Loading...
HomeMy WebLinkAboutPK07-008 - Original - All Around Fence Company - Russell Rd Park Emergency Backstop Repair - 03/20/2007 Records Management KENT Document This is to be completed by fhe Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: 14ro 6aY1W 7IF47GG &7-71 `r Contract Number: This is assigned by Mary Simmons Vendor Number. 3 35 3 9 I Project Name: Ifu-Sell Contract Effective Date: Contract Termination Date: 31,27/D 7 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: c�� �� Department: �" I-e1zAlw1AI% l Abstract: ADCL7832 07/02 KENT Wns Mi u<,,c n PUBLIC WORKS AGREEMENT between City of Kent and All-Around Fence Company THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and All-Around Fence Company organized under the laws of the State of Washington, located and doing business at PO Box 1029, Ravensdale, Washington 98051-8101 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Contractor to provide labor, materials and equipment necessary in order to complete the emergency backstop repairs, caused by winter storms, at Russell Road Park as described in the Contractor's proposal dated 3/8/07 attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by March 27, 2007. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Thirty-one Thousand, Five Hundred Dollars and NO/100ths ($31,500.00), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60 28 RCW, whichever is later. PUBLIC WORKS AGREEMENT- I (Over$10K, under$50K, and Performance Bond) z B. Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60 28 RCW, whichever is later The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement, and extra work and materials furnished without the City's written approval If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take PUBLIC WORKS AGREEMENT-2 (Over$10K, under$50K,, and Performance Bond) possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction VI. PREVAILING WAGES. Contractor shall file a"Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39 12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims,below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction. instruction, interpretation, or determination by the City,the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT-3 (Over$1OK, under$50K, and Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information M 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination) IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction PUBLIC WORKS AGREEMENT-4 (Over S10K, under$50K, and Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's 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 Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. PUBLIC WORKS AGREEMENT-5 (Over$IOK, under$50K, and Performance Bond) B Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AGREEMENT-6 (Over$IOK, under$50K, and Performance Bond) IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRAC CITY OF KE-NTs- B B Y Y (signature) (signature) Print Name: Ron Daeley Print N e: uzette Cooke Its Owner Its Mayor (Title) DATE: 7 le DATE. �- q�O�- DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ron Dagley Brian Saw, Project Manager All-Around Fence Company Kent Parks, Recreation & Community Services PO Box 1029 220 Fourth Avenue South Ravensdale, WA 98051-8101 Kent, WA 98032-5895 (253) 863-4895 (telephone) (253) 856-5126(telephone) (253) 863-0704 (facsimile) (253) 856-6120 (facsimile) APPROVED AS TO FORM: fe t Law e rnent Russell Road Park Emergency Backstop Repairs PUBLIC WORKS AGREEMENT-7 (Over$7OK, under$50K, and Performance Bond) e : DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, 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 questions 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 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. I 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above By signing below, I agree to fulfill the five requirements referenced above. Dated this 9 day of MGLrC 4 , 2007. By: For: _!C)g �'Dq le j Title: 1 Y-e' t, f b, L Date: &-q-O&:I- EEO COMPLIANCE DOCUMENTS- 1 CITY OF KENT ADMINISTRATIVE POLICY ` b NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES- April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity 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. 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 assume 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. EEO COMPLIANCE DOCUMENTS-2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement I, the undersigned, a duly represented agent of All-Around Fence Company hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Russell Road Park Emergency Backstop Repairs that was entered into on the (date) , between the firm I represent and the City of Kent I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 2007. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS -3 �13/08;2'007 10:22 25385bG120 FARkS K,1HTENA 41 E r-Auc u` EXHIBIT A ,ALL AROUND FENCE COMPANY PO Box 1029 Ravensdale, WA 98051-8101 P-253-863-4895 or F-253-863-0704 To: City of Kent, ]Parks Dept. Re: Esdmate for Russell Road Park, Kent WA The City of Kent its to provide Drivable access for Drill Rig, Lift, Boom Truck and Concrete Truck, etc, Also the City of Kent is to have someone available to make to onsite decisions about irrigation, electrical, etc. All Around Fence Company will supply labor and materials as needed per Specs using old materials as possible, adding top g foot with 2x11x8 foot tall Crain Link. For a price of S31,500.00 plus any applicable sales tax. Should you have any questions or comments, please feel free to contact me ,r7i #206-793-5%6. Thank you, Ron Datgley EXHIBIT B 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 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 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises,operations, independent contractors and personal injury and advertising injury The City shall be named as an insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City 3. Excess Liability insurance covering both the Commercial General Liability and Automobile policies 4. 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. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit 3. Excess Liability insurance shall be written with limits no less than $1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above 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 marl,return receipt requested, has been given to the City EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 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 F. Acceptability of Insurers Insurance is to be placed with insurers with a current A M Best rating of not less than A VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor ••c State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 w*,eweew*,two►w*,wwr,e�w,ew**,r**,rr,rr*aw«w**wir,taa,.,r+������*��:«�������:+*,eye*,ter,e:*,traw,r+rw,r*,�r:,e+.*ww,r�x**v,�w,e,rw*,erx,ew�ww,r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41 33 1M 51D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $4131 1M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 51D PILEDRIVERS DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $4140 1M 51D SHINGLER $4140 1M 51D STATIONARY POWER SAW OPERATOR $4140 1M 51D STATIONARY WOODWORKING TOOLS $4140 1M 51D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $8575 1M 5D 8A DIVER TENDER $4422 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 8L LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 51D 81- DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 } KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $5053 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $48 75 ID 5A JOURNEY LEVEL(TUNNEL) $52 30 ID 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3592 4A 5A HEAD GROUNDPERSON $37 68 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $3788 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS JOURNEY LEVEL S42 41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1 M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1 K 5B COOK $31 90 1 K 5B DECKHAND $3159 1K 5B ENGINEER/DECKHAND $3437 1K 5B MATE,LAUNCH OPERATOR $36 02 11 5B Page 2 KING COUNTY Effective 03-03-07 •*.«*,r**«*xrt,rr,*,r*x,r.:,rw**r*«,tx«**w*****«x:rxx+**.�:+:x«*:rx***xr,r*«,r*r***+*r****�******«xx,r*,rr*,r*xwwa,r*****+r*+** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $9 73 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $1278 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEYLEVEL $41 27 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 50 BALLAST REGULATOR MACHINE $3436 1M 5D BATCH WEIGHMAN $2968 1M 5D BRUSH CUTTER $3436 1M 5D BRUSH HOG FEEDER $3436 1M 5D BURNERS $3436 1M 5D CARPENTER TENDER $3436 1M 5D CASSION WORKER $3520 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1 M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 1M 5D CHUCK TENDER $3436 1M 5D CLEAN-UP LABORER $3436 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1M 5D CONCRETE FORM STRIPPER $3436 1M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 1M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1 M 5D DRILL OPERATOR,AIRTRAC $3520 1 M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1M 5D construction debris cleanup) FINE GRADERS ` $3436 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER $3436 1M 5D GABION BASKET BUILDER $3436 1M 5D GENERAL LABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1 M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35 20 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $35 20 1M 5D HOD CARRIER/MORTARMAN $3484 1M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 1 M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1M 5D MINER $35 20 1 M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1 M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 5D PILOT CAR $29 68 1 M 5D PIPE POT TENDER $34 B4 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $35 20 1 M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1 M 5D POWDERMAN $35 20 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 1M 5D RAILROAD SPIKE PULLER(POWER) $3484 1M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1 M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1 M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1 M 5D TOOLROOM MAN(AT JOB SITE) $3436 1 M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 1 M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1 M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 5D PIPE LAYER $34 84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEY LEVEL $41 23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YO&UNDER) $42 35 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1M 5D 8L BACKHOES, (OVER 75 HP) $42 35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1M 5D 8L ` BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $39 57 1M 5D 8L BROOMS $39 57 1M 5D 8L BUMP CUTTER $42 35 1M 5D 8L CABLEWAYS $42 84 1M 5D 8L CHIPPER $4235 1M 5D 8L COMPRESSORS $3957 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1M 5D 8L CONCRETE PUMPS $41 93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D 8L CONVEYORS $4193 1M 5D BL Page 5 'i KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1M 5D 8L CRANES 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING $42 84 1M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1M 5D 8L WITH ATTACHMENTS) CRANES 200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1 M 5D 8L CRANES OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1 M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1 M 50 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1M 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT BASE TO BOOM $43 39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT BASE TO BOOM $43 96 1M 5D 8L CRUSHERS $4235 1M 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1M 5D 8L GUARDRAIL PUNCH $42 35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1M 5D BL LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1M 5D BL LOADERS,OVERHEAD(8 YD&OVER) $43 39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $42 35 1M 5D BL LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1M 5D 8L MIXERS,ASPHALT PLANT $42 35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1M 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 •t KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1M 5D 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 iM 5D BL ROTO-MILL,ROTO-GRINDER $42 35 1M 5D BL SAWS CONCRETE $4193 1M 5D BL SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1 M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1 M 5D BL TRACTORS (75 HP&UNDER) $41 93 1 M 5D BL TRACTORS,(OVER 75 HP) $42 35 1M 5D BL TRANSFER MATERIAL SERVICE MACHINE $42 35 1 M 5D BL TRANSPORTERS ALL TRACK OR TRUCK TYPE $42 84 1 M 5D BL TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1M 5D BL TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $3957 1M 5D BL YO YO PAY DOZER $42 35 1 M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $5301 1G 5A RESIDENTIAL BRICK&MARBLE MASONS JOURNEY LEVEL $27 05 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 ' . KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 76 1B 5C RESIDENTIAL TERRAZZOrrILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 IIR 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 2B 5A HOLE DIGGERIGROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 s KING COUNTY Effective 03-03-07 •**+**+�x*,tw.**«*****«*r*:r+**r***�*a*,e,+********,r*******���x��+�x,+«*r*r«*r+****t«*,r************t*+r�x.x*«x**x***r** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 26 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 26 5A TELEVISION GROUND PERSON $15 96 26 5A TELEVISION LINEPERSON/INSTALLER $21 17 2B 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 113 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 11K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 .j AGORD., CERTIFICATE OF LIABILITY INSURANCE /17/200' PRODUCER (425)483-8822 FAx (425)483-4002 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Neville & Neville Insurance HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 18311 Bothell-Everett Hwy ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Suite 180 M.illcreek WA 98012-5241 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA UMIALIK INSURANCE COMPANY All Around Fence Co INSURER B UNITRIN P & C INSURANCE Ron Dagley dba INSURER 29032 SE 226th Street INSURER Ma le Valley WA 98038 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD'L POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDIYY) DATE(MM/DD/YY) LIMITS A GENERAL LIABILITY SMP-03-6832 12/01/2006 12/01/2007 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED 100 000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence CLAIMS MADE F_x] OCCUR MED EXP(Any one person) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEIT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 X POLICY JECOT LOC B AUTOMOBILE LIABILITY PCFICA7822759 06/19/2006 06/19/2007 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ X SCHEDULEDAUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTYDAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHERTHAN EAACC $ AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ $ DEDUCTIBLE $ RETENTION $ $ A KOWAY MAX W( SMP-03-6832 12/01/2006 12/01/2007 rRr LIMITS Y ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE E L EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED STOP GAP E L DISEASE-EA EMPLOYEE$ 1,000,000 If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ 2 r 000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS RE: RUSSELL ROAD PARK FIELD 1 & 2, BACK STOP FENCING CITY OF KENT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSURED, IF REQUIRED IN A WRITTEN CONTRACT WITH THE NAMED INSURED, PER FORM CG2033 (07/04)), COPY ATTACHED CERTIFICATE HOLDER CANCELLATION (253) 856-6050 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF KENT EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Attn: Joan Broom 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT 220 4TH AVE S KENT, WA 98032 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIV , Angela Nelson vWA ACORD 25(2001/08) ©ACORD CORPORATION 1988 INS025(008)06 AMS VMP Mortgage Solutions,Inc(800)327-0545 Page 5 d 2 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to S. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the following additional exclu- ganization for whom you are performing opera- sions apply: tions when you and such person or organization This insurance does not apply to: have agreed in writing in a contract or agreement that such person or organization be added as an 1. "Bodily injury", "property damage" or"personal additional insured on your policy. Such person or and advertising injury" arising out of the ren- organization is an additional insured only with re- dering of, or the failure to render, any profes- spect to liahility for"bodily injury", "property dam- sional architectural, engineering or surveying age" or "personal and advertising injury" caused, services, including: in whole or in part, by: a. The preparing, approving, or fading to 1. Your acts or omissions;or prepare or approve, maps, shop drawings, 2. The acts or omissions of those acting on your opinions, reports, surveys, field orders, behalf; change orders or drawings and specifica- tions;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities A person's or organization's status as an addi- 2. "Bodily injury" or "property damage" occurring tional insured under this endorsement ends when after your operations for that additional insured are completed. a. All work, including materials, parts or equipment fumished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed;or b. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcon- tractor engaged in performing operations for a principal as a part of the same project Please be advised; The attached is an excerpt from the referenced insurance policy. Terms, exclusions and limitations elsewhere in the policy may affect the coverage provided. An insurance policy must be read in its entirety to determine coverage. CG 20 33 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 f] PERFORMANCE BOND Bond# LC4516 TO CM OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersicned, A11 Around Fence Co , as Principal, and Contractor 's Bonding & a Corporation or SuIFe Propnetarshlo organized and existing under the taws of the State of Washington as a Surety Corporation and qual0ed under the laws of the Stag of Vvashirngton to become Surety upor, bonds of Contractors with Miunic.pal Corp-ira`rons, as Surety, are Jointly and severally held ana Firmly bound to the Cr Y OF KEPT in the penal sum of $ 34, 272.00 for the payment of which sum on demand we bird ourse'ves and our successors, heirs, admiristrators or pe•scnal represertatives, as the case may be. This obligation is entered into in Pursuance of the statutes of the State cf Vdashmgtor and th? ordinances of the CITY Or-KENT. Dated this 14th dayof March 2007. Nevertheless, the conditions of Id-le above obiigation are such that: WHEREAS, the said Principal has accepted, or is about to accept, the said contract providing for Russell Road Perm Backstop Ernerqency 8enairs in Kent, L*dashinatan which contract is referred to herein and is made a part he-pof as though attached hereto; and undertake to perform the work thereii provided for in the manner and within the time set fc rth: NOW, THEREFORE, for non FHWA projects only if the :31' around Fence -Ciall faithru'ly perform all the provisiors of saki contract n the manner and within the tnic- herein set forth, or witnfn such extensions of tirr,e as nay oe granted under the said contract, and shall pay all laborers, mechanics, subcontractors and ,material rien, and ail persons who shall supply said Principa, or subcontractors witt: provisons and supplies for the carrynng on of said work and shall indemnify ana hold the CITY. OF KEN—Iharmless from any damage or expense by reason of fa;lure of pe-formance as specified in sa,d contract or fron defects appear ng er developing in the material or workmanstrip provided or performed under said contract withjn a period of one year after its acceatance thereof ty the CM OF KENT, t-zen and in that event this obligation shall be void; bvt otherwise it shall be and remain in full fo-ce and effect. Z d 30N3d olJnaaY I-ia gzi n< be sl J1201 -A - -- - - - M-Kl=J nNlrn^wv --H do >n ,n ni 's',v IN WITNESS WHEREOF, the above bounden parties have executed this instrument urcer their serrate Seals this 14_,rday ofuarch , 2C071 the name and corporate seal of each corporate pare hereto affixed, and these presents duly signed ay its uncersigned representatives pursuart to authority of its governing b3dy. PRINCIPAL, SURETY: d� BY, Rona d Dagley By, Angnla K 'Selsgi Signal 5i�a_red -- TTfLE: Gwner /: A ttorney-n-Fact DATE: �� '�'_�' _DATE: 3/14/07 ADDRESS: _PG iqi_b29 ADDRESS: ' 213 _ Vg!12v S_t.�_ T?2+fnn.qda._ P . i4A 98f7 )7 Seattle, WA 981D9 City, State Zip City, State, Zip CXVPORATE SEAL: TWO 1AITMESSES: (For Pr,ncipa"s s:gnature) Ati Signature Signature (Print Name) _ (Print Name) cd 9CVM99-SSZ 3oNa� QNftoNy 111+ aZCCI LC £: ,eyv nel - - wn��-c nn_ro7 a'\41,a nNine)Nv -,v d0'_,Prj 1r) '=4L AB,IV CERTIFICATE AS TO CORPORATE SEAL (for Bond) I hereby certify that Y am the (Assistant) Secretary of the Corporation or Sole Prcorietorship named as r'rnc pal in the within Bond; that .' +n -J Px�I whc signed -ha said bond an behalf cf_OLL {tr?Jc�rr� � the Prrtdpai of said Corooratta-r or So'e Proprietorship; that I know hrs,'her signature thereto is genuine, and that said Bond was duly ssgred, sealer, and attested for and in behdlf of said Corporajon by author ty of its governing body. SIGNED. BY: (Its SECRETARY or ASSISTANT SECRETARY) Print Name DATE: �j a tyDLU£99£5Z a�nraa nAinnvN -rho car ni in �1 i +nin.crn_ma rJ=� (INML HV V dg,EC, jo 9i xe,%i L?Wrrr-D''Clot a o %Y CrINTR?C TORS DONDING AND I}SURATaC3 COWANN N RMC-MI81-H()NJ ti F'Jk THE t30ND i)PSCk12CD ANT:UP TO THE ANIOUNI SET FdJP_TE#llv TdISl4',AIl'ED PO`y'ER OP AT 19p tir`l 4L:Y ERa.SUKE t4;LL 4 01R T H'S PO A'l;it,Of Al4RNk.Y IF YOU[[AVE ANY QUFSTIC)Ns ADOUT OR ik'ANT TO',r:Rlr°Y TH[S F'J11'PR OF ATTOPI+hY CALL COIv CRAC':'7R5 A(I?\f_INO 414G I.*ta'LKi,ty CE C'Oh(PANY 7 GLI.FREk,Al ',9rhJ)765 221E i PenaiS urn,S_L3_,5000) AtiomeyNo VL.60 Power Number.fY mil EondNo •L[%t81E _— ItrutcdPnwerof AnnrnevExpi-es _fLL+7trt'7 _ Da e ,,pproved _ ➢f14,1U67 — Pppioscdby --Sicnaturu � ' ?dattae of P•usrir a; ALL TP.OL'ND FFACE CO. _,_______.� _•._ Name of_Vtgee: CITY OF k1;NI Dcscnp*an<(s) RUSSPLL ROAD PAR}.AACKSTGP EMERCENCY riZTAMS l.r+aaticn(ifa itcahte) NA � i YNOW ALL MEN BY THESE?RFSE;`TS That CON;'RACTOlt3 FONDIN0 AND L'_'SUFLA INC E CONIPANY,a otirpora+ion July erganizo,'a-,a etrs,iag U.dtt Ile laws o.die State a:Wivliinzjton and hai ing its principal office it.Scatcle,King County: milirgtor does b)these p-esents inpke, :i_uettwfe and ap onnt .',N,OLLA K-NFLSOi,OF ti41 f LEI. WA its tr�ie z,•td lsccfid At,c;cev-strFa.t,w�ta'tYull�:a'_ru r1 e,stfi-on?y'l-,eiehy i�ei`r.7^.d u;t s tvM1tnC,PI2�xxi 6tead,Ci e7ceeuk,aclaa�4�,r a:w definer thr hond(e)and'or o3ur rterdC1131thzretudescri, daby'.'elandtobirdtl-cCon€veyf,meb,asfulryandtohe=r-reetite»tastfe�dtsurhb l,or;,L•y dammen�stnc�oetul &xreto was spiedtrythePct= ,'tuc- w.Iedwtf:;hecoWrate_cv[(,ftheC;orvma and duly aR.�-iaoby,tSecrvtiir�,nenen'rati6rg and oiriitrw at the said Mxtrcy Ir.- iL-rmu(ecriit miser Send�o mattertt„wade+r.dzrmdb5 theaulr_tiyoftherc�liuwtngrcvluhnnsajt>rrecihycwBarcot mn:of Cgh"1RACPORS1K)NMr ,nkZC):tSLP.ANCEr( )OMPAM^t _n Sop c-ttle'r[02:01 RESOLVED 1 w 11x ChtefFxecw,•e 0-1crr,Piev&M Chief F"trarmal OdfittT,Secsew.r}•ormy VicePrasidentef axe f ompnny s auC,a2od tc appoint Atr,meps-In-Fact for and onbenalfof the Cam} .7yimthin:po%er aid auduntvtoFigonbeliaifoftric= m�}lhoses�utyhrardscruI cfluety�si>:c Ahi&: Myfm-nt,n.etnameberippty edLrytheChcfExj_:ueveOfhcr-r,fhssdLatC'hr_fFe•Lr;3ullhii;,er,Se ruvaranx✓ut?trsidartafdw rnsstekc, ho,vfr-.ec trot n.-,r.:temrr-yy{�n-Fxt t el!be e+ahnrt vi+o cex. st:d(zhvet 3nY Lund c+resrdet�3aog tl>,itshall c}rltg4c the t.om�+atry for azy p icn rf .e pira€ dervofinzxceaofStS,ODt;,CO(t,andpmvidzt.',fwJxrr,Litnor.wmev-h•-Fact shall hzvethe,uAcrrytoreuea bid orptcp_•aabamlferw µ'o)rcf%ik if he cti:=c.rsav,,xded,arry'i.,oru:dct,m, wmidberetart'stirTthuFcMa€MlInrec:ccofi,5,-W.fX: AnA7emey-?a-Fact mew also beauthoruxdtyFz),xsof znyecntvsrtxciXhaxoa2NT7 ni skdatltrssadbotdarundsr dmgr pmeM s ntlecdy liemc1 idzxbuinnd;e.rl:edCo n:rntomt,vbhmgaartey htwe yoirrrcpoan ny;tist t-mAa sismofa.lewltmionr, d_jiu�,bwd cr iple[fll3N P.FS ILVED I'UR-P-ER that e&lt Po s erofAoam.y rilmt set forth the,iwik,kx pslor of t€te sarety bend or uridatekrtgin which r aprlreh r)rc namz of the pnr c+p:>F,c e Liar fie of the nbhaoe,the FF�,a!;wn,file Mud aarnlicr(excgx fyr a bd'oord whgctlias�s ny rntin�er;_h- da�a g ntiniozc cfthc A',-AwL rlr-Fact,arts leweaahnEnvnt+eofAxPowerofAcome"-TheAttomey-In-Factsraliw;€eauLonzedtocWig=Ccxrpcnr,rarsur baulCaard.mkutgspcicff:u'n:hePm%yr � Atorney t m.luduig any cr rs:nts or ortxr J yzunents tncn:e•xil w Liz rutty bend orundetslan¢)fa mote than tre pt.-At scut epoc ified a L,e Pos'erof Arun,icy t2ES0LvTDYUKTIPIERthardie h'efEaecluteOff iCa.AMS&ncCilkfrtnatetal08rer,Sxear�wa yLc:Yes,dattoiheCan:ten} se ths_=x Gv tdbl�l a ye,fhc er xtcpen date for fire nrer'y:A:of xy and to arod Sy ti'at date mnn Sufic o tine as L'tr t hrr-f"Fx x,mw C•SSa7,R.std S a Lef Fiiancial OYtcen Seererar�a All, Vt,c tc�,decu:t:re LAm•i:e;v,renis rr�essnry'r:h�s�.er+=�e2�srncor,he app:icaike cxp,ruS,x. &ter,u>tx cicarly to forthman•dinrrtrnFo�s,Y4ic+mey- RrSOLVED FIJRTtiz?,tLx u,ptesaos nsoh3aona by the Berard of Directors autt"izzig tlie Qocf&=ave CIE=,Prcsident,Ch.-f FviAm,di Officer,Seteary-)r any Vice Pte,-idcn.of t}.c Com=r)'to,r,,oust Atcmc}'s•lu-Far.for am m lrhvfcr.-tx CompAny itrr_ain in futi force grid e7za,ant diaz if a Pcwerof Atortr baw oa.xhirps:ree,solltw,i>a=-bdnaband4orervr,pple a bid ton, 4,and avofAuomeybasedonmed-erEcirdofDiw-isnso'upon:c3ttacrxidtoarlLlierho-difr arnand Myrite•rh val,aity c,fciLrcr Power ofAtromey or Bord. RE�;XVED FURTHER that dens LJWLd pc A,m of-Atrocy ontaarvng this led the for_gang ir4okmons and the sirynat i c4 of the President,Srem-xy,and itptw.y Publae,WY-1 the cotporAM a•ANytary real&Wi,:_ungnanv t ax g:re and,store.'.and cn,smtled cim miscall ,and rnaeli r a=in pnr Eta form onF)r i-recipwiit's fix n,aclanc Ibis fax pri-�ilnrvhrdpowvorAoomeyaoasneutrnd the sryamresaidw13appinrig nond:refomarcAn 141al,bed--niio*,aiscia,'re_yiacis RESOLVED IURTfER that fit Wear v xla cwletiges Lie applicant'u>.ofthe Flecmilio Sigpati=in G&W and Nad.)ml Commmce Act,m din;L ma:td P-Av cf Atafine%arilthattrte$1SMtwv*of the Prt',i& rt Sear}andNotary Pubfc and the xrrpocaot,ane Notarys�ls cara app •g on any m+Lum. N of tnmeycontartatg lzsaricrhi:fm-gouigragoliruo,xsaswei€ss dxLttmtcc€PPn;vxofAaom_yitsetfand its t'arivassimmay M,erravbrcry ,,•struicorcdi=7e 8c(elamntcrn elxno-mechatrealtratsirasstonor+tprcxhrlton,and any car.hLmi:tadP, snN ofAtcnn}snali'bed=nctiann,i pia linaIr:,p . I:dalrtNESSW HE?L-OFCOMRAC FORS BOi4DIN431 AND INS[,iv,,N•: COAIPAN\ hascarscdthisprnz; nWtoDesigedb> Der S[s�g��CaCjxiaescl tolx}xtt;a7.11�xei9,'9�2y1+Y. :y''dli:.00� G� ti/s CONrMACTORS fYJ[wDM3 kYD INSLRANC:F.COMPANY i r y ` 5- L 4 rt'M1+ - S'CATE()FtVASfiENG ON_C jU Mr0FMCj Cln 919!20 -'.acrscnally a�pesez DON S i R.KTN b me know it to ae he reoresentaw,e ofthe corperatton that,,A=ired the forego ntt Lcnited ?ewer of A„,nice and n. vowled,�ed sa,e Luni'cd Powe-of Attorney to be hcc and vcluntary•act and cced said carpcuatior, fen di-ise_and put}a„9ca tt ere:r mop:-tonui,a�,d n•i ostii,rated thu'he es avt acnxtc to zxec stc trz;tie Limited Powe-of d4ltorn zy ^'. WIP RSS Wf 1ERbOF,I gave he,-euna,s,.,my❑ind and affixed my offikAal real r'ie day and year fast atnve written MN i Notary Public in and for the at Sc3wc: T;.e undeisig-ied acang under outliority of Lie Board at Directors of CONTRACTORS 13:INDiNG AND INSURANCE COMPANY.hereby ceriftcs,as or in lieu of C^r[tfieate of the uecre:ary ofCOrJTRACTORS BONDf�tG %ND INSLJRANCE COMPANY,that the ahave and fCmp4ne_t<a 5rll,tric and correct,opy of L'ie Dngmal Power of Anor,.:, i�socd by<a,d C';mpa,y,Tic does hereby further,ern=y tiuii he;aid powtil nT Anofney is ctrii in foree and effca GIVEN tiode-,ry hand.at Seattle WA this 14,^ day o, ��__._ ���•,..._ _R.Kirk Eland,Secretary A t(D52D4r) d+ .,.nin_nnn_(n7 W%P4 rimnm4v -riv dQL,Fft in c)L few