Loading...
HomeMy WebLinkAboutPK07-028 - Original - WM Dickson Company - Naden Avenue Demolition - 924 W Meeker St - 02/06/2007 R Records Man,agernent, KENT _ Document yA 5„,„G TG„ CONTRACT COVER SHEET This is to be completed by the 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: w,(4 0,4-g1110��- Contract Number: PIrO? 0 IS - This is assigned by Mary Simmons Vendor Number: 3!�1744 Project Name: IVL-k i Contract Effective Date: Contract Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Department: Abstract: ADCL7832 07/02 • KENT ✓�M1II IN 6 TD I. PUBLIC WORKS AGREEMENT between City of Kent and WM Dickson Company THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and WM Dickson Company organized under the laws of the State of Washington, located and doing business at 3315 South Pine Washington 98409-5793hereinafter the Street, W g "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 t o d emolish and remove all s tructures at a s ingle f amity d welling i dentified a s 9 24 West Meeker Street part of the Naden Avenue Assemblage in Kent, Washington Cost includes the removal of all associated foundations and walkways, capping of utilities and disposal of all materials at an approved landfill or recycler as described in the Contractor's proposal dated January 17, 2007 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 perfonned. 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, the Contractor shall complete the work described in Section I within thirty(30) days. 111. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Nine Thousand, Four Hundred Dollars and NO/100ths ($9,400 00), plus any applicable Washington State Sales Tax, for the w ork and s ervices c ontemplated i n t his Agreement The C ity sh all p ay t he C ontractor fifty p ercent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement A. No Performance Bond. Because this contract, including applicable sales tax, is less than $25,000, and pursuant to Chapter 39 08 RCW, the Contractor, in lieu of providing the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount 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 PUBLIC WORKS AGREEMENT- 1 (Over$1OK, under$25K, and No Performance Bond) Labor &Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later B 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. C. 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 perfonnance 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 possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. PUBLIC WORKS AGREEMENT-2 (Over$IOK, under$25K, and No Performance Bond) 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 Laboi and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the perfornance 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, i ndirect and c onsequential c osts, i neluding costs o f delays related to any work, either c ov Bred o r 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 clams 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 I 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. A. Notice of Claim Provide a signed written notice of claim that provides the following information. PUBLIC WORKS AGREEMENT-3 (Over$1OK, under$25K, and No Performance Bond) I 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 clammed 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 payineut 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 wananty 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 Contactor does not accomplish the corrections within a reasonable time as determned 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$10K, undez $25K, and No Pe7formance 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-contiactoi 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 12, 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 (Oven $10K, tinder$25K, and No 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 Agieement 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$1OK, under$25K, and No Performance Bond) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: ByIV4-24 By (signatau e) (5 tgnahII e) Pant me: Jason Roosa Print a uzette Cooke 2 Its Principal Its Mayor (Title) ,tle) DATE: 1 I_ p�j— DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: II Jason Roosa Perry Brooks, Project Manager WM Dickson Company Kent Parks, Recreation & Community Services 3315 South Pine Street 220 Fourth Avenue South Tacoma, WA 98409-5793 Kent, WA 98032-5895 (253) 472-4489 (telephone) (253) 472-4521 (facsimile) (253) 856-5114 (telephone) (253) 856-6050 (facsimile) AP OVED AS TO FORM: ent aw Dep rt nt Naden Avenue Demolition 924 West Meeker Street PUBLIC WORKS AGREEMENT-7 (Over$IOK, under$25K, and No Peaforntance Bond) 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 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 day of ���.�/ 12007. By: For: C-4vr.1 C?. Title �,ui� IM,r. Cj Date: IzrJD�- EEO COMPLIANCE DOCUMENTS- I CITY OF KENT ADMINISTRATIVE POLICY 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 S 10,000 or more within any given year, must take the following affinnative 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 Or 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 WM Dickson Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Naden Avenue Assemblage Demolition 924 West Meeker Street 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 12 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 AV li 1.'�? 4' FN 4''JvI�K� !,uC N'j ccc4 . EXHIBIT A $315 South Pine Street a t253)472-4439 FAA(253)472-4521 Tacoma JVA 98409-5T93 Genera[GQntra^.ier5 - Rea *VVMDICC`108J7 PROPOSAL AND ACCEPTANCE NAME: FmoxEN9 (253)856-5114Tji7TU City of Kent FAX Na 253 856-6056 17,2007 AMZNVOM- .FOBN"Z. Perry Brooks House Demo&Asbestos Abatement ADDRESS, JOB LOCAVON: 220 Fourth Avwnue South 924 West Meeker Street Kent,'WA 98032 Kent,WA 98032 We kereb sa&arils eci cations and estimates or: The Wm, Dickson Co. proposes to remove and dispose of the single family dwelling located at the,abode named location for the LUMP SUM:$9,400.00 included with this proposal is the complete removal&disposal of the structures including all associated foundations and walkways,capping of utilities,PSCAA Pennit,City of Kent Demo Permit,asbestos abatement(to limits identified within MTH Survey),prevailing wages,bond and disposal of all materials at an approved landfill of recycler.Site will be left with a neat, clean,rough-graded appearance upon completion_ Excluded from this proposal is hazardous materials abatement(excludmg asbestos),underground storage tank removal,re-routing of utilities,import if fill,hydro-seeding,salvage for others or SEPA review fees. *Please note that there 4 a ten day waiting period far the required PSCAA permit Me hereby propose tofurnish material and labor-camplae by accordance udth above specijtcadow,for the base bid suns Nine Thousand Four Hundred DWI=and 00/100(S9AW-00) _ Suymant wdl bt arJofrowa: AW 30 dayrs pig4 WWS.&T.28.8% nAM.Whfuu=u W FMOA V"*W k WVWW @y 4dlma hwbsld WK QWaaCa MMq-M en psMdnin mndrt pvgiom A,pa@@eln nt/s+Wlla1}am alvn axn4+wrF -dapvnw ,0W&d)Abg M leawyd,MA ll"'I"FWA&V �1en .MvdvLwale mnVAMftWupw�M0ftkd Md.W Waaeaa eav 5 femmdvzy M.Ns F.0 W,UM an%0144d rt Vwmge ,0,W Kr..a.mva� &r.*- np—.r-rr--p-vnl,it,conT,vmAiox n w.ero dfYralerMdareamtllfAuam El�mimio �nurFa 41t p,..a.x.`xnzaxmas AUTpIEA:.CLV�i"'h,my s.�.,�ai�vl�n:Yta ara['sa ar ydW aOand P 's Co'e cw :J aou. AutNP/lReu•SY�tawrr! Tkie 7asog Roosa,Estimator ' ter 'Mis may be withdmimr us if not ed wi hhT 1) days Accepl"C*ofY tihe@bowpricer,speca8cafi @wd wUsfactmywdmebertby¢4Cepodi Yo@a!'Ctttrh4rizedtoSo'hC 9'Mk 7s 5QESlfttd Pay :wi;y pe ma4e s:ouLned akw 'r Sigwnhrrr. DadtajAarftvnre. J 'An Emel Oaooewft E meloW EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against clamps 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 pioviding equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liabilitv 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 Liabilitv 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 S 1,000,000 per occurrence in excess of both the CGL and Auto Liability policies cited above EXHIBIT B (Continued) 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 nained 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 toots,machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, supplieis 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 Rnslc 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 AN IL 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 EXHIBIT B (Continued) 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 Client#: 12189 D IIICKWILL2 TDATE I20 VYY)ACORU CERTIFppCATE OF ■ BILITY INSURANCE 051150, PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bratrud Middleton Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Brokers,Inc.-Tac General HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 1201 Pacific Ave, Suite 1000 Tacoma,WA 98402 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Travelers Indemnity Company Wm.Dickson Co. INSURERB EVANSTON INSURANCE COMPANY 3315 S Pine St INSURERC Navigators Insurance Co. Tacoma, WA 98409 INSURER D 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 ORCCLIDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDIT10143 OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS LTR NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE MFFECTY OATS EXPIRATION A GENERAL LIABILITY DTC0325D5727TCT06 03/21/06 03121/07 EACH OCCURRENCE $1000000 VX :WP: MERCIAL GENERALLIABILRY DAMAGE TO RENTED $300 DDD PREMISE 5 Ea occurr nce CLAIMS MADE ®OCCUR MED EXP(Any one Persoi) $5 000 Ded 25,000 PERSONAL B ADV INJURY $1 00D 000 A Stop Gap GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMITAPPLIES PER PRODUCTS-COMP/OP AGG S2 000 000 POLICY FX PRO LOC JECT A AUTOMOBILE LIABILITY DT81032505727TCT06 03/21106 03/21/07 COMBINED SINGLE LIMIT DDD$1, X ANY AUTO (Ea amdent) ,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per Person) X HIRED AUTOS BODILY INJURY $ X NON-0WNED AUTOS (Per amdent) PROPERTYDAMAGE $ (Per accdenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ C EXCESS/UMBRELLA LIABILITY SF06L[MB13722114V 03/21/06 03/21/07 EACHOCCURRENC_E $5000000 X OCCUR CLAIMS MADE AGGREGATE $5 00D 000 f DEDUCTIBLE $ X RETENTION $10,000 $ WC STATU- OTH WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/ERECUTNE E L EACH ACCIDENT $ OFFICEPJMEMBER EXCLUDED? E L DISEASE-EA EIAPLOYEE $ If yes descnbe under SPECIAL PROVISIONS below EL DISFASE-POLICY LIPAIT $ B OTTER Pollution 05CPLCO0263 03/21/06 03/21/07 $5,000,000limit (Claims Blade) $25,000 deductible DESCRIPTION OF OPERATIONS I LOCAT 1DNS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS re: All work associated With the Naden Avenue Assemblage Demoirtron The City of Kent is Additional Insured per the attached endorsement. CERTIFICATE HOLDER CANCELLATION SI IOULD Ar4Y OF TI IE ABOVE DESCRIBED POLICIES BE CANCELLED BLFORE TILE EXPIRAT ION City of Kent DATE THEREOF,TI IE ISSUING INSURER WILL ENDEAVOR TO MAIL _4$1._. DAYS WRITTEN Attn:Joan Broom NOTICE TO TI IE CERTIFICA I E HOLDER NAMED 10 THE LEI T,BUT UAILURL TO DO SO SHALL 220 Fourth Ave S IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Kent,WA 95032-5895 REPRESENTATIVES AUTHORIZED REPRESEIJTATIVE ACORD 25(2001108)1 of 2 #S129550IIt4122930 ') SRN00 0 ACORD CORPORATION 1983 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the pohcy(ies)must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed(hereon SACORD 25-S(2001108) 2 of2 #512,MD/10122830 COMMERCIAL GENERAL LIABILITY THIS EI4DORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL GENERAL LIABILITY—CONTRACTORS COVERAGE PART 1. WHO IS AN INSURED— (Section II) is amended c) This insurance does not apply to "bodily to include any person or organization you are injury" or "property damage" caused by "your required to include as an additional insured on this work" included in the "products-completed policy by a written contract or written agreement in operations hazard" unless you are required to effect during this policy period and signed and provide such coverage for the additional insured executed by you prior to the loss for which coverage by a written contract or written agreement in is sought. The person or organization does not effect during this policy period and signed and qualify as an additional insured with respect to the executed by you prior to the loss for which independent acts or omissions of such person or coverage is sought and then only for the period organization. The person or organization is only an of time required by such contract or agreement additional insured with respect to liability caused by and in no event beyond the expiration date of "your work"for that additional insured. the policy. 2.The insurance provided to the additional insured is 3. Subpart (1)(a) of the Pollution exclusion under limited as follows Paragraph 2 , Exclusions of Bodily Injury and a) In the everitthat the limits of liability stated in Property Damage Liability Coverage (Section I — the policy exceed the limits of liability required Coverages) does not apply to you if the "bodily by a written contract or written agreement in injury"or"property damage" arises out of"your work" effect during this policy period and signed and performed on premises which are owned or rented executed by you prior to the loss for which by the additional insured at the time "your work" is coverage is sought, the insurance provided by performed this endorsement shall be limited to the limits of 4.Any coverage provided by this endorsement to an Lability required by such contract or agreement additional insured shall be excess over any other This endorsement shall not increase the limits valid and collectible insurance available to the stated in Section III—LIMITS OF INSURANCE. additional insured whether primary, excess, b► The insurance provided to the additional contingent or on any other basis unless a written insured does not apply to "bodily injury', contract or written agreement in effect during this "property damage", "personal injury" or policy period and signed and executed by you prior "advertising injury" arising out of an architect's, to the loss for which coverage is sought specifically engineers or surveyor's rendering of or failure to requires that this insurance apply on a primary or render any professional services including non-contributory basis When this insurance is primary and there is other insurance available to the I. The preparing, approving or fading to additional insured from any source, we will share prepare or approve maps, shop drawings, with that other insurance by the method described in opinions, reports, surreys, field orders, the policy change orders, or drawings and specifications,and 5. As a condition of coverage, each additional insured must It. Supervisory or inspection activities performed as part of any related a.) Giveus prompt written notice of any architectural or engineering activities "occurrence" ce" or offense which may result in a claim and prompt written notice of"suit" CG D2 46 10 02 Copyright,The Travelers Indemnity Company,2002 Page 1 of 2 b.) Immediately forward all legal papers to us, requirement, the term"insures against"refers to cooperate in the investigation or settlement of any self-insurance and to any insurer which the claim or defense against the "suit," and issued a policy of insurance that may provide otherwise comply with policy conditions coverage for the loss, regardless of whether the c) Tender the defense and indemnity of any additional insured has actually requested that claim or "suit" to any other insurer which also the insurer provide the additional insured with a defense and/or indemnity under that policy of insures against a loss we cover under this endorsement. This includes, but is not limited to, insurance any insurer which has issued a policy of d.)Agree to make available any other insurance insurance in which the additional insured that the additional insured has for a loss we qualifies as an insured. For purposes of this cover under this endorsement t CG D2 46 10 02 Copyright,The Travelers Indemnity Company,2002 Page 2 of 2 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 fisted here Include both the hourly wage rate and the hourly rate of fnnge 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 08-31-06 (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 $4247 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 50 BRIDGE,DOCK AND WARP CARPENTERS $41 33 1M 5D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1M 5D FLOOR SANDER S41 40 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 50 PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 iM 5D SAWFILER $41 40 1M 5D SHINGLER $41 40 1M 5D STATIONARY POWER SAW OPERATOR $4140 1M 5D STATIONARY WOODWORKING TOOLS $41 40 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $8575 1M 5D 8A DIVER TENDER $44 22 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 IT 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 10 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $50 53 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 10 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 10 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $52 38 4A 5A CERTIFIED LINE WELDER $47 88 4A 5A GROUNDPERSON $3487 4A 5A HEAD GROUNDPERSON $36 75 4A 5A HEAVY LINE EQUIPMENT OPERATOR $47 88 4A SA JACKHAMMER OPERATOR $36 75 4A 5A JOURNEY LEVEL LINEPERSON $47 88 4A 5A LINE EQUIPMENT OPERATOR $40 87 4A 5A POLE SPRAYER $47 88 4A 5A POWDERPERSON $36 75 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $55 22 4A 6Q MECHANIC IN CHARGE $60 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 30 2K 5B FENCEERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS JOURNEY LEVEL $42 41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $44 68 1s 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 07 1 INLAND BOATMEN CAPTAIN $37 34 1K 513 COOK $3123 1K 5B DECKHAND $30 90 1K 5B ENGINEER/DECKHAND $33 65 1K 513 MATE,LAUNCH OPERATOR $3532 1K 513 Page 2 KING COUNTY Effective 08-31-06 xxxzxzxxxxxxzzzxxzzxzxxxxzxxzzzzxxxzzxzxzzzzxzzzzzzzzzzxzzzz�xzzxxzzxxxzzxxzzxxxxxxzxxxxzxxxxzxzxxzf:xzzzzxzx*xzxx (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 $12 78 1 TECHNICIAN $7 63 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEYLEVEL $4127 1M 5D _ IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 5D BALLAST REGULATOR MACHINE $3436 1M SO BATCH WEIGHMAN $2968 1M 50 BRUSH CUTTER $3436 1M 51D BRUSH HOG FEEDER $3436 1M SO BURNERS $3436 1M SO CARPENTER TENDER $3436 1M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPERIPAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1M 5D CHIPPING GUN(OVER 30LBS) $3484 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 1M 5D CHUCKTENDER $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 $3484 1M 5D CRUSHER FEEDER $2968 1M 5D CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 iM 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXYTECHNICIAN $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 iM 5D construction debris cleanup) FINE GRADERS $3436 1M 5D FIRE WATCH $2968 1M 5D FORM SETTER $3436 1 M 5D GABION BASKET BUILDER $3436 1 M 5D GENERAL LABORER $3436 1M SO GRADE CHECKER&TRANSIT PERSON $34 84 1 M 5D GRINDERS $3436 1 M SD GROUT MACHINE TENDER $3436 11A 5D Page 3 KING COUNTY Effective 08-31-06 xxxxxxxxxxxxxxxxxxxxx.*xxxx.xxxxxxxxxxxxxxxxxx�xxxx�xxx�x�.�<���xxxxxxxxxxxxxxxxxxxxxxxxxxxxx�xxxxxxxxxxxxxxxxxxx (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 1 M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1 M 5D HIGH SCALER $35 20 1M 5D HOD CARRIER/MORTARMAN $3484 1 M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 1 M 5D MANHOLE BUILDER-MJDMAN $3484 1 M 5D MATERIAL YARDMAN $3436 1 M 5D MINER $35 20 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 5D PILOT CAR $29 68 1M 5D PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $35 20 1M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1M 50 POWDERMAN $35 20 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 1M 50 RAILROAD SPIKE PULLER(POWER) $3484 1M 5D RE-TIMBERMAN $35 20 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $34 36 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $34 36 1M 50 SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 5D TOOLROOM MAN(AT JOB SITE) $3436 1 M 5D TOPPER-TAILER $34 36 1M 5D TRACKLABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1M 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 08-31-06 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx:r+:x����xx�xx.x�.xxxxxxxxxx«xxxxxxxxxxxx.xxxxxxxxxxxxxxxxxxxxxxxx*xx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 50 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 $1110 i 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 $32 73 2B 5A PLASTERERS JOURNEYLEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $54 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $3957 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&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 1 M 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1M 5D 8L BACKHOES, (OVER 75 HP) $42 35 1M 50 8L BARRIER MACHINE(ZIPPER) $42 35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1M 50 8L BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $3957 1M 5D 8L BROOMS $3957 1M 5D 8L BUMP CUTTER $42 35 1M 5D 8L CABLEWAYS $4284 1M 5D 8L CHIPPER $4235 1M 5D 8L COMPRESSORS $3957 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $3957 1M 5D 8L CONCRETE PUMPS $41 93 1M 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D 8L CONVEYORS $41 93 1M 5D 8L Page 5 KING COUNTY Effective 08-31-06 xxxxxxxxxxxxxxxxxxxxx�xxxxxxxxxxxxxxxxxxxxxxxxx�:tre��xx��x�xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 11M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $4235 11M 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 BL WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1M 5D BL CRANES,A-FRAME,OVER 10 TON $41 93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $4235 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1M SD 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43 39 1M SO 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT, BASE TO BOOM $43 96 1 M 5D 8L CRUSHERS $4235 1M SD 8L DECK ENGINEER/DECK WINCHES(POWER) $4235 1M SD 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 SD 8L DRILLING MACHINE $4235 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 $4235 1M SD 8L FORK LIFTS, (3000 LBS AND OVER) $41 93 11M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 11M 5D 8L GRADECHECKER AND STAKEMAN $39 57 11M 5D 8L GUARDRAIL PUNCH $4235 11M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $4235 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1 M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $4235 1M 5D 8L LOCOMOTIVES,ALL $4235 iM 5D 8L MECHANICS,ALL $42 84 1M 5D 8L MIXERS,ASPHALT PLANT $4235 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $4235 1M 5D 8L MOTOR PATROL GRADER(NON-FINISH(NG) $41 93 iM 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 11M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 11M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $4235 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 11M 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 11M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 11M 5D 8L Page 6 KING COUNTY Effective 08-31-06 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx><x�..�.�>•+..xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx (See Benefit Code Key) Over PREVAILING Time Holiday Nate 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 50 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1M 5D BL ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1M 5D 8L ROTO-MILL,ROTO-GRINDER $4235 1M 5D 8L SAWS,CONCRETE $41 93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $4235 1M 5D 81. 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 1M 5D 8L SCREED MAN $4235 iM 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-SLAWKNOX $4235 1M 5D 8L SUBGRADE TRIMMER $4235 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1 M 5D 8L TRACTORS,(OVER 75 HP) $4235 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $4235 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41 93 1M 5D 8L TRUCK CRANE OILERIDRIVER(100 TON&OVER) $4235 1M 5D BL TRUCK MOUNT PORTABLE CONVEYER $4235 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $3957 1M 50 8L YO YO PAY DOZER $4235 1M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $34 75 4A 5A SPRAY PERSON $33 00 4A 5A TREE EQUIPMENT OPERATOR $33 43 4A 5A TREE TRIMMER $31 10 4A 5A TREE TRIMMER GROUNDPERSON $23 43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $5201 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 08-31-06 xxx*xxxx*x*xx*x*x*xx*xxxk*x****x*x*xx*x*xxxxxxxxxxxk�+::t�#f.xxR<xxxxxxxxxxxxxxx:txxxxxxxxxxxxxxxxxxxxxxkxxxxxxxxxxxx (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 $1836 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $52 01 1G 5A RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 113 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 51 113 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZOITILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 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 $5184 1H 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $1140 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 213 5A HOLE DIGGER/GROUND PERSON $16 81 213 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 213 5A SPECIAL APPARATUS INSTALLER 1 $29 89 213 5A SPECIAL APPARATUS INSTALLER II $29 30 26 5A Page 8 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 2B 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION UNEPERSONIINSTALLER $21 17 213 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 $34 16 113 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 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 81- 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