310080-001-0002 980 WILLEYS LAKE RD FERNDALE WA AWARD CONSTRUCTION, Ir 602310080-001-0003 1929 BALTIC WAY STE 116 FERNDALE The Business Lookup information is updated nightly. Search date and time: 6/19/2024 12:28:07 PM Contact us Now are we doing? Take our survey! Don't see what you expected? Check if your browser is supported https://secure.dor.wa.gov/gteunauth/­/#8 2/2 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 (June 25, 2024), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Award Construction,Inc. Bidder's Busine s N m Signature oT Authorized Offi ial* B. Todd Vasey Printed Name President Title 6/25/2024 Ferndale WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Project/Engineer: 212th Water Treatment Facility/Araucto 15 June 10, 2024 Project Number: W20118 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 (June 25, 2024), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Award Construction,Inc. Bidder's Busine s N m Sig ature of Aut or d icial* B.Todd Vasey Printed Name President Title 6/25/2024 Ferndale WA Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. Project/Engineer: 212th Water Treatment Facility/Araucto 16 June 10, 2024 Project Number: W20118 PROPOSAL SIGNATURE PAGE The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued following contract execution. This limited Notice to Proceed will be for the procurement of and delivery of filter materials. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining work after October 1st, 2024. The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within thirty (30) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned,,at the address stated below.(V 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: 6/25/2024 Award Construction In . NAME O T . �= Signature of Authorized R resentative B. Todd Vasey,President (Print Name and Title) 980 Willeys Lake Rd Address Ferndale,WA 98248 Project/Engineer: 2121h Water Treatment Facility/Araucto 17 June 10, 2024 Project Number: W20118 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Award Construction, Inc. , as Principal, and Western Surety Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent(5 of 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 212t" Water Treatment Facility Filter Media Installation/Project Number: W20118 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 DA166,THis 25th DAY OF June 2024. GONsrR oe � Award C u io , I C. �0 (isE AZ PRINCIPAL �yg2003 Western Surety Company SNING�O SURE Alyssa J Lopez, Atto y-in-Fact 20 Received return of deposit in the sum of $ Project/Engineer: 2121'Water Treatment Facility/Araucto 18 June 10, 2024 Project Number: W20118 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Michael S Mansfield,Sara Sophie Sellin,Donald Percell Shanklin Jr,Misti Marie Brill,Tamara A Ringeisen,Karl Michelle Motley,Bryan Richard Ludwick,Amber Lynn Reese,Individually of Portland,OR Cynthia L Jay,Eric A Zimmerman,James B Binder,Aliceon A Kellner,Brandon K Bush,Jacob T Haddock,Katharine J Snider,Justin Dean Price,Alyssa J Lopez, Individually of Seattle,WA Jamie L Marques,Carley Espiritu,Christopher Kinyon,Brent E Heilesen,Annelies M Richie,Kyle Joseph Howat,Kristine A Lawrence,Holli Albers,Amelia G Burrill,Lindsey Elaine Jorgensen,Julie R Truitt,Sarah Whitaker, Individually of Tacoma,WA Lois F Weathers,Individually,of Medford,OR its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions printed on the reverse hereof,duly adopted, as indicated,by the shareholders of the corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 28th day of August,2023. �QETy4. WESTERN SURETY COMPANY ,p................. +=•S fA Oar µep Larry Kasten,Vice President iwrN�puo°. State of South Dakota SS County of Minnehaha On this 28th day of August,2023,before me personally came Larry Kasten,to the known,who,being by me duly swom,did depose and say: that he resides in the City of Sioux Fails,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal of said corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporation. My commission expires 4.555 M.BENT gy,44 NOTARY PUBLIC March 2,2026 .s SEAL SOUTH DAKOTA SEAL s Sa. .55 55,.vs ,s,a5+ M.Bent,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 25th day of June,2024. SuaErr , WESTERN SURETY COMPANY ���pPOgq 1't wiz pV,,p+� L.Nelson,Assistant Secretary Font F42804-2023 Go to www.cnasurety.corn.>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. 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. 2121h Water Treatment Facility Filter Media Installation Project Number: W20118 NAME OF PROJECT Award Construction, Inc. NAME QF FUDDE 'S FIRM SIGNATURE OF AUTHOR ZED REPRESEN ATIVE OF BIDDER Project/Engineer: 212th Water Treatment Facility/Araucto 19 June 10, 2024 Project Number: W20118 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: rInsert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:fInsert Name of Original Contract & Project # if applicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl 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 $ Project/Engineer: 212th Water Treatment Facility/Araucto 20 June 10, 2024 Project Number: W20118 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) 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. CONTRACTOR: CITY OF KENT: By: BY: (signature) (signature) 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 Project/Engineer: 2121h Water Treatment Facility/Araucto 21 June 10, 2024 Project Number: W20118 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name ....................� Order of Contents........................... Invitationto Bid................................................................................... Contractor Compliance Statement........................................................�' Date............................................................................................B Have/have not participated acknowledgment.............................a Signature and address ................................................................0' Declaration - City of Kent Non-Discrimination Policy..........................Z Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................1'f Proposal...............................................................................................[X First line of proposal - filled in ...................................................8 Unitprices are correct .................... ..........................................0 Bid the same unit price for asterisk (*) bid items-41A................P, Minimum bid prices are correct..t]�d ...........................................W Contractor's Qualification Statement ...................................................� Completeand notarized ..............................................................rY Statement that Bidder Has Not Been Disqualified ................................p' Certification of Compliance with Wage Payment Statutes....................Q ProposalSignature Page......................................................................� AllAddenda acknowledged .........................................................� Date, signature and address .......................................................1f BidBond Form .....................................................................................❑ Signature, sealed and dated........................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) Combined Declaration Form.................................................................I, Signature ....................................................................................0"' ChangeOrder Form (Example)............................................................. Bidder's Checklist ................................................................................❑` The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. Project/Engineer: 2121h Water Treatment Facility/Araucto 22 June 10, 2024 Project Number: W20118 Bond No. 30213192 PAYMENT AND PERFORMANCE BOND KENT TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Award Construction, Inc. as Principal, and Western Surety Company a Corporation organized and existing under the laws of the State of 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 $ 271,643.00 , 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. *South Dakota 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 212t" Water Treatment Facility Filter Media Installation/Project Number: W20118 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. TWO WITNESSES: Award Construction, Inc. PRINCIPAL enter rincipal's nam above) 1. BY 2zd) ".-' Cody Hollander TITLE: B.Todd Vasey, President PRINT NAME DATE: 07/16/2024 DATE: 07/16/2024 2. 0h5y,&Z� - Kate Neel PRINT NAME DATE: 07/16/2024 CORPORATE SEAL: Western Surety Company SURETY CONSTR(/ BY: Qe vC)RPOR�TF 2 DATE: 07/16/2024 SEAL 2003 TITLE: Alyssa J Lopez, Attorney-in-Fact gSHING�O * ADDRESS: 601 Union Street, Suite 1601 Seattle, WA 98101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that B. Todd Vasey Who signed the said bond on behalf of the Principal Award Construction, Inc. of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. _ t SECOETARY OR ASSISTANT SECRET Y Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That WESTERN SURETY COMPANY,a South Dakota corporation,is a duly organized and existing corporation having its principal office in the City of Sioux Falls,and State of South Dakota,and that it does by virtue ofthe signature and seal herein affixed hereby make, constitute and appoint Michael S Mansfield,Sara Sophie Sellin,Donald Percell Shanklin Jr,Misti Marie Brill,Tamara A Ringeisen,Kari Michelle Motley,Bryan Richard Ludwick,Amber Lynn Reese,Individually of Portland,OR Cynthia L Jay,Eric A Zimmerman,James B Binder,Aliceon A Kellner,Brandon K Bush,Jacob T Haddock,Katharine J Snider,Justin Dean Price,Alyssa J Lopez, Individually of Seattle,WA Jamie L Marques,Carley Espiritu,Christopher Kinyon,Brent E Heilesen,Annelies M Richie,Kyle Joseph Howat,Kristine A Lawrence,Holli Albers,Amelia G Burrill,Lindsey Elaine Jorgensen,Julie R Truitt,Sarah Whitaker, Individually of Tacoma,WA Lois F Weathers,Individually,of Medford,OR its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on its behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer ofthe corporation and all the acts of said Attorney,pursuant to the authority hereby given,are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions printed on the reverse hereof,duly adopted, as indicated,by the shareholders ofthe corporation. In Witness Whereof,WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 28th day of August,2023. ., WESTERN SURETY COMPANY ti?Rvoagr°s !^y v S�Gth DP��1P``` Larry Kasten,Vice President State of South Dakota 1 JI' County of Minnehaha ss On this 28th day of August,2023,before me personally came Larry Kasten,to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Sioux Falls,State of South Dakota;that he is a Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument;that he knows the seal ofsaid corporation;that the seal affixed to the said instrument is such corporate seal;that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed ofsaid corporation. My commission expires """""............,..... M.BENT i senL NOTARY PUBLIC SEaL; March 2,2026 + SOUTH DAKOTA ........................i In- M.Bent,Notary Public CERTIFICATE I,L.Nelson,Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By-Law and Resolutions of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 16th day of July,2024. dg11 svtier� ; �,,----..,gip WESTERN SURETY COMPANY sy4oa?09gf� i �"'•6>%I pP�p a nm L.Nelson,Assistant Secretary Fenn F4280-4-2023 Go to www.cnasurety.com>Owner/Obligee Services>Validate Bond Coverage,if you want to verify bond authenticity. CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and AA&cd C.U , 11 �cn,� organized under the laws of the State of , located and doing business at qg8jP ("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: 2121h Water Treatment Facility Filter Media Installation/Project Number: W20118 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. The City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued following contract execution. This limited Notice to Proceed will be for the procurement of and delivery of filter materials. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining work after October 1st, 2024. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and work shall be physically completed within thirty (30) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $271,643.00 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 Project/Engineer: 2121h Water Treatment Facility/Araucto 25 June 10, 2024 Project Number: W20118 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. 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. Project/Engineer: 212th Water Treatment Facility/Araucto 26 June 10, 2024 Project Number: W20118 CITY OF KENT BY _ DAN A RALPH, MAYOR DATE: 08/02/2024 ATTEST: KIMBERLEY qOMOTO, C TY CLERK APPROVED AS TO FORM: oxk KENT LAW DEPARTMENT CONTRACTOR BY: eb . U, PRINT NAME: U TITLE: DATE:��I�f Project/Engineer: 212`h Water Treatment Facility/Araucto 27 June 10, 2024 Project Number: W20118 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. Project/Engineer: 212t" Water Treatment Facility/Araucto 28 June 10, 2024 Project Number: W20118 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. Project/Engineer: 212th Water Treatment Facility/Araucto 29 June 10, 2024 Project Number: W20118 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 NII. 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. Project/Engineer: 2121h Water Treatment Facility/Araucto 30 June 10, 2024 Project Number: W20118 Client#: 107456 AWARCONS ACORDTM CERTIFICATE OF LIABILITY INSURANCE DAT 7/18120248/2024 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAME: T Michael Mueller Propel Insurance PHONE, EXt:800 499-0933 FAX No: 866 577-1326 601 Union Street; Suite 3400 E-MAIL ADDRESS: Michael.Mueller@propelinsurance.com elinsurance.com COM Construction INSURER(S)AFFORDING COVERAGE NAIC# Seattle,WA 98101-1371 INSURER A:Alaska National Insurance Company 38733 INSURED INSURER B:Great American E&S Insurance 37532 Award Construction, Inc. INSURER C: 980 Willey's Lake Road INSURER D: Ferndale,WA 98248 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSR WVD POLICY NUMBER MM/DDIYYYY MMIDD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY 23LPS31967 12/31/2023 12/31/2024 EEACH�OECTCURRENCE $1,000,000 CLAIMS-MADE OCCUR PREMISES Eaoccu ante s300,000 X PD CLAIMS-MADE Ded: MADE$5,0 I MED EXP(Any one person) $5 000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 JECT�� PRO- PRODUCTS-COMP/OPAGG $2,000,000 POLICY X PRO- LOC OTHER: A AUTOMOBILE LIABILITY 23LAS31967 12/31/2023 12/31/202 EO aBINED c,d",SINGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS PROPERTY DAMAGE HIRED NON-OWNED Per accident) $ X AUTOS ONLY X AUTOS ONLY $ /� �( UMBRELLA LIAB X OCCUR 23LLU31967 12/31/2023 12/31/202 EACH OCCURRENCE s8,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE s8,000,000 DED X RETENTION$$1 O OOO $ A WORKERS COMPENSATION 23LPS31967 12/31/2023 12/31/202 PEAT T X OTH- AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YIN N WA STOP GAP E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? 7. N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under E.L.DISEASE-POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS below A LEASED/RENTED EQ 23LIA31967 12/31/2023 12/3112024 $350,000 DED$1,000 B POLLUTION CPBE78426402 12/31/2023 12131/2024 $3,000,00013,000,000 B I PROFESSIONAL CPBE78426402 12/31/2023 12131/2024 $1,000,000/1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: 212th Water Treatment Facility-Filter Media Installation-Project No.W20118 City of Kent is named as an Additional Insured,per the attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S6782301/M6421215 TT00 This page has been left blank intentionally. ArAlaska National INSURANCE COMPANY CONTRACTORS'GENERAL LIABILITY ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Coverage afforded under this extension of coverage endorsement does not apply to any person or organization covered as an additional insured on any other endorsement now or hereafter attached to this Coverage Part. SCHEDULE OF COVERAGES ARE SUMMARIZED BELOW 1. Miscellaneous Additional Insureds 14. In Rem Actions 8 additional insured extensions. 1. MISCELLANEOUS ADDITIONAL INSUREDS Primary and Noncontributory Insurance Section II Who Is An Insured is amended to 2. Damage To Premises Rented to You include as an additional Insured any person or Limit increased to $500,000. organization described in Paragraphs 2.a. through 2.h. below whom you are required to add 3. Medical Payments as an additional insured on this policy under a Limits increased to $15,000. written contract or written agreement. However, Reporting period increased to three years from the written contract or written agreement must be: the date of accident. 1. Currently in effect or becoming effective 4. Non-owned Watercraft during the term of this policy; and Increased to 50 feet. 2. Executed prior to the "bodily injury", 5. Supplementary Payments "property damage" or"personal injury and Cost of bail bonds increased to$10,000. advertising injury", but Daily loss of earnings increased to$500. Only the following persons or organizations 6. Newly Formed Or Acquired Organizations are additional insureds under this Coverage extended to the end of the policy period endorsement and coverage provided to such or the next anniversary of this policy's effective additional insureds is limited as provided date. herein: 7. Liberalization Clause a. State or Governmental Agency or Subdivision or Political Subdivi- 8. Unintentional Failure To Disclose Hazards sions 9. Notice of Occurrence Any state or governmental agency or subdivision or political subdivision 10. Broad Knowledge of Occurrence that has issued a permit in connection with operations performed 11. Bodily Injury -Extension of Coverage by you or on your behalf and that you are required by any ordinance, law or 12. Expected Or Intended Injury building code to include as an Reasonable force - bodily injury or property additional insured on this coverage damage. part is an additional insured, but only with respect to liability for "bodily 13. Blanket Waiver of Subrogation injury", "property damage", "personal Waiver of subrogation where required by written and advertising injury" arising out of contract or written agreement. such operations. ANIC GL 1187 07 16 Page 1 of 6 Alaska National INSURANCE COMPANY The insurance provided to such state e. Owners or Other Interests From or political subdivision does not apply Whom Land Has Been Leased to any "bodily injury", "property damage" or"personal and advertising An owner or other interest from whom injury" arising out of operations land has been leased by you but only performed for that state or political with respect to liability arising out of subdivision. the ownership, maintenance or use of that specific part of the land leased to b. Controlling Interest you and subject to the following additional exclusions: Any persons or organizations with a controlling interest in you but only This insurance does not apply to: with respect to their liability arising out of: (1) Any "occurrence" which takes place after you cease to lease (1) Theirfinancial control of you, or that land; or (2) Premises they own, maintain or (2) Structural alterations, new con- control while you lease or occupy struction or demolition operations these premises. performed by or on behalf of such additional insured. This insurance does not apply to structural alterations, new construc- f. Co-owner of Insured Premises tion and demolition operations performed by or for such additional A co-owner of a premises co-owned insured. by you and covered under this insurance but only with respect to the c. Managers or Lessors of Premises co-owners liability as co-owner of such premises. A manager or lessor of premises but only with respect to liability arising out g. Lessor of Equipment of the ownership, maintenance or use of that specific part of the premises Any person or organization from leased to you and subject to the whom you lease equipment. Such following additional exclusions: person or organization is an additional insured only with respect to This insurance does not apply to: their liability for "bodily injury", "property damage" or "personal and (1) Any "occurrence" which takes Advertising injury" caused, in whole place after you cease to be a or in part, by your maintenance, oper- tenant in that premises; or ation or use of equipment leased to you by such person or organization. (2) Structural alterations, new con- A person's or organization's status as struction or demolition operations an additional insured under this performed by or on behalf of endorsement ends when their written such additional insured. contract or written agreement with d. Mortgagee,Assignee or Receiver you for such leased equipment ends. With respect to the insurance A mortgagee, assignee or receiver afforded these additional insureds, but only with respect to their liability the following additional exclusions as mortgagee, assignee, or receiver apply: and arising out of the ownership, maintenance, or use of a premises by This insurance does not apply: you. (1) To any "occurrence" which takes This insurance does not apply to place after the equipment lease structural alterations, new construc- expires; or tion or demolition operations performed by or for such additional insured. ANIC GL 1187 07 16 Page 2 of 6 AV Alaska National INSURANCE COMPANY (2) To "bodily injury", "property additional insured. However, damage", or "personal and even if coverage within the advertising injury" arising out of "products-completed operations the sole negligence of such hazard" is required by the written additional insured. contract, such coverage is available to the additional insured h. Owners, Lessees or Contractors only if the "bodily injury" or "property damage" occurs prior to (1) Such person or organization is an the end of the time period during additional insured for "bodily which you are required by the injury", "property damage" and written contract to provide such "personal and advertising injury" coverage or the expiration date of if, and only to the extent that, the the policy,whichever comes first. injury or damage is caused by negligent acts or omissions of Any insurance provided to an additional you or your subcontractor in the insured designated under Paragraphs 2.a. performance of "your work" to through 2.g. above does not apply to "bodily which the written contract injury' or "property damage" included within applies. This person or organi- the products-completed operations hazard." zation does not qualify as an additional insured with respect to Primary And Noncontributory Insurance injury or damage caused in whole or in part by independent The following is added to the Other Insurance negligent acts or omissions of Condition and supersedes any provision to the such person or organization. contrary: (2) However, this insurance does not This insurance is primary to and will not seek apply to "bodily injury', 'property contribution from any other insurance available to damage" or "personal and advertising injury" arising out of an additional insured under your policy provided an architect's, engineer's, or that: surveyor's rendering of or failure to render any professional (1) The additional insured is a services including: Named Insured under such other insurance; and i. the preparing, approving, or failing to prepare or approve (2) You have agreed in writing in a maps, drawings, opinions, contract or agreement that this reports, surveys, change insurance would be primary and orders, design or would not seek contribution from specifications; and any other insurance available to s p the additional insured. ii. supervisory, inspection, or Section III -Limits of Insurance, the following is engineering services. added: (3) The insurance provided to this With respect to the insurance afforded to the additional insured, does not additional insureds described in Paragraphs a. cover "bodily injury" or "property through h. above, the most we will pay on behalf damage" caused by your of such additional insured is the amount of negligent acts and omissions in the performance of "your work" insurance: that occurs within the "products- (1) Required by the contract or completed operations hazard", agreement; or unless the written contract contains a specific requirement (2) Available under the applicable that you procure completed Limits of Insurance shown in the operations coverage or coverage within the "products-completed Declarations; operations hazard" for the whichever is less. ANIC GL 1187 07 16 Page 3 of 6 Alaska National INSURANCE COMPANY This provision shall not increase the applicable 4. NON-OWNED WATERCRAFT Limits of Insurance shown in the Declaration. A. If endorsement CG 21 09, CG 21 10, CG 24 2. Damage To Premises Rented to You 50, or CG 24 51 is attached to the policy, Paragraph A. 2. g. (2) (b) is replaced by the SECTION III — LIMITS OF INSURANCE, following: Paragraph 6. is replaced by the following: (b) A watercraft that you do not 6. Subject to Paragraph 5. above, the own that is: Damage to Premises Rented to You Limit is the most we will pay under Coverage A (i) Less than 50 feet long: for damages because of "property and damage" to any one premises, while rented to you, or in the case of damage (ii) Not being used to carry by fire, while rented to you or temporarily persons or property for a occupied by you with permission of the charge. owner. B. If Paragraph A. does not apply, Paragraph g. If a limit is shown for Damage to Premises (2) of 2. EXCLUSION under SECTION I — Rented to You the most we will pay under COVERAGES, COVERAGE A — BODILY Coverage A for damages because or "property INJURY AND PROPERTY DAMAGE damage" to any one premises is the Limit shown LIABILITY is replaced by the following: in the Declarations or $500,000, whichever is greater. (2) A watercraft that you do not own that is: 3. MEDICAL PAYMENTS (a) Less than 50 feet long; and A. Section III —Limits of Insurance, Paragraph 7. is replaced by the following: (b) Not being used to carry persons or property for a 7. Subject to Paragraph 5. above the charge. Medical Expense Limit is the most we will pay under Coverage C for all medical 5. SUPPLEMENTARY PAYMENTS expenses because of "bodily injury" sustained by any one person. A. Under Section I -Supplementary Payments - Coverage A and B, Paragraph 1.b., the If a limit is shown for Medical Expense in limit of $250 shown for the cost of bail bonds the Declarations the most we will pay is replaced by$10,000; under Coverage C for all medical expenses because of "bodily injury" B. In Paragraph 1.d., the limit of$250 shown for sustained by any one person is the Limit daily loss of earnings is replaced by$500. shown in the Declarations or $15,000, whichever is greater. 6. NEWLY FORMED OR ACQUIRED ORGANIZATIONS B. This provision 5. (Medical Payments) does not apply if Section I - Coverage C Medical Paragraph 3.a. of Section 11 -Who Is An Insured Payments is excluded either by the is deleted and replaced by the following: provisions of the Coverage Part or by endorsement. Coverage under this provision is afforded only until the end of the policy period or the next C. Paragraph 1.a.(3)(b) of Section I -Coverage anniversary of this policy's effective date after you C - Medical Payments, is replaced by the acquire or form the organization, whichever is following: earlier. (b) The expenses are incurred and reported to us within three years of the date of the accident; and ANIC GL 1187 07 16 Page 4 of 6 Alaska National INSURANCE COMPANY 7. LIBERALIZATION CLAUSE 10. BROAD KNOWLEDGE OF OCCURRENCE If we adopt a change in our forms or rules which The following is added to Paragraph 2. of Section would broaden coverage for contractors under IV - Commercial General Liability Conditions - this endorsement without an additional premium Duties in The Event of Occurrence, Offense, charge, your policy will automatically provide the Claim or Suit: additional coverages as of the date the revision is effective in your state. You must give us or our authorized representative notice of an "occurrence", offense, claim, or"suit" 8. UNINTENTIONAL FAILURE TO DISCLOSE only when the "occurrence', offense, claim or HAZARDS "suit' is known to: SECTION IV — COMMERCIAL GENERAL (1) You, if you are an individual; LIABILITY CONDITIONS — Paragraph 6. — Representations is replaced by the following: (2) A partner, if you are a partnership; 6. Representations (3) An executive officer or the By accepting this policy, you agree: employee designated by you to give such notice, if you are a a. The statements in the Declarations are corporation; or accurate and complete; (4) A manager, if you are a limited b. Those statements are based upon liability company. representations you made to us; and 11. EXPANDED BODILY INJURY c. We have issued this policy in reliance Section V - Definitions, the definition of "bodily upon your representations. injury" is changed to read: The unintentional omission of, or "Bodily injury" means bodily injury, sickness or unintentional error in, any information you disease sustained by a person, including death, provided to us which we relied upon in humiliation, shock, mental anguish or mental issuing this policy will not prejudice your injury by that person at any time which results as rights under this insurance. However, this a consequence of the bodily injury, sickness or provision does not affect our right to collect disease. additional premium or to exercise our rights of cancellation or nonrenewal in accordance 12. EXPECTED OR INTENDED INJURY with applicable laws and regulations. Exclusion a. of Section I - Coverage A - Bodily 9. NOTICE OF OCCURRENCE Injury and Property Damage Liability is replaced by the following: The following is added to Paragraph 2. of Section IV - Commercial General Liability Conditions - a. "Bodily injury" or "property damage" Duties In The Event of Occurrence, Offense, expected or intended from the Claim or Suit: standpoint of the insured. This exclusion does not apply to "bodily Your rights under this Coverage Part will not be injury" or"property damage" resulting prejudiced if you fail to give us notice of an from the use of reasonable force to "occurrence", offense, claim or "suit" and that protect persons or property. failure is solely due to your reasonable belief that the "bodily injury" or "property damage" is not covered under this Coverage Part. However, you shall give written notice of this "occurrence", offense, claim or "suit" to us as soon as you are aware that this insurance may apply to such "occurrence", offense, claim or"suit." ANIC GL 1187 07 16 Page 5 of 6 Alaska National INSURANCE COMPANY 13. BLANKET WAIVER OF SUBROGATION However, this waiver applies only when you have agreed in writing to waive such rights of recovery The Transfer Of Rights Of Recovery Against in a contract or agreement, and only if the Others To Us Condition (Section IV - contract or agreement: Commercial General Liability Conditions) is amended by the addition of the following: 1. Is in effect or becomes effective during the term of this policy; and We waive any right of recovery we may have against any person or organization because of 2. Was executed prior to loss. payments we make for injury or damage arising out of: 14. IN REM ACTIONS 1. Your ongoing operations; or Any action in rem against any vessel owned, operated by or for, or chartered by or for you will 2. "Your work" included in the "products- be treated in the same manner as though the completed operations hazard." action were in personam against you. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By Includes copyrighted material of Insurance Services Office, Inc., with its permission ANIC GL 1187 07 16 Page 6 of 6 Alaska National INSURANCE COMPANY BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM Various provisions in this endorsement restrict SECTION IV — Business Auto Conditions, coverage. Read the entire policy carefully to Paragraph A. 5. — Transfer of Rights of Recovery determine rights, duties, and what is and is not Against Others To Us is amended to include: covered. 5. Transfer of Rights of Recovery Against Throughout this policy, the words "you" and "your" Others to Us refer to the Named Insured shown in the Declarations. The words"we", "us", and "our" refer to This condition does not apply to any the company providing this insurance. person(s) or organization(s) to the extent that subrogation against that person or Other words and phrases that appear in quotation organization is waived prior to the "accident" marks have special meaning. Refer to SECTION V— or the "loss" under a contract with that person DEFINITIONS in the Business Auto Coverage Form. or organization. The coverages provided by this endorsement apply SECTION II — COVERED AUTO LIABILITY per "accident" and, unless otherwise specified, are COVERAGE, Paragraph A.2.a. (2)— Supplementary subject to all of the terms, conditions, exclusions and Payments is replaced by the following: deductible provisions of the policy, to which it is attached. (2) Up to $10,000 for cost of bail bonds (including bonds for related traffic law SECTION II — COVERED AUTO LIABILITY violations) required because of an COVERAGE, Paragraph A.1. Who Is An Insured is "accident"we cover. We do not have amended to include: to furnish these bonds. d. Any "employee" of yours while operating SECTION II — COVERED AUTO LIABILITY an "auto" hired or rented under a COVERAGE, Paragraph A.2.a. (4)— Supplementary contract or agreement in an "employee's" Payments is replaced by the following: name, with your permission, while performing duties related to the conduct (4) All reasonable expenses incurred by of your business. the "insured" at our request, including actual loss of earnings up to $500 a e. Any person or organization for whom you day because of time off from work. have agreed in writing to provide insurance such as is afforded by this Coverage Form, but only with respect to liability arising out of the ownership, maintenance or use of"autos"covered by this policy. If such person or organization has other insurance then this insurance is primary to and we will not seek contribution from the other insurance. ANIC CA 1150 10 13 Page 1 of 4 Alaska National INSURANCE COMPANY c. "Loss" caused by falling objects or SECTION II — COVERED AUTO LIABILITY missiles. COVERAGE, Paragraph A.2.c. —Voluntary Property Damage is added as follows: However, you have the option of having glass breakage caused by a covered "auto's" c. Voluntary Property Damage collision or overturn considered a "loss" under Collision Coverage. At your written request, we may make a voluntary payment for Property Damage Glass Repair—Waiver of Deductible caused by an "insured", but without liability to a third party, up to $25,000. We No deductible applies to glass breakage, if will not make a Voluntary Property the glass is repaired rather than replaced. Damage payment to anyone who is an "insured" under this policy. SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph AA.a. — Transportation Expenses is SECTION III — PHYSICAL DAMAGE COVERAGE, replaced by the following: Paragraph A.2. —Towing is replaced by the following: a. Transportation Expenses Towing We will pay up to $200 per day to a We will pay up to $500 for towing and labor maximum of $1,500 for temporary costs incurred each time a covered "auto" transportation expense incurred by you that is a: because of the total theft of a covered "auto"that is a: a. Private passenger; b. Truck; (1) Private passenger; c. Pick-up truck; (2) Truck; d. Panel ; or (3) Pick-up truck; e. Van (4) Panel; or type vehicle under 20,000 lbs. of Gross (5) Van Vehicle Weight is disabled. However, the labor must be performed at place of type vehicle under 20,000 lbs. of Gross Vehicle Weight. We will pay only for disablement. those covered "autos"for which you carry SECTION III — PHYSICAL DAMAGE COVERAGE, either Comprehensive or Specified Paragraph A.3. — Glass Breakage — Hitting a Bird Causes of Loss Coverage. We will payfor temporary transportation expenses or Animal — Falling Objects or Missiles is replaced incurred during the period beginning 48 es by the following: hours after the theft and ending, Glass Breakage— Hitting a Bird or Animal regardless of the policy's expiration, when the covered "auto" is returned to —Falling Objects or Missiles use or we pay for its"loss". If you carry Comprehensive Coverage for the damaged covered "auto", we will pay the following under Comprehensive Coverage: a. Glass Breakage; b. "Loss" caused by hitting a bird or animal; and ANIC CA 1150 10 13 Page 2 of 4 Alaska National INSURANCE COMPANY (2) Specified Causes of Loss only if the SECTION III — PHYSICAL DAMAGE COVERAGE, Declarations indicate that Specified Paragraph AA.b. — Loss of Use Expenses is Causes of Loss Coverage is provided replaced by the following: for the"auto" withdrawn from service; or b. Loss of Use Expenses—Hired, Rented, (3) Collision only if the Declarations or Borrowed Automobiles indicate that Collision Coverage is provided for the "auto" withdrawn We will pay expenses for which an from service. "insured" becomes legally responsible to pay for loss of use of a vehicle hired, SECTION III — PHYSICAL DAMAGE COVERAGE, rented or borrowed without a driver under Paragraph AAA. — Airbag Coverage is added as a written rental contract or agreement. follows: We will pay for loss of use expenses, if caused by: d. Airbag Coverage (1) Other than Collision, only if the We will pay for the cost to repair, replace, Declarations indicate that or reset an airbag that inflates for any Comprehensive Coverage is provided reason other than as a result of a for the vehicle withdrawn from collision, if the Declarations indicate that service. the covered "auto" has Comprehensive Coverage or Specified Causes of Loss (2) Specified Causes of Loss only if the Coverage. Declarations indicate that Specified Causes of Loss Coverage is provided SECTION III — PHYSICAL DAMAGE COVERAGE, for the vehicle withdrawn from Paragraph AA.e. — Rental Reimbursement service. Coverage is added as follows: (3) Collision only if the Declarations e. Rental Reimbursement Coverage indicate that Collision Coverage is provided for the vehicle withdrawn We will pay up to $75 per day for rental from service. reimbursement expenses incurred by you for the rental of an "auto" because of However, the most we will pay for any "loss"to a covered "auto"that is a: expenses for loss of use is $200 per day, to a maximum of$1,500. (1) Private Passenger; SECTION III — PHYSICAL DAMAGE COVERAGE, (2) Truck; Paragraph AA.c. —Non-Transportation Loss of Use Expenses is added as follows: (3) Pick-up truck; c. Non-Transportation Loss of Use (4) Panel; or Expenses (5) Van We will pay up to $2,000 for non- transportation expense incurred by you, type vehicle under 20,000 lbs. of Gross because of "loss" to a covered "auto", if Vehicle Weight. Payment applies in caused by: addition to the otherwise applicable amount of each coverage you have on a (1) Other than Collision, only if the covered "auto". No deductibles apply to Declarations indicate that this coverage. Comprehensive Coverage is provided for the"auto"withdrawn from service; ANIC CA 1150 10 13 Page 3 of 4 Alaska National INSURANCE COMPANY (1) We will pay only for those expenses SECTION IV — BUSINESS AUTO CONDITIONS — incurred during the policy period Paragraph B.5.b. — Other Insurance is replaced by beginning 24 hours after the "loss" the following: and ending, regardless of the policy's expiration, with the lesser of the b. For Hired Auto Physical Damage following number of days: Coverage, the following are deemed to be covered "autos"you own: (a) The number of days reasonably required to repair or replace the (1) Any covered "auto" you lease, hire, covered "auto". rent, or borrow; and (b) 30 days. (2) Any covered "auto"" hired or rented by your "employee" under a contract (2) This coverage does not apply while in that individual "employee's" name, there are spare or reserve "autos" with your permission, while available to you for your operations. performing duties related to the conduct of your business. (3) The Rental Reimbursement Coverage described above does not However, any "auto" that is leased, hired, apply to a covered "auto" that is rented or borrowed with a driver is not a described or designated as a covered covered "auto". "auto" on Rental Reimbursement Coverage Form CA 99 23. SECTION V — DEFINITIONS — Paragraph C. — SECTION IV — BUSINESS AUTO CONDITIONS — "Bodily injury" is replaced by the following: Paragraph B.2. — Concealment, Misrepresentation Or Fraud is amended by adding Unintentional Failure C. "Bodily injury" means bodily injury, sickness or to Disclose Hazards at the end of Paragraph B.2. as disease sustained by a person including death or follows: mental anguish resulting from any of these. Mental anguish means any type of mental or Unintentional Failure to Disclose Hazards emotional illness or disease If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Form because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By © Insurance Services Office, Inc., 2009 ANIC CA 1150 10 13 Page 4 of 4 Ar ,Alaska National DESIGNATED CONSTRUCTION PROJECT(S)GENERAL AGGREGATE LIMIT THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): All Projects. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section I — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents Construction Project General Aggregate Limit under Section I — Coverage C, which can be for that designated construction project. Such attributed only to ongoing operations at a single payments shall not reduce the General designated construction project shown in the Aggregate Limit shown in the Declarations nor Schedule above: shall they reduce any other Designated 1. A separate Designated Construction Project Construction Project General Aggregate Limit General Aggregate Limit applies to each for any other designated construction project designated construction project, and that limit shown in the Schedule above. is equal to the amount of the General 4. The limits shown in the Declarations for Each Aggregate Limit shown in the Declarations. Occurrence, Damage To Premises Rented To 2. The Designated Construction Project General You and Medical Expense continue to apply. Aggregate Limit is the most we will pay for the However, instead of being subject to the sum of all damages under Coverage A, except General Aggregate Limit shown in the damages because of "bodily injury" or Declarations, such limits will be subject to the "property damage" included in the "products- applicable Designated Construction Project completed operations hazard", and for medical General Aggregate Limit. expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". CG 25 03 05 09 Page 1 of 2 AV Alaska National INSURANCE COMPANY B. For all sums which the insured becomes legally C. When coverage for liability arising out of the obligated to pay as damages caused by "products-completed operations hazard" is "occurrences" under Section I — Coverage A, and provided, any payments for damages because of for all medical expenses caused by accidents "bodily injury"or"property damage" included in the under Section I — Coverage C, which cannot be "products-completed operations hazard" will attributed only to ongoing operations at a single reduce the Products-completed Operations designated construction project shown in the Aggregate Limit, and not reduce the General Schedule above: Aggregate Limit nor the Designated Construction 1. Any payments made under Coverage A for Project General Aggregate Limit. damages or under Coverage C for medical D. If the applicable designated construction project expenses shall reduce the amount available has been abandoned, delayed, or abandoned and under the General Aggregate Limit or the then restarted, or if the authorized contracting Products-completed Operations Aggregate parties deviate from plans, blueprints, designs, Limit, whichever is applicable; and specifications or timetables, the project will still be 2. Such payments shall not reduce any deemed to be the same construction project. Designated Construction Project General E. The provisions of Section III — Limits Of Insurance Aggregate Limit. not otherwise modified by this endorsement shall continue to apply as stipulated. This endorsement changes the policy to which it is attached and, unless otherwise stated, is effective on the date issued at 12:01 A.M. standard time at your mailing address shown in the policy. The information below is required only when this endorsement is issued subsequent to commencement of the policy. Endorsement Effective Policy No. Insured Endorsement No. Countersigned By © Insurance Services Office, Inc., 2008 CG 25 03 05 09 Page 2 of 2 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 ................ 1-12 1-08 Prosecution and Progress ................................................ 1-17 1-09 Measurement and Payment ............................................. 1-22 1-10 Temporary Traffic Control ............................................... 1-23 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-33 Filter Media Replacement - New Section ............................ 8-1 SITE SPECIFIC INFORMATION........................................................ A-1 PREVAILING WAGE RATES.............................................................. A-2 Project/Engineer: 212th Water Treatment Facility/Araucto June 10, 2024 Project Number: W20118 KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and Project/Engineer: 2121h Water Treatment Facility/Araucto 1 - 1 June 10, 2024 Project Number: W20118 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 Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 2 June 10, 2024 Project Number: W20118 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 https://www.kentwa.gov/pay-and-apply/bids-procurement-rfps; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADDING 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 1-02.7IS 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 Project/Engineer: 212th Water Treatment Facility/Araucto 1 - 3 June 10, 2024 Project Number: W20118 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 Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: Project/Engineer: 212t" Water Treatment Facility/Araucto 1 - 4 June 10, 2024 Project Number: W20118 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 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 5 June 10, 2024 Project Number: W20118 proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: Project/Engineer: 212th Water Treatment Facility/Araucto 1 - 6 June 10, 2024 Project Number: W20118 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7IS 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, Project/Engineer: 212th Water Treatment Facility/Araucto 1 - 7 June 10, 2024 Project Number: W20118 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 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the Contract. Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 8 June 10, 2024 Project Number: W20118 SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH; 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2022 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power Project/Engineer: 2121h Water Treatment Facility/Araucto 1 - 9 June 10, 2024 Project Number: W20118 The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 10 June 10, 2024 Project Number: W20118 Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. Project/Engineer: 212"' Water Treatment Facility/Araucto 1 - 11 June 10, 2024 Project Number: W20118 The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 12 June 10, 2024 Project Number: W20118 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 Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 13 June 10, 2024 Project Number: W20118 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 TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 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 Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 14 June 10, 2024 Project Number: W20118 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) TanaivaAnderson@lumen.com Aaron Cantrel@comcast.com Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Gary Bradley 253-395-6926 253-234-6302 425-559-4647 (cell) Gary.Bradley@pse.com Glenn.Helton@pse.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: Project/Engineer: 2121h Water Treatment Facility/Araucto 1 - 15 June 10, 2024 Project Number: W20118 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall perform the following: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer, in writing, a minimum of 14 days prior to beginning a lane closure that requires a detour. 3. The Contractor shall furnish and install PCMS boards to provide advance notification of any lane closures seven (7) calendar days prior to the closure. Sign locations, and messages, shall be coordinated with the Engineer. 4. Contractor shall maintain a minimum four foot wide ADA compliant accessible pedestrian facility during construction or, with prior approval of the Engineer, establish a pedestrian detour. 5. Unless otherwise noted, driveways shall remain open at all times. Contractor shall coordinate their work schedule with the property owners to determine the best time to partially close driveway access to perform their work. 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. Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 16 June 10, 2024 Project Number: W20118 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 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. Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 17 June 10, 2024 Project Number: W20118 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 City will issue multiple Notice to Proceed letters. A limited Notice to Proceed will be issued following contract execution. This limited Notice to Proceed will be for the procurement of and delivery of filter materials. The City anticipates issuance of a separate Notice to Proceed for the performance of the remaining work after October 1st, 2024. 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. 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. Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 18 June 10, 2024 Project Number: W20118 Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Project/Engineer: 212t" Water Treatment Facility/Araucto 1 - 19 June 10, 2024 Project Number: W20118 Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 20 June 10, 2024 Project Number: W20118 permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.9 Notice to Proceed, Prosecution and Hours of Work Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD = 0.15*C / T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 21 June 10, 2024 Project Number: W20118 overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 22 June 10, 2024 Project Number: W20118 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. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 23 June 10, 2024 Project Number: W20118 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item 'Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor Project/Engineer: 212t" Water Treatment Facility/Araucto 1 - 24 June 10, 2024 Project Number: W20118 duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price for "Traffic Safety Drum" per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Transportable Attenuator" per each shall be full pay for furnishing a truck with transportable attenuator attached, transporting the transportable attenuator to and from the project, and when the transportable attenuator is in use but not manned. The unit contract price for "Operation of Transportable Attenuator" per day shall be full pay for each hour the transportable attenuator is manned and operated. All costs for repairing or replacing transportable attenuators damaged by the motoring public will be paid for by force account as specified in Project/Engineer: 212t" Water Treatment Facility/Araucto 1 - 25 June 10, 2024 Project Number: W20118 Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for `Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. The unit contract price for "Type III Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". The unit contract price for "Temporary Barrier" per linear foot will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barriers to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor." All costs for providing, repairing or replacing temporary (static) "Impact Attenuator" damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for temporary "Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Impact Attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project Project/Engineer: 2121' Water Treatment Facility/Araucto 1 - 26 June 10, 2024 Project Number: W20118 consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. Project/Engineer: 212"' Water Treatment Facility/Araucto 1 - 27 June 10, 2024 Project Number: W20118 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-33 FILTER MEDIA REPLACEMENT — NEW SECTION 8-33.1 Description This work consists of furnishing, installing, and preparing for use, the filter media in filter vessel #2 of the City's water treatment plant located at 9001 S 212t" St Kent, Washington. The existing vessel #2 has been emptied of all filter media; drain and air scour lines have also been removed. Replacement drain and air scour lines will be supplied and installed by the City of Kent Water Department Staff. 8-33.2 Materials The Contractor shall furnish GreensandplusTM, anthracite filter media, and the gravel support bed. All filter media shall be the product of a company experienced in the production of media for water treatment filtration. Filter media and support gravel shall be certified as suitable for contact with or treatment of drinking water by an accredited certification organization in accordance with ANSI/NSF Standard 61. Materials, testing, shipment, placement, and preparation of the filters for service shall conform to the latest revision of ANSI/AWWA 13100 and ANSI/AWWA B102 except as modified herein. Filter Gravel: A support bed consisting of several layers of graded gravel shall be incorporated in the bottom of the filter with the largest sized gravel loaded into the filter first and the succeeding smaller sizes placed on top. The lower layer shall be filled to the midpoint of the bottom (underdrain) lateral. The upper layer of gravel shall be filled to the midpoint of the upper (air scour) lateral. The filter gravel shall consist of hard, rounded stones. It shall possess sufficient strength and hardness to resist degradation during handling and use. No more than 2% by dry weight of the gravel shall be flat and elongated to the extent that the longest dimension exceeds five times the minimum thickness at the approximate midpoint. No more than 25% by dry weight of the gravel shall have more than one fractured face. The filter gravel shall have a saturated-surface-dry specific gravity of not less than 2.6. The filter gravel shall be visibly free of clay, shale, lime, iron, or organic impurities. Project/Engineer: 212t" Water Treatment Facility/Araucto 8-1 June 10, 2024 Project Number: W20118 The gravel shall be graded to uniformly disperse backwash water across the entire filter are without channeling or excessive wall upflow velocities. The filter gravel gradations and layer thicknesses shown in the following table are recommended. In no case shall the filter gravel be less than 18 inches deep. Layer Graduation Layer Thickness F-9 Sand 1.3 - 1.4 MM 3.0 inches # 4 Mesh - # 8 Mesh 3.0 inches 3/8" - 3/16" 3.0 inches 3/4" - 3/8" 3.0 inches 1-1/2" - 3/4" 6.0 inches GreensandPlusTM: The middle layer shall be a minimum finished thickness of 15 inches of greensand. The greensand supplied shall be GreensandPlusTM. This product provides the necessary iron and manganese removal with additional hydrogen sulfide removal. A minimum of one additional inch of greensand shall be supplied to compensate for losses during backwash and skimming of fines. The greensand shall consist of hard, durable, generally spherical, and dense grains of silica sand that will resist degradation during handling and use and shall be capable of maintaining its manganese dioxide coating. No more than 2% of the GreensandPlusTM shall be flat or elongated as defined as the longest axis exceeds the shortest axis by a ratio of 5. The greensand shall be visibly free of clay, dust, and micaceous or organic matter. The greensand media to be furnished shall meet the following specifications. Specific Gravity (Dry) 2.35 to 2.5 Effective Size 0.3 to 0.35 mm Uniformity Coefficient <1.6 Effective size and uniformity coefficient is determined after scraping. Anthracite: The top layer shall be a minimum finished thickness of 21 inches of hard coal anthracite. Project/Engineer: 2121' Water Treatment Facility/Araucto 8-2 June 10, 2024 Project Number: W20118 A minimum of one additional inch of anthracite shall be supplied to compensate for losses during backwash and skimming of fines. Anthracite shall consist of hard, durable No. 1 grade, anthracite coal particles of various sizes. Blending of non-anthracite material is not acceptable. Anthracite shall be visibly free of clay, shale, and other extraneous debris. The anthracite media to be furnished shall meet the following specifications. Specific Gravity (Dry) 1.60 f 0.5 Effective Size 0.6 - 0.8 mm Uniformity Coefficient <1.6 Acid Solubility <5% Hardness >3 (on Mohs' scale) 8-33.3 Construction Requirements 8-33.3(1) General The project is located in an active treatment plant. Security of the site is maintained and contractor access to the site must be coordinated with the Contracting Agency. Only City of Kent Water Department Staff can operate and perform system startup, wash ing/backwashing, disinfection, and media conditioning. The Contracting Agency will provide water during wash ing/backwashing operations. The Contractor will coordinate with Kent Water Department Staff when these operations are needed to be performed. The Contractor shall be responsible for furnishing, coordinating, installing, and testing the filter media and shall furnish all equipment required to complete filter performance tests described herein. The Contractor will coordinate with and allow the City Staff to install replacement under drain and air scour laterals. 8-33.3(2) Reference Standards a. American National Standards Institute (ANSI) b. American Water Works Association (AWWA) C. National Sanitation Foundation (NSF) 8-33.3(3) Submittals 8-33.3(3)A Pre-shipment Verification: The following information shall be provided, for approval by the Contracting Agency, and prior to material delivery. Provide recent lot laboratory analyses results to demonstrate that materials to be supplied are in compliance with the physical properties and specifications described herein. Project/Engineer: 212th Water Treatment Facility/Araucto 8-3 June 10, 2024 Project Number: W20118 Laboratory verification analyses results of the actual lots being supplied shall be provided for Contracting Agency approval. Test report shall include a statement certifying that the samples were taken from the materials to be furnished for this project. Sample results shall receive favorable review from the Contracting Agency prior to shipment. Complete descriptive data as described in ANSI/AWWA B100 for gravel shall include, but not be limited to, the following: • name of manufacturer • date of sampling • lot number identification • sieve analyses • apparent density • physical characteristics listed in the specifications. Complete descriptive data as described in ANSI/AWWA B100 and ANSI/AWWA B102 for GreensandplusT"' shall include, but not be limited to, the following: • name of manufacturer • date of sampling • lot number identification • effective size • apparent density • specific gravity • uniform coefficient Complete descriptive data as described in ANSI/AWWA B100 for anthracite shall include, but not be limited to, the following: • name of manufacturer • date of sampling • lot number identification • effective size • specific gravity • uniform coefficient • acid solubility • hardness (Moh's Scale) 8-33.3(4) Delivery Filter media and support gravel shall be shipped double bagged in one cubic foot sealed bags on pallets or 1,000 to 2,000 lb sealed supersacks. The content of each bag or sack must be clearly marked on the exterior. Bulk shipment is not allowed. Wash and screen all anthracite, GreensandplusTM, and support gravel prior to shipment. Filter materials shall be transported and delivered in a careful manner to prevent physical damage to the particles. Project/Engineer: 212"' Water Treatment Facility/Araucto 8-4 June 10, 2024 Project Number: W20118 Filter materials shall be kept clean. If material cannot be placed immediately into the filter, the materials shall be stored on a clean, hard, dry surface and covered at the project site to prevent contamination. Materials shipped in bags or semibulk containers shall be covered with a durable opaque material to block sunlight and to provide protection from weather. Bags and semibulk containers shall be stored on pallets or dunnage. Each size and type of filter material shall be stored separately. Storage inside the facility will not be allowed. The City will be given the opportunity to inspect and determine compliance of all delivered materials prior to installation. 8-33.3(4)A Delivered Material Documentation: Materials delivered shall be accompanied with certifications and affidavits that the anthracite, GreensandPlusT11, and gravel support bed meet ANSI/NSF Standard 61 - Drinking Water System Components, applicable provisions of ANSI/AWWA B100(latest version) and these specifications. 8-33.3(5) Filter Vessel Preparation The Contractor shall ensure no debris, dirt, dust, and any other foreign substance are inside the filter vessel prior to media installation. Before any filter material is placed, the filter vessel shall be thoroughly cleaned per AWWA C653. The filter shall be kept clean throughout placement and startup operations. This cleaning must be favorably reviewed by the Contracting Agency prior to beginning placement of the filter media. The Contractor shall allow for time for the City of Kent Water Department Staff to install the underdrain system and air scour laterals. The underdrain system and air scour laterals must be checked by the Contractor to ensure they are level, undamaged, and complete. All deficiencies shall be reported to the Contracting Agency for corrective action. Before any filter materials are placed, the Contractor shall mark the top elevation of each layer, as well as 1 inch above the top elevation of the greensand and anthracite layers. Contractor shall protect the filter media from contamination. Under no circumstance shall materials be removed from the bags or sacks before placement in the filter, except for sampling. Any filter material that becomes contaminated by contact with dirt or any other foreign substance shall be removed from the project site and replaced. 8-33.3(6) Placing Filter Media The Contractor shall take measures to prevent contamination from entering the filter vessel during media installation. The Contractor shall take measures to control dust during media installation. Project/Engineer: 212t" Water Treatment Facility/Araucto 8-5 June 10, 2024 Project Number: W20118 The Contractor shall place the bottom layer of gravel carefully to avoid damaging the underdrain system. Any damage caused by the Contractor's activities shall be repaired at the Contractor's expense. Each layer shall be completed before the layer above is started. Each layer of filter material shall be deposited in a uniform thickness with the top surface screeded and brought to a level plane. The Contractor shall take care when depositing each layer as not to damage the quality or integrity of the material or to disturb the level surface of the layer beneath. The Contractor shall not stand or walk directly on the support gravel or filter media. The Contractor shall provide plywood boards to be used as a place to stand on without displacing the media. Filter material may be placed in the filter by means of a tremie system, chute, conveyor, or scattering the media directly from the bags. Materials may be placed dry by using a chute or conveyer to discharge the materials onto a platform within the filter from which they may be distributed with a hand shovel. Alternately, GreensandPlusTm and anthracite may be placed in the filter hydraulically by an ejector or a pump without an impeller, and then backwashing for leveling. Vertical dropping of the material into filters is unacceptable, as it may damage the material and internal piping. Pneumatic placement of the filter media is not allowed. The elevation of the top surface of each layer shall be checked by filling the filter with water to the level line previously marked on the inside of the filter. To avoid disturbing the layer, water shall be introduced from the bottom of the filter (i.e., backwash mode). After all filter gravel is placed and before any greensand or anthracite is placed, the filter must be washed. Any gravel that becomes disturbed by the wash shall be removed and replaced with clean material of the proper type and size. After the gravel support bed is set, place the GreensandPlusTM to the required thickness plus the additional 1 inch. Backwash the filter at least three times then scrape or skim the top 1 inch of material to remove fines. Perform additional backwashing and scraping/skimming to remove leftover fines. Add additional GreensandPlusTM to bring the material to the desired level. After the GreensandPlusTM layer is set, place the anthracite to the required thickness plus the additional 1 inch. Backwash the filter at least three times then scrape or skim the top 1 inch of material to remove fines. Perform additional backwashing and scraping/skimming to remove leftover fines. Add additional anthracite to bring the material to the desired level. Project/Engineer: 212t" Water Treatment Facility/Araucto 8-6 June 10, 2024 Project Number: W20118 Any filter material that becomes dirty, contaminated, or mixed with another material shall be removed and replaced with clean material of the proper type. The Contractor will be responsible for cleanup of all material spills that may occur during the transfer operation. 8-33.3(7) Preparing Filter Media for Service After all filter materials have been placed, the filter shall be filled with water to saturate the entire bed. The bed shall be allowed to stand for a period specified by the Supplier and/or the Contracting Agency. The period shall not be less than 12 hours if the bed has been installed dry or allowed to stand d ry. The Contracting Agency will perform a filter wash in accordance with ANSI/AWWA B100. Irregularities in the filter media surface elevation greater than 1 inch after washing shall be considered excessive and indicative of a non-uniform flow. Correct any deficiencies until a uniform flow condition is obtained. Following washing, the Contractor shall partially drain the filter and a layer of fine material approximately 3/16 inch thick shall be removed from the surface by scraping. The scraping operation shall be repeated as many times as necessary to remove virtually all material passing a No. 50 sieve and to remove all flat particles. The filter shall be washed at least three times between scrapings. Each wash shall be at least 5 minutes in duration and shall be at a rate sufficient to cause 40 percent bed expansion. After all scraping operations are complete, additional material shall be added as necessary to bring the top surface of the filter to the finished elevation. 8-33.3(8) In-Place Filter Media Sampling and Testing The Contractor shall be responsible for sampling the filter media following media preparation. The Contractor shall supply core samples for the in-place media sampling. Composite samples shall be collected from the filters following media preparation. Composite samples of each type of filter media (anthracite and greensand) shall be collected in accordance with ANSI/AWWA B100. One composite sample of each filter media type shall be sent to a certified laboratory for testing. In-place sampling and analysis report for GreensandplusTM shall, at a minimum, consist of the following information as described in ANSI/AWWA B100, and referenced above in section 8-33.3(3)A: Specific gravity (dry), Effective size, Uniformity coefficient Project/Engineer: 2121' Water Treatment Facility/Araucto 8-7 June 10, 2024 Project Number: W20118 In-place sampling and analysis report for anthracite shall, at a minimum, consist of the following information as described in ANSI/AWWA 13100, and referenced above in section 8-33.3(3)A: Specific gravity (dry), Effective size, Uniformity coefficient, Acid solubility, Hardness (Mohs' Scale) The Contractor shall measure media depth and replace any media lost during the startup and performance test period. 8-33.3(9) Filter Disinfection, Bacteriological Sampling, and Greensand Conditioning After media installation and before the filter is placed in service, the entire filter shall be disinfected, and the greensand shall be conditioned by chlorination. The Contractor shall have a personel on site with technical expertise in media conditioning that will direct the conditioning activity. After all the filter media installation is complete, the entire filter vessel up to the maximum water level shall be disinfected by the Contractor in accordance with ANSI/AWWA C653. The Contractor shall submit in writing its disinfection plan for City of Kent review and approval. Sufficient chrlorine shall be usesd to produce a chlorine residual of at least 25 mg/L throughout the filter. The chlorinated water shall be allowed to stand in the filter for at least 12 hours. At the end of the 12- hour contact time, the chlorinated water shall be tested to determine the amount of free chlorine residual. If the free residual is less than 15 mg/L, the chlorination process shall be repeated. Sufficient tests should be made both from the top and bottom of the filter vessel (and at intermediate points if feasible) to ensure the residual readings measure the lowest chlorine level existing in the unit at the end of the contact period. If satisfactory chlorine residuals are obtained after the chlorine contact period, the filter shall be run to waste or backwashed thoroughly to remove the highly chlorinated water. After disinfection procedure is completed, two or more samples shall be taken from the filter not less than 30 minutes apart and shall be tested for presence of total coliform bacteria in accordance with Section 9221, 9222, or 9223 of the Standard Methods for the Examination of Water and Wastewater. If non of the samples show the presence of total coliform bacteria, the filter may be deemed usable. If any of the samples show the presence of total coliform bacteria, one of the following procedures shall be followed. 1. Take repeat samples at least 24 hours apart until consecutive samples do not show the presence of total coliform bacteria. 2. Chrorinate the filter and resample. Project/Engineer: 2121' Water Treatment Facility/Araucto 8-8 June 10, 2024 Project Number: W20118 The City shall not accept the project until the filter produces water that meets state and federal drinking standards. Disinfection will be per ANSI/AWWA C653. 8-33.3(10) Performance Testing The Contractor shall furnish all equipment required to complete the filter performance tests. The Contractor shall measure media depth and replace any media lost during the startup and performance test period. 8-33.3(11) Site Cleanup Upon completion of all work, the Contractor shall make a detailed inspection of all work. The Contractor shall remove all surplus materials and rubbish. The Contractor shall repair all damage caused by the Contractor's activity and shall leave the premises in a clean and orderly condition. Site cleanup and restoration will be accomplished to the satisfaction of the Contracting Agency prior to demobilization. 8-33.3(12) Shop Drawing After installation, submit updated shop drawings of the filters with sufficient data to show that the materials conform to these specifications including: size and location of layers and pertinent manufacturer's data. 8-33.4 Measurement No measurement will be made for the lump sum items Filter Media Installation. 8-33.5 Payment The lump sum contract price for "Filter Media Installation" shall be considered full compensation for all labor, equipment, tools, water, power, and materials necessary to complete the work as specified, which shall include: Procurement of filter media, installing the filter media, testing, coordination of work for underdrain system and air scour laterals installation, site restoration and cleanup, and all other Work as specified herein. Project/Engineer: 212"' Water Treatment Facility/Araucto 8-9 June 10, 2024 Project Number: W20118 SITE SPECIFIC INFORMATION (Project Location Map and Vicinity Map, Forklift Route inside the building, Possible staging area, filter media load, exterior and interior photos of the facility, interior photos of the filter vessel) Project/Engineer: 2121' Water Treatment Facility/Araucto A-1 June 10, 2024 Project Number: W20118 Alr4w 4M . .fir.. %4 ti Oh- ., t" loop i •. • 44 AMP Air IF 41t lilt IR Ar j �•' *' '"fit t s „ " ♦ '� • r �, • t� a Ilse + ' •fir MEDIA QUANTITY TYPE SIZE VOL CU.FT CONC. LEAN 260 NO, I 1 1/2X3/4 115 NO,2 3 4X3/8 72 NO.3 3/8X3-/16 75 NO.4 #4X#B 76 F-9 1 .3-1 .4•MM 79 GR.SAND ,3—,35fVM 400 ANTR. .6—,8W 575 NOTE : FILL NO , I GRAVEL TO N MIDPOINT OF BOTTOM LATERAL , FILL F-9 SAND TO MIDPOINT OF AIR LATERAL . A I R SCOUR LATERALS 21 " ANTHRACITE 15" GREENSAND 3" F-9 SAND 3" NO.4 GRAVEL EFFLUENT LATERALS 3" NO.3 GRAVEL 3" NO.2 GRAVEL 6" NO, I GRAVEL CONCRETE FILL -� DESCR(PTIOtd BY APPV. NORTHWEST FILTER CO . DRN.®Y Osie CITY OF KENT � 2604 345 UPLAND DR . :::: ::::: ::::: ::: -.... °"� ��2 GREENSAND FILTERS SHEET s T U KW I L A WA . 9 818 �`SCALE A MEDIA LOAD REV. 9 PREVAILING WAGE RATES Project/Engineer: 212"' Water Treatment Facility/Araucto A - 2 June 10, 2024 Project Number: W20118 6/10/24,9:18 AM 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: 06/25/2024 County Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1C View King Brick Mason Journey Level $69.07 7E 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 41J View Mastic King Cement Masons Application of all Epoxy $72.37 15J 41J View Material King Cement Masons Application of all Plastic $72.87 15J 4U View Material King Cement Masons Application of Sealing $72.37 15J 41J View Compound King Cement Masons Application of Underlayment $72.87 15J 4U View King Cement Masons Building General $72.37 15J 41J View King Cement Masons Composition or Kalman Floors $72.87 15J 41J View King Cement Masons Concrete Paving $72.37 15J 4U View King Cement Masons Curb Et Gutter Machine $72.87 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 4U View King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank 1/18 6/10/24,9:18 AM about:blank King Cement Masons Floor Grinding $72.87 15.1 4U View King Cement Masons Floor Grinding/Polisher $72.37 15J 41.1 View King Cement Masons Green Concrete Saw, self- $72.87 15.1 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 41.1 View King Cement Masons Gunite Nozzleman $72.87 15.1 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 15.1 4U View King Cement Masons Pneumatic Power Tools $72.87 15J 41.1 View King Cement Masons Power Chipping Et Brushing $72.87 15.1 4U View King Cement Masons Sand Blasting Architectural $72.87 15.1 4U View Finish King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View ' King Cement Masons Spackling or Skim Coat $72.37 15.1 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 15.1 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 15.1 4C View King Divers Et Tenders Diver $129.71 15.1 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15.1 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 15.1 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 15.1 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 6/10/24,9:18 AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15.1 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15.1 4C View King Divers Et Tenders Remote Operated Vehicle $80.82 15.1 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 11 S 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 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 6/10/24,9:18 AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R View Products Work Only King Fence Erectors Fence Erector $50.07 15J 11 P 8Y View King Fence Erectors Fence Laborer $50.07 15.1 11 P 8Y View King Flaggers Journey Level $50.07 15J 11 P 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 lip 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 6/10/24,9:18 AM 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 15.1 lip 8Y View King Laborers Demolition: Wrecking Et 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 Et 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 15.1 lip 8Y View King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J lip 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J 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 6/10/24,9:18 AM about:blank King Laborers Maintenance Person $59.07 15J 11 P 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 lip 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 lip 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 lip 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J lip 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 Et 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 6/10/24,9:18 AM about:blank King Laborers Track Liner (Power) $60.15 15.1 11 P 8Y View King Laborers Traffic Control Laborer $53.54 15J 11 P 9C View King Laborers Traffic Control Supervisor $56.73 15.1 11 P 9C View King Laborers Truck Spotter $59.07 15.1 11 P 8Y View King Laborers Tugger Operator $60.15 15J lip 8Y View King Laborers Tunnel Work-Compressed Air $175.79 15.1 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 lip 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15.1 lip 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J lip 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 15.1 lip 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 15.1 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 15.1 lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15.1 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 11S 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 6/10/24,9:18 AM 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 11J 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 6/10/24,9:18 AM 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 15J 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 6/10/24,9:18 AM 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 Et 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 BeRman $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 Et 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 6/10/24,9:18 AM 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 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 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, Farmall 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 6/10/24,9:18 AM 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 Et 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 Et 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 Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $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 Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) about:blank 12/18 6/10/24,9:18 AM 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 Et 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 6/10/24,9:18 AM 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 Et 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 Et 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 Et 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 Et 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 6/10/24,9:18 AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15.1 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15.1 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15.1 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15.1 11G 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 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15.1 11G 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 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15.1 11G 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 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 6/10/24,9:18 AM 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 Et 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 6/10/24,9:18 AM 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 4.1 View King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4.1 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 4.1 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 4J 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 4.1 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 4.1 View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4.1 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 Et 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 15.1 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 6/10/24,9:18 AM 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 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 15.1 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View King Truck Drivers Dump Truck $74.02 15.1 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 15.1 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 3/20/2024) 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 3/20/2024) Overtime Codes Continued 1. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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 3/20/2024) Overtime Codes Continued 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage C. On Monday through Friday, the first four(4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday, the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess 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'/z)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 3/20/2024) 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 3/20/2024) 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. Overtime Codes Continued 11. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am,Monday through Friday,shall be paid at a premium rate of 15%over the hourly rate of wage. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. E. The first two(2)hours after eight(8)regular hours Monday through Friday,the first ten(10)hours on Saturday, and the first ten(10)hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday,and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 6 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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. 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 3/20/2024) Overtime Codes Continued 11. M. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established.On a four(4)day ten(10)hour workweek scheduled Monday through Thursday,or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2) times the straight time rate,(except for special shifts or multiple shift operations).When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate.When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm,then a special shift may be worked at the straight time rate,plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight(8)hours work for eight(8)hours pay or ten(10)hours work for ten(10)hours pay for four ten shifts. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay. All work performed after 6:00 pm Saturday to 5:00 am Monday,all work performed over twelve(12)hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required,all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars($2.00)per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight(8)hours on Saturday shall be paid double the straight time rate,except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. O. All work performed on Saturdays,Sundays,and Holidays shall be paid at one and one half(1-1/2)times the straight time rate of pay. 8 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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 3/20/2024) 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). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents' Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, And Christmas Day(7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 101Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). 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 3/20/2024) 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. 121Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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. 131Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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. 141Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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 101'to 150'-$3.00 per foot for each foot over 101 feet. Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300'- $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600'-$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work:When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium:Basic hourly rate plus$2.00 per hour.When due to conditions beyond the control of the Employer or when an owner(not acting as a contractor),a government agency or the contract specifications require that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 151Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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. 161Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) 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. 171Page