Loading...
HomeMy WebLinkAboutPK07-029 - Original - Duchess Construction, Inc - Kent Memorial Park - Pole Replacement - 02/12/2007 Records Man .= ement , KEN T WAs„,„G,o. Document 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: Contract Number: i 0? — od-I This is assigned by Mary Simmons Vendor Number: S� Project Name: kG�J � �D�l� �� �✓ ���T��> � 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 WAS HINGTJN PUBLIC WORKS AGREEMENT between City of Kent and Duchess Construction, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Duchess Construction, Inc organized under the laws of the State of Washington, located and doing business at PO Box 1985, Milton, Washington 98354 (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 t o p rovide 1 abor,in aterials and e quipment n ecessary to replace a d angerous pole at Kent Memorial Park as described in the Contractor's proposal dated 1/2/07 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 descnbed 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 ninety (90) days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Sixteen Thousand, Four Hundred Sixty-Five Dollars and NO/100ths ($16,465.00), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (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 $25,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60 28 RCW, whichever is later. PUBLIC WORKS AGREEMENT- 1 (Over$IOK, under$25K, and No Performance Bond) 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 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 property 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 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$/0K, under-$15K, and No Performance Bond) ` A. Notice of Claim. Provide a signed written notice of claim that provides the following information- 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determned, 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$IOK, under$25K, and No 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 i s 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 CINDER 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 X1V. 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 perfonmance 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 $25K, and No Performance Band) 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 relmquislunent 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 ansing 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 terns 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$10K, under$25K, and No Performance Bond) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONT;�;ACTQR: CITY OF K By: ��J By (signa(we) (signature) Print Name: Brook Boone 4Nk Print 1 uzette Cooke Its President V t cy, Pass. Its _ Mayor Owe) (Trde) DATE: 6110 7 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Brook Boone Brian Saw, Project Manager Duchess Construction, Inc. Kent Parks,Recreation &Community Services PO Box 1985 220 Fourth Avenue South Milton, WA 98354 Kent, WA 98032 (253) 891-2016 (telephone) (253) 856-5126 (telephone) (253) 863-9165 (facsimile) (253) 856-6120 (facsimile) AP ROVED AS TO FORM: =#A "---- - e aw D p ent I KMP Pole Replacement PUBLIC WORKS AGREEMENT-7 (Over$1OK, under$25K, and No Performance 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 Prune Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this a'd( day of 7,1km - , 2007. By: -9--J' For: b LJv (5-s% C,er .sr. l,y e. Title: V r caa P2e5. Date 'A-rlon EEO COMPLIANCE DOCUMENTS- 1 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 $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 tennination 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 Duchess Construction, Inc. Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as Kent Memorial Park Pole Replacement 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 EXHIBIT A DUCHESS CONSTRUCTION INC. P O Box 1985-Milton,Way 98354 (253)891-2016 Fax(253)8639165 City of Kent Parks & Recreation 220 4th Ave. South Kent,WA 98032 Attn: Brian Saw 1/2/2007 Proposal Memorial Park Pole Replacement Labor 24 hrs @ $70 00 hr $3,360 00 110' foot class 1 Doug fir pole $5,280 00 Auger and case 15' shaft $1,875 00 Crane $2,100 00 Rock $325 00 110' lift $2,700 00 Conduit, wire, Ground Boxes, Pole Boxes $825 00 $16,465 00 Tax $1,448 92 Total $17,913 92 Sincerely, Brook Boone President If you have any questions please call me at(253)261-5768 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 Labihty 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 Lability 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. EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty(30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies(except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub- subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 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. • 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 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 $3332 1 BRICK AND MARBLE MASONS JOURNEYLEVEL $4247 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 5D CARPENTER $4133 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $4131 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 50 PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $4140 1M 5D SHINGLER $41 40 1M 5D STATIONARY POWER SAW OPERATOR $41 40 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 81- BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 81 LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 81 OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 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 1D 5A CABLE SPLICER(TUNNEL) $56 21 1 D 5A CERTIFIED WELDER $50 53 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $48 75 1D 5A JOURNEY LEVEL(TUNNEL) $5230 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $1537 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 5A JACKHAMMER OPERATOR $3675 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 513 FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS - --- ------ --- -- — -- JOURNEY LEVEL $42 41 1 H 56 M1 - 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 5B COOK $3123 1K 5B DECKHAND $3090 1K 513 ENGINEER(DECKHAND $33 65 1K 5B MATE,LAUNCH OPERATOR $35 32 1K 5B Page 2 KING COUNTY Effective 08-31-06 *:�.**+«:.«�..xtx*.****xt�r�xt**x**�xxx*ex•*a+:,r�x�+r�:r+xr�,r�+:r,�wr�:**r•*�,��r��rfi*:�r:r�:ram**�z:r�:*rx•fx��*+:r•x:r*+:• (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECTION/CLEANINGISEALING 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 JOURNEY LEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT RAKER $34 84 1M 5D BALLAST REGULATOR MACHINE $3436 1M 50 BATCH WEIGHMAN $29 68 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 iM 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MANOR DRY SHACKMAN $3436 1M 5D CHIPPING GUN(OVER30 LBS) $34 84 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 50 CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 50 CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 1M 5D DITCH DIGGER - $3436 —- 1M- DIVER ---- ----- --- _- - — - $3520 -- ----- _1M _ -5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 50 EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1M 5D FALLERIBUCKER,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 1 M 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 08-31-06 xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx,t<xxxxxx,xxxx<xW,exxxxxxxxxxxxxxxxx*xx.xxxxxxxxxxxxxxxxxxxxxxxxxxxxxx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1 M SO HAZARDOUS WASTE WORKER LEVEL A $3520 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1 M 5D HIGH SCALER $3520 1M 5D HOD CARRIERIMORTARMAN $3484 1M 5D JACKHAMMER $3484 1M SD LASER BEAM OPERATOR $3484 1M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1 M 5D MINER $3520 1M 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3484 1 M SD PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 5D PILOT CAR $2968 1M 5D PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1M 5D PIPELAYER&CAULKER $3484 1M 5D PIPELAYER&CAULKER(LEAD) $3520 1 M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1M 5D POWDERMAN $3520 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 1 M 5D SLOPER(OVER 20") $3484 1M 5D ------------ SLOPER SPRAYMAN -- _ _ _ $3436 1M 5D 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 1 M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 50 TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACKLABORER $3436 1M 5D TRACK LINER(POWER) $3484 iM 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 SEAMIER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 08-31-06 ++++++++++++++++x++++++x++++++x++++++++++x+++++xxx+tx++x++xx++x++x+++++x++++++++++++++++++++++++++++xx+++++++++++ (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 CABINETASSEMBLY $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 JOURNEY LEVEL $4123 111 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $54 34 113 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 --- - 1M ---5D 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 1 M 5D 8L BOBCAT(SKID STEER) $3957 1M 5D 8L BROOMS $3957 1M 5D 8L BUMP CUTTER $42 35 1 M 5D 8L CABLEWAYS $4284 1M 5D 8L CHIPPER $42 35 1M 5D 8L COMPRESSORS $3957 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $3957 1M 5D 8L CONCRETE PUMPS $41 93 1M 50 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 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1M 5D BL CRANES, 20-44 TONS,WITH ATTACHMENTS $4235 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 11M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1 M 5D 8L CRANES,A-FRAME,OVER 1 D TON $41 93 1M 50 BL CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 iM 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $4235 1M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1M 5D 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 1 M 5D BL CRUSHERS $4235 1M 5D BL DECK ENGINEER/DECK WINCHES(POWER) $4235 1M 5D BL DERRICK,BUILDING $42 84 11M 5D 8L DOZERS,0-9&UNDER $41 93 11M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1M 5D 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 51) 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4235 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D BL FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1M 5D BL GUARDRAIL PUNCH $4235 11M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIRTUGGERS $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) $3957 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 81- LOADERS,OVERHEAD IS YD&OVER) $43 39 1M 50 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $4235 1M 5D 8L LOCOMOTIVES,ALL $4235 1M 5D BL MECHANICS,ALL $42 84 1 M 5D 81. MIXERS,ASPHALT PLANT $4235 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $4235 1M 5D 81- 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 $3957 1M 50 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $4235 1 M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39 57 1 M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 50 8L Page 6 KING COUNTY Effective 08-31-06 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1 M 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 $4284 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D BL ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1M 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1M 5D 8L SAWS,CONCRETE $41 93 1M 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1 M 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 1M 50 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 $4235 1M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 50 8L TRACTORS,(75 HP&UNDER) $41 93 1M 5D 8L TRACTORS, (OVER 75 HP) $42 35 1M 5D 81. TRANSFER MATERIAL SERVICE MACHINE $42 35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1M 5D BL TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41 93 1M 50 8L TRUCK CRANE QILER/DRIVER(100 TON&OVER) $42 35 1M 5D BL TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1M 50 8L 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 $3475 4A 5A SPRAYPERSON - ------ -"--- -----$3300-- ----- 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 $52 01 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 $4114 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 (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 $18 12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $52 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33.76 18 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 51 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 113 5A ROOFERS JOURNEY LEVEL $3578 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 61. 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 18 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S --—- --SPRINKLERFITTERS(FIREPROTECTION)- —_-_________________ --------- - JOURNEYLEVEL $5184 1H 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 26 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 26 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 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 LINEPERSONlINSTALLER $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 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 81- 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 IT 5D 81- 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 Y L ACORD CERTIFICATE OF LIABILITY INSURANCE —DATE9/2 06Y) PRODUCER (800) 362-5220, Fax(800)496-6054 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE AAA Insurance, Inc. HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 1957 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Tacoma WA 984011957 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Western Nata Onal Duchess Construction, Inc. INSURER P 0 BOX 1985 INSURER INSURER D Milton WA 983541985 INSURER OVERAGES 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 LIMITS JJJL IN SR TYPE OF INSURANCE POLICY NUMBER DATE MMIDDIYY DATE MM/DO/YV GENERAL LIABILITY GL300008808 02/09/2006 02/09/2007 EACH OCC RR NCB $ 1,000,000 DAMAGE TO TED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurrence) $ 100,000 A X CLAIMS MADE � OCCUR MED EXP An one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS- MPI PAGG S 2,000,000 POLICY PRO LOC AUTOMOBILE LIABILITY CA300008474 02/09/2006 02/09/2007 COMBINED SINGLE LIMIT ANYAUTO (Ea accident) $ 1,000,000 A X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULEDAUTOS (Per person) X HIRED AUTOS BODILYINJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTOONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000 X OCCUR MCLAIMSMADE CU300003135 02/09/2006 02/09/2007 AGGREGATE $ 1,000,000 DEDUCTIBLE $ X RF?ENTION $20,000 $ WORKERS COMPENSATION ANDSTATU OTH- EMPLOYERS'LIABILITY FR ANY PROPRIETOR/PARTNEWEXECUTIVE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED EL DISEASE-EA EMPLOYEE$ If yes describe under SPECIAL PROVISIONS below EL DISEASE-POI $ OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Certificate holder below is named as additional insured per form CG 20330704. 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 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT 220 4 th Ave. S FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Kent, WA 98032 INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE c� Daniel Welch/JPE oT ^> o ACORD 25(2001108) ©ACORD CORPORATION 1988 INS025(010B)0B AMS E)TM Wolters Kluwer Financial Services Page 1 of 2 � y 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 B. 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- dons apply dons when you and such person or organization This Insurance does not apply to, have agreed in writing in a contract or agreement 1. "Bodily injury", injury" arising out"property damage" or"personal that such person or organization be added as an and advertising additional insured on your policy Such person or the ren- organization is an additional insured only with re- denng of, or the failure to render, any y profes- spect to liability for "bodily Injury", "property dam- sional architectural, engineering or surveying services, including age" or "personal and advertising injury" caused, in whole or in part, by a. The preparing, approving, or fading to pre- 1. Your acts or omissions;or pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and specifica- behalf, 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 tonal insured under this endorsement ends when after your operations for that additional insured are completed a. All work, including materials, parts or equipment furnished 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 All terms and conditions of this policy apply unless modified by this endorsement. CG 20 33 07 04 Includes copyrighted material of Insurance Services Office, Inc with permission Page 1 of 1 ©ISO Properties, Inc, 2004 r DATE M ACORD CERTIFICATE OF LIABILITY INSURANCE 10/9/2006Y) PRODUCER (800) 362-5220, Fax(800)496-6054 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION AAA Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 1957 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Tacoma WA 984011957 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Western National Duchess Construction, Inc. INSURER P O BOX 1985 INSURER INSURER D Milton WA 983541985 INSURER OVERAGES 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 r INSIRD ADD'L TYPE OF INSURANCE POLICY NUMBER PRATE(MMICY FDDIYYE POLICY MWDD/YY N LIMITS GENERAL LIABILITY GL300008808 02/09/2006 02/09/2007 . DAMAGE TO RENTED EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrence $ 000 100 X CLAIMS MADE T OCCUR MED EXP(Any oneperson) S 5,000 PERSONAL SADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG S 2,000,000 PRO- POLICY JE T LOC AUTOMOBILE LIABILITY CA300008474 02/09/2006 02/09/2007 COMBINED SINGLE LIMIT ANY AUTO (Ea accident) $ 1,000,000 A X ALL OWNED AUTOS BODILY INJURY $ X SCHEDULEDAUTOS (Per person) X HIREDAUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCF $ 1,000,000 X OCCUR CLAIMSMADE CU300003135 02/09/2006 02/09/2007 AGGREGATE $ 1,000,000 $ X1DEDUCTIBLE $ RIFT ELATION $10,000 $ WORKERS COMPENSATION AND ^/(:STATIJ- OTH- EMPLOYERS'LIABILITY I ER ANY PROPRIETORJPARTNERIFXECUTNE E L EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED E L DISEASE-EA EMPLOYEE$ If yes,descnoe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS Certificate holder below is named as additional insured per form CG 20330704. CERTIFICATE HOLDER CANCELLATION (253) 856-6050 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Rent EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ATTN: Joan Broom 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT 220 4th Ave. S Rent, WA 98032 FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE Daniel Welch/JPE n ' ACORD 25(2001/08) O ACORD CORPORATION 1988 INS025(0108)08 AMS Q^' Wolters Kluwer Financial Services Page 1 of 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 B. 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 trons when you and such person or organization This insurance does not apply to, have agreed in writing in a contract or agreement 1. "Bodilyinjury", "property damage" or"personal that such person or organization be added as an ry ' p p ,y g p additional insured on your policy Such person or and advertising injury" arising out n the ren- organization is an additional insured only with re- siring of, it the failure in render, any surveprofeying to liability for "bodily injury", "property dam- servicional architectural, engineering or surveying age" or "personal and advertising injury" caused, services, including in whole or in part, by a. The preparing, approving, or failing to pre- 1. Your acts or omissions, or pare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and specifica- behalf, tons, 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 furnished 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 All terms and conditions of this policy apply unless modified by this endorsement. 1 CG 20 33 07 04 Includes copyrighted material of Insurance Services Office, Inc with permission Page 1 of 1 ©ISO Properties, Inc,2004 i I