Loading...
HomeMy WebLinkAboutPK07-177 - Original - Mike Werlech Construction - Russell Rd Maintence Facility Roof & Wall Improvements - 06/27/2007 " @mow _ art Records Managerneht) KENT W.,„,„Gro„ 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 City Clerks Office. Vendor Name: Mike Werlech Construction Vendor Number: 91668 (� JD Edwards Number Contract Number: f KO7— 1 77 This is assigned by Deputy City Clerk Description: City of Kent Russell Road Maintenance Facility Roof and Wall Improvements Detail: Repair damage that was incurred during storm in November Project Name Russell Road Maintenance Facility Roof and Wall Improvements Contract Effective Date: Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Charlie Lindsey Department: Parks Facilities Abstract: S Public\Recordsmonagement\Forms\ContractCover\ADCL7832 07/02 CONTRACT THIS AGREEMENT, made in triplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Mike Werlech Const., organized under the laws of the State of Washington, located and doing business at PO Box 46579, Seattle, Wa. 98146, Mike Werlech, 206-937-2208 ("Contractor") WITNESS: In consideration of the terms and conditions contained herein and attached and made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: City of Kent Russell Road Maintenance Facility Roof and Wall Improvements in accordance with and as described in the Contract and Bid Documents and shall perform any alterations in or additions to the work provided under the Contract Documents and every part thereof. The Contract Documents shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2006/2007 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within 90 calendar days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in the Contract Documents and every part thereof, except as mentioned in the specifications to be furnished by the City. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract Documents and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract Documents and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract Documents. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or Project Name- City of Kent Russell Road Maintenance Facility Roof and Wall Improvements Page 1 r ' in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended Contractor shall be responsible for compliance with RCW Ch. 19 122, including utilization of the "one call" locator service before commencing any excavation activities 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc, to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. IN WITNESS WHEREOF the parties hereto have caused this agreement to be executed the day and year first hereinabove written. CITY OF KENT Project Name City of Kent Russell Road Maintenance Facility Roof and Wall Improvements Page 2 f6z��BY: E E COOKE,MAYOR DAIV. �7 v ATTEST: RENDA JACOBER, CIT CLERK APURVED AS TO FORM. uuvA04 J KE T AW D P RTMENT CONTRACTOR P BY: AA � PRINT NAME: -, W 2� TITLE: DATE: Q-01 Project Name: City of Kent Russell Road Maintenance Facility Roof and Wall Improvements Page 3 WITNESS, if INDIVIDUAL OR PARTNERSHIP: STATE OF WASHINGTON ) ) ss COUNTY OF KING ) On this day of �`,v,Q_ 2007, before me personally appeared Vie, c� and to me known to be `, ,� and of the corporation/individual that executed the within and foregoing instrument. and acknowledged said instrument to be free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that they were authorized to execute said instrument and that the seal affixed is the corporate seal of said corporation IN WITNESS WHEREOF, I have hereunto set my hand and official seal the day and year first above written. NOTARY PUBLIC, in and for the State of Washington, residing at 1AZZ.J My appointment expires Project Name. City of Kent Russell Road Maintenance Facility Roof and Wall Improvements Page 4 BID FORM ProJect: City of Kent Russell Road Maintenance Facility Roof and Wall Improvements 5821 S. 2401h Kent, Wa 98032 Consultant: Charles Lindsey, Superintendent of Facilities 220 4"' Ave. So. Kent,Wa. 98032 Contact: Charlie Lindsey 253 856-5081 To the City of Kent, Having carefully examined the Drawings and Project Manual prepared by Wagner Architects Planners. dated April 19, 2007 I/WE (name) A'( ) 'e yyb-Ifll 6 n i 1�7 /_?C h, y� have`examined the site at 5821 W James St , Kent, and correlated the drawings to the site and understand the present conditions as well as the requirements of the Construction Contract, and propose to furnish all labor and materials for the City of Kent Russell Road Maintenance Facility Roof and Wall Improvements. In submitting this Bid,I agree: 1. To hold my Bid open until thirty (30)calendar days after the actual bid opening. 2. To enter into and execute a contract, if awarded on the basis of this bid, on City of Kent Public Works Agreement, and to furnish proof of insurance as required by the project document. 3. To complete the «vork in accordance with the Project Documents. 4. That the Owner has the right to waive any informalities in the bidding or to reject any or all bids. 5. TOTAL BASE BID: For Base Bid as defined in specifications The sum of(excluding WSST) Written dollars ($ `'' T Unit Price Bids: Unit Price One: Re lacing a single 2 x 6 roof joist, each is approximately 22 ft. long $ 360 t Unit Price Two: Replacing a single 3 1/8 x 19 '/z glu lam. each is approximately 30 ft. long and each supports roof joists . $ FtrJc�XJ %ljc Alternate Bids: Bid Alternate One: Add the cost of improvements to the exterior walls at building B. $ d� Bid Alternate Two: Add the cost of improvements to the exterior of Building A . r SUBCONTRACTOR LIST Prepared in Compliance with RCW 39.30,060 Pursuant to RCW 39.30.060, list each subcontractor that shall perform the following listed subcontract work amounting to more than 10% of the total bid contract price, less applicable sales tax. List each bid item to be performed by each designated subcontractor in numerical sequence. This subcontractor list must be fully completed, signed and delivered no later than the time for bid opening. If no subcontractors will be performing 10% of the work, indicate this by writing "None" and signing this form. k PROJECT NAME ,(. f✓>� 9 1 F ,/j �� l�Yt41�71P�1 CONTRACTOR' SIGNATURE Subcontractor Name GO G Item Numbers j Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers I < BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute th ese forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidders Name...................................0 Tableof Contents Sheet...........................................................................................13 Callfor Bids..............................................................................................................0 Contractors Compliance Statement.............................................................6.........9 Date.....................................................................<..........................................0 Havelhavenot acknowledgment.................................................................0 Signatureand address.................................................................................0 Proposal....................................................................................................................W Firstline of proposal—filled in...................................................................0 Unit prices are correct and written in words............................................0 SubcontractorsListing. ..........................................................................................6 Subcontractorslisted properly...................................................................0 Signature.......................................................................................................0 Statement of Bidder's Qualifications filled out by bidder...................................1/ ProposalSignature Page..........................................................................................0 AllAddenda acknowledged.........................................................................0 Date, signed and addressed.........................................................................0 BidBond Form.........................................................................................................0 Signed, sealed and dated .............................................................................0 (Amount of bid shall equal 5% of the total amount bid and shall be shown in both words and figures) Non-Collusion Affidavit..........................................................................................0 Signed, dated and notarized..........................................................0.............0 Bidder's Checklist....................................................................................................0 The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement to be executed by the successful bidder. B) PERFORMANCE BOND To be executed by the successful bidder and his surety company. 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 contract 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 contract to adhere to. An affirmative response is required on all of the following questions for this contract 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 contract; The questions are as follows: l. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this contract 1 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 contract 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 contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, 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 < , 2007 l By: A` k e- vV ' f ; For: Title: (:: ,"Iwlr Date: ' �1 �� 6. OVERHEAD AND PROFIT: The undersigned agrees that all of the above named Base Bid includes all Contractor's overhead and profit for fee. 7. SALES TAX: The above Base Bid and Alternate Bid(s) do not include Washington State and local sales tax. Bidder Address td11 1")O `tL-,SG� Si natu City State Zip 0\,g 4y zl- Title Telephone Washington State Registration No. Receipt of Addenda numbered through is hereby acknowledged. The Project construction time shall be consecutive days from Nonce to Proceed until Substantial Completion is achieved. END OF BID FORM i STATEMENT OF BIDDER'S QUALIFICATION To be filled in by the Bidder. Each contractor bidding on work included in these contract documents shall prepare and submit the data requested in the following schedule of information, The City will use information offered by the Bidder in this Statement as a significant factor in determining whether the Bidder is responsible and able to perform the contract work. This data sheet must be included in and made a part of these Bid Documents. 1. Name of Bidder: N- Y-� ��(`K(� (C SC C J ��✓�, �/�r� 2. Business Address: �()�C t���,�, S-eo'Wf 3. How many years have you been engaged in the contracting business under the present firm name) 4. Contracts now in hand. Gross amount: $ ` .r.A 5. General character of work performed by your company:Af ... .......... .... .....u_._ -:. *lroiects completed by your company, including approximate pests and name and phone number ?_.;jec[ Engineer or Owner. C:�`(�-nee— C`- wct 7. List your major equipment:\ "�� tvC�C, �Q�C��Ic�c r . UA c C.} 8. Bank references. 9. Bonding Company: �� n�{'C(���; Cv� C� LI Z e( q 't'/52 tl� r�0 Co CAS -f OVA � ���I e City of Kent Combined Affidavit & Certification Form: Nan-Collusion,Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that be/she is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on belialf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT 41 U Roe�L! ocf_ Wd J:ltAm i �r� NAME OF PROTECT i NAME OF BIDDER'S FIRM S4fGN_XTi4E OF AUTHORIZED REPRESENTATIVE OF BIDDER �t�Q i�ect oria to before me this day of M 2007. PUBLIC i.vir,te` `�� Notary Public in and for the State of Washington, residingaT i Fed I l�^—•��5ti/ Sew k,' A- a81ot, 1 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Mike Werlech Construction Inc. as Principal, and Travelers Casualtv and SuretX_Company of America , as Surety, Five Percent are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of i5%%oi of f otal Amount Bid Dollars, for the payment of the which the Principal and the Surety bond themselves, their heirs, executors,administrators,successors and assigns,jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Russell Road Maintenance Facility Roof and Wall Improvements According to the terms of the proposal or bid made by the Principal therefor, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the call for bids. then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee,as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 2Adl_DAY OFM 2004. Mike Werlech Cons nc. AL Travelers Casualty Surety C mpany of America SURETY Theresa A. Lamb Attorney-in-Fact 2004. Received return of deposit in the sum of S WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No, 218179 Certificate No. O O 1 6 C 6 ( 4 9 KNOW ALL MEN BY THESE PRESENTS That Seaboard Surety Company is a corporation duly organized under the laws of the State of New York,that St Paul Fire and Marine Insurance Company,Si Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,that Farmington Casualty Company,Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut,that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Marvland,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies") and that the Companies do hereby make,constitute and appoint Darlene Jakielski,Julie M Glover,M J Cotton, Nancy J Osborne,S M Scott,Steven K Bush, Michael A Murphy,Jim W Doyle,Brandon K Bush,Andy 0 Frill,Jim S Kutch,Chad M Epple,Steve Wagner,and Theresa A Lamb of the City of Bothell , State of Washington ,their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaiameemg bonds and undertakings required or permuted in any actions or proceedings allowed by law 2nd IN WITNESS WHEREOF,the Compai gjrave caused this uistrurnent to be signed and their corporate seals to be hereto affixed,this day of May LUU�U77 Farmington Casualty Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Company St Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company Seaboard Surety Company Travelers Casualty and Surety Company of America St.Paul Fire and Mature Insurance Company United States Fidelity and Guaranty Company r pr.SU,��r` 9JPEtyC, '`aRc y fO�4w IMg�9 Jp' ,HSU q w e,4�zv nHp �yyfh ���jt�'i1b O tb, * Traf fep A,£�fS �� GOR4T 9n; nip °w 4 u�74� t9sz o 1977 oinxwrm 1927 � 't _._L y � 1951 ^O SE AL ioI i SEA i' State of Connecticut By City of Hartford ss Georg Thompson, error ice President On this the 2nd day of May 2007 before me personally appeared George W Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company,,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, Inc,Seaboard Surety Company,St Paul Fire and Marine Insurance Company,St Paul Guardian Insurance Company,St Paul Mercury Insurance Company,Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company, and that he, as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer p,Ti?7 In Witness Whereof,I hereunto set my hand and official seal My Commission expires the 30th day of June,2011 iOUBLVito Mans C Tetreault,Notary Public 58440-8-06 Printed in U S A WARNING THIS POWER OF ATTORN I INVALID WITHOUT THE RED BOR ER W G THIS POWER OF ATTORNEY IS INVALID WITHOUT T ED BORDER This Power of Attorney is granted under and by t e authority of the following resolutions adopted by the Boar s of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc, Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of Amei ica,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows RESOLVED, that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vine President,any Vice President,any Second Vice President the Treasurer,any Assistant Treasurer the Corporate Secretary or any Assistant Secretary may appoint Attomeys-m-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances contracts of indemnity,and other writings obligatory in the nature of a bond recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her,and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary,and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice Piesident,any Second Vice Piesident,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary,or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power presciibed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority, and it is FURTHER RESOLVED,that the signature of each of the following officers President any Executive Vice President,any Senior Vice President,any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any power of attomey or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-m-Fact for purposes only of executme and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall he salid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached I,Knit M Johanson,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fideh4 and Guaranty Insurance Undetwnters Inc Seaboard Surety Company, St Paul Fire and Marine Insurance Company, St Paul Guardian Insurance Company, St Paul Mercury Insurance Company Tra,elers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing ib a true and conect copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been [evoked PV TESTIMONY WHEREOF 1 have hereunto set my hand and affixed the seals of said Companies thus X day of �u ,20 Kon M JohatisoVAss3stant Secretary OASUq�} osn'0,4; POYIAO LL d'+ O GO t7 s19`82e' O /9� r1ea5NRAtrD �r4PRq HR00%i °nr 3 18$t aSEAL.•o'i ;aSEAIEooNN b`{Mrc*u`a �rrCi 1 N `,,m`,M �E '"\�s,1:..:E..+� \r ��,/r +��.++" . +''" To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www stpaultravelersbond corn Please refer to the Attorney-In-Fact number, the above-named individuals and the details of the bond to which the power is attached e WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below. 1. Automobile Liability insurance covering all owned.. non-owned, hired and leased vehicles Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 1185 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence. $2,000,000 general aggregate and a$2,000,000 products-completed operations aggregate limit. 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 insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance The City reserves the right to receive a certified copy of all required insurance policies The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. 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 insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall fumish 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. Jun 19 2007 09:40am P001/002 1S1208Q CERTIFICATE OF LIABILITY INSU ANCE CSR T OAT9INWDaNyr) WERLeO 06 15/07 PROI l�1OER THLS CERTIFICATE 1616SULD AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE Hub Internalttimal Northwest HOLDER.THIS CERTIFICAIIE DOES NOTAMEND,EXTEND OR e O. Box 301E ALTER THE COVERAGEAII°ORDEOBYTHE POLICIES BELOW. Eo11ze11 WA 9BO41-3016 Ph:,nc: 425-489-&500 Fax:425-469-4501 INSURERS AFFORDING COVI-RAGE NAIC9 INSURED I INSUNDRA. DOPG:"ant�l Wectaan I., Ce INDuAER B, Mike Warlgg'Sj �oTl:truction, Inc INDuRenry P.O. Box 466 79 N9URFRD Seattle WA 98146 INSUReR E• _ CO IERAGE3 YI IEPOUCIES Of INBURANC9 LISTED BELOW HAVE BEEN ISSUED TO THE MbUFED EDAaQVEFORTHE POLICY PERIOD IN=4,irD NOYWI7N5TANDING AI IY ACQUIREMENT.TERM OR CONDITION OF ANY CONTRAE7 OR OTHER DOCUMENT WITH RESPECT YO WHICH TH19"KTIPICATE 4AY DC 1BSUED OR M�Y wHaTAIN,THE INBUf W NCE AFFORDED BY THE POLICIES DESCRIBED HEREIN I5 yUBJ 2CT TO JL,L YNM TEAMS,MLU91ON6 AN J CONDI7IONS OF SUCH Er)LICIES AGGREGATE LIMITS 5HOW N W Y NAVE BEEN REDUCED DY PAID GIAINB LTR R TYPE FINSURANCE POLCCYNUNIBER OATH DPOLICTIVWTIC pATD NVDO LIMITS GENERAL IJAaLRY I GACH OCCURRENCE S 1000000 A X COMMERCIALGENERALL"ILDY CWP2680426 04/13/07 04/13/01a vRDmISPd fivamumoal S300000 OLAIN6 MADE I X OCCUR MED GXP(Any cna;a ao ) S 10000 PVMNAL 6 ADV INJURY L1000000 X ETOD CA2 LIAB I GENCNAL 0k0ORSGAT6 $2000000 i GENLAC)CA GATBLNNRAPPL15SPER I PROOUCTS•CDMP/OPADC /2000000 �POLICY PEK I�1 LOC AU70M0&LE LIA8ILN^! OOMBINDD SINGLE LN•UT s 1000000 A X ANYAVTQ CWP2680426 04/13/C7 04/13/0U (Es"' "7) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per Dt ") q HIRMAUT05 BODILY INJURY y NON-OWNEDAUTOS (Pere denN PWK%eI'Y DAIAAG2 S I (Per Acolaan) GARAGE UARILrN AUTO ONLY•EA ACC106NT S ANY AUTO CA ACC 6 AOU O ON NGG 6 I E=U"UNDR,AMLLA LIABILITY EACH OCCURRENCE S OCCUR Q CLAIMS MAD& AGGREGATE y 7 DEDUCTIBLE E RETENTION S S WORKE(t9 00NNENSAriON AND ENIP R LOYRP-V LIABI� Y rORY LIMITS ER ANY PROPRIETOWPARTNERIEXECUTNE El,EAOH AOCIOGNT S OFFICEIVIOD)BER FXCLUOCD7 I G L,DISEASE.EA EMPLOYE S it yes.gwfvlSc ungtr SPECIAL pROVL5KJN5 DBIOW El DISI 6IMIT I; QTNER I , I DESCRIPfTON OF OPERATIONS/LOCAT19NS1VERICLE9lE'FCLU91ONS aADED BY ENpOR.SEME'NT/SPECIAL hKOv{yIDNy IrC IS AGREED VfAT THE CITY OY $ENT 19 INCLUDAD AS ADDITIONAL INSVF,ED A9 EnSQUTRED BY WRITTEN CONTRACT PER ATTACHED ADDITIONAL INSURED END063EbDLNT. RI:: RUSSELL ROAD MAINTENANCE: e'ACILITY ROOT AND WALL REPAIR AND MWROVSM NTS. CERTIFICATE HOLDER CANCELLATION CIKENTI SHOULD ANY OF THE ABOVE DESC WEED POUCIESHE CANCELLED CEFORE THE EXPIRATION DATE THEREOF,THE 1881,1I90 INSLRERWILL ENDEAVOR TOMAIL 30 DAYS WIV7TE4 CITY OF KFAqTTION NOTICE TOTHE CERTIFICATE HOJJER NAMED TO THE LEFT,BUT FAILURE TO 00 SO SHALL CONSTRUCTION SOUTHH WPOSD NO 0aL10ATION OR LIAR It RY Oil ANY)(IND UPON TND INSURCN ITBAONNT6OR 220 4TH AVENUE SOUTH PENT WA 98032 REa RPJENTAf1VBS M:ORD 26(2001M) O ACORD CORPORATION 198E EO/Z0 3E)Vd flalSP= HJ3183M 3AIW LZZ08E690Z SE 0i L00Z/0ZI90 Jun 19 2007 02:40am P002/002 1 I i I THIS ENDORSEMENT CKANGES THE POLICY, PLEASE READ 17 CAREFULLY. CW 31 30 10 04 ADDITIONAL INSURED — PFIMARY COVERAGE -- SCHEDULED PERSON (?R ORGANIZATION I This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVER�ZE PART SCHEDULE I Name Of Additional Insurad Persons Or Or anlzatioiti s . PER SCE007Tr ID CERTIPICM I Locatlon(s)i0f Covered Operat9ons: i I i inrorrnation required to corr lete this Schedule, If not shown above, will be s Dori_In the Deciaratsons A. Section it — Who Is An Insured is ams ded to Include as an additional Insured the oerson(s) or organrzatonls) shown In the Schedule, but or(y with respect to liability rot"boif'ly injury", "property damage" or"personal and advertising injury"caused, i i whclo or in part, by. 1. Your acts or onase:ons,o: I r 2. The acts or emissions of those acting on y f,pur behalf, in the performance of your ongoing operatiilns for the additional insured(s) ,at the Iocztwn(s) designated above. B. With respect to the insurance afforded to rl additional insureds, the'ouowinq applies The Insurance provided by this endorsement is primary insurance and we will tilt seek contribution from any other lnsurance available to the pei'son or organization shown n the Schedule .mess the other Insurance is prov4ad by s person or organization other titian you for only the same openation and location designsied Faown Tiibn wn will 3tibr4a vv$h thut -uldits"-r nnu�nce by the method des:�iboo m suoparagraph c of paragraoh 4.Othor Insurance of SECTION i-COMMERCIAL GENERAL LIABILITY CONDITIONS gConanen;al 1NJestern%,rot,p i i - 1 I i i I i E0/E0 39Vd nNiSNOD H03163M 3MIW LZ208E690Z 9E:01 L00Z/0Z/90 r r State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 985044540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements Is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 w,r***«*:«,.►•,rwxwr*:,r«+**rrx,rx*****r*,rr:,r*x*+r*+*r*,r+*,r**,rt*,rr*+xtf,r,tr*r«*w+**.*,rr•,r***x*+**+*wsx+***r*w**+*,r+�*.,t (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3436 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $41 33 1M 5D CARPENTER $41 27 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 51D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $4140 1M 5D SHINGLER $4140 1M 5D STATIONARY POWER SAW OPERATOR $4140 1M 5D STATIONARY WOODWORKING TOOLS $4140 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 81. ENGINEER WELDER $42 07 1T 5D BL LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 i 1 f � KING COUNTY Etfecbve 03-03-07 xxxxxx+xxxxxxxxxxx++xtxxxx+xxx+xxxxxxxxx+xxxxx+++++xxxxx+++xx+++x+xxxxrx+xx+xxxxx+xx+x+x++xxxxxx+xxxxx+xxxxxxx+xx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $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) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $1537 2A 6C JOURNEY LEVEL $1469 2A BC ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3592 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $3788 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS JOURNEY LEVEL $42 41 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1M 50 INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEYLEVEL $910 1 INLAND BOATMEN CAPTAIN $38 04 1K 5B COOK $31 90 1K 5B DECKHAND $3159 1K 5B ENGINEER(DECKHAND $3437 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 r r KING COUNTY Effective 03-03-07 ,r,r**,+w**,rw*•w,e,r**r**w,rw*..rr.:*.*,rx•*,rx+.w*..**wx+rx�•+�.+.rw,rw:e r*xw*s«**.**«*w«*rr«*ww+.■+:»**+*,rs:*,t*****r**■rr rw** (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 93 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 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $3436 1M 5D BRUSH HOG FEEDER $3436 1M 5D BURNERS $3436 1M 5D CARPENTER TENDER $3436 1 M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1 M 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 DUMPERICHUTE OPERATOR $34 84 iM 5D CONCRETE FORM STRIPPER $3436 iM 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1M 5D DEMOLITION WRECKING&MOVING(INCLUDING CHARRED $3436 1M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1 M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 iM 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 $34 36 iM 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 1 y KING COUNTY Effective 03-03-07 xwxwxxwwxwwxwxxwxxxxwxxxxxwwwwxwwwwwxwwxwwxwwwwwwwwwwwwwwwxwwwwwwwwwwwxwwxwwwwwwxwxwwwwwxwwwwxxwxwxwwwwwwwwwwwwwx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $34 36 1 M 5D HAZARDOUS WASTE WORKER LEVEL A $3520 1M 5D HAZARDOUS WASTE WORKER LEVEL B $34 84 1M 5D HAZARDOUS WASTE WORKER LEVEL C $34 36 iM 5D HIGH SCALER $3520 1M 5D HOD CARRIER/MORTARMAN $34 84 1M 5D JACKHAMMER $34 84 1M 5D LASER BEAM OPERATOR $34 84 1 M 5D MANHOLE BUILDER-MUDMAN $34 84 1M 5D MATERIAL YARDMAN $34 36 1 M 5D MINER $3520 1M 5D NOZ;LEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $34 84 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $34 84 1M 5D PILOT CAR $29 68 1 M 5D PIPE POT TENDER $34 84 1 M 5D PIPE RELINER(NOT INSERT TYPE) $34 84 1 M 5D PIPELAYER&CAULKER $34 84 1 M 5D PIPELAYER&CAULKER(LEAD) $3520 1M 5D PIPEWRAPPER $34 84 1M 5D POT TENDER $34 36 1 M 5D POWDERMAN $3520 1M 5D POWDERMAN HELPER $34 36 1M 5D POWERJACKS $34 84 1 M 5D RAILROAD SPIKE PULLER(POWER) $34 84 1 M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $34 36 1 M 5D RODDER $34 84 1M 5D SCAFFOLD ERECTOR $34 36 1 M 5D SCALE PERSON $34 36 iM 5D SIGNALMAN $34 36 1M 5D SLOPER(OVER 20") $34 84 1M 5D SLOPER SPRAYMAN $34 36 1 M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $34 84 1 M 5D SPREADER(CONCRETE) $34 84 1 M 5D STAKE HOPPER $34 36 1M 5D STOCKPILER $34 36 iM 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $34 84 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $34 84 1M 5D TOOLROOM MAN(AT JOB SITE) $34 36 1 M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $34 36 1 M 5D TRACK LINER(POWER) $34 84 1M 5D TRUCK SPOTTER $34 36 1M 5D TUGGER OPERATOR $34 84 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $34 36 1M 5D VIBRATOR $34 84 1M 5D VINYL SEAMER $34 36 1M 5D WELDER $34 36 1M 5D WELL-POINT LABORER $34 84 1 M 5D Page 4 L KING COUNTY Effective 03-03-07 ***a*x****r,t**.•**wr***•w*.r**axxt**«r**,r*r**r**wx*t:,r*:r,r*:��****««**wx**«+x*+**«rw•**«x**r.***r**»*+.r�•+rt*x.�**�e (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 1 M 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 $41 31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 B6 1 LABORER $97B 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEY LEVEL $41 23 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $B 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 iM 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1M 5D 8L BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 iM 5D 8L BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH $43 39 1M 5D 8L BACKHOES, (75 HP&UNDER) $41 93 i M 5D 81- BACKHOES, (OVER 75 HP) $42 35 i M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 iM 5D 81- BATCH PLANT OPERATOR,CONCRETE $42 35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $39 57 1M 5D 81- BROOMS $39 57 1M 5D 8L BUMP CUTTER $42 35 1M 5D 81. CABLEWAYS $42 84 1M 5D 8L CHIPPER $42 35 1M 5D 8L COMPRESSORS $3957 iM 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 i M 5D 8L CONCRETE PuMPS $41 93 iM 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1 M 5D 8L CONVEYORS $41 93 1M 5D 81. Page 5 KING COUNTY Effective 03-03-07 wwww+rwwwxwwwxwwxxwwwwxwwwx+rwwwwxwwwxrxwwxwwwwwwwwwwwwxxxwwwwwwwx:rwwwwxwwwwwxwxxxxxwwwwwwwxxxwxwwwwwwwwwwwwwwwwwwx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1 M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 1M 5D 8L JIB WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1M 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1M 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1 M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 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 1M 5D 8L CRUSHERS $42 35 1M 5D 8L DECK ENGINEERIDECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1 M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANUFT,PERMANENT AND SHAFT-TYPE $39 57 1 M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 iM 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1 M 5D 8L GUARDRAIL PUNCH $42 35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1 M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1M 5D 81- HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1 M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1 M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1 M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1M 5D 8L LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1M 5D 8L MIXERS,ASPHALT PLANT $42 35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) S42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1M 5D 81. MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD S42 84 1M 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(O T HER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) S41 93 1M 5D 8L POSTHOLE DIGGER, MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 • KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 B4 1 M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1 M 5D 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1M 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1M 5D 8L SAWS,CONCRETE $41 93 1 M 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 1 M 5D 81. OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1 M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1M 5D 8L TRACTORS,(OVER 75 HP) $42 35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $41 93 1 M 5D 8L TRUCK CRANE OILERIDRIVER(100 TON&OVER) $42 35 1 M 5D BL TRUCK MOUNT PORTABLE CONVEYER $42 35 1 M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 513 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 $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53 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 $41 14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $2624 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENT IAL SOFT FLOOR LAYERS " JOURNEY LEVEL $3376 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 111 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 2B 5A HOLE DIGGER/GROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPp: IAI APPAR-ATU;INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 +++++x++++x+xxx+++x+++x+++++++xx,rtrxxxxxxxxxxx+xxxxxxxxxx+xxx++xx+x++xx++xxxxxxxx+xxxxxxxxxxxxxxxxxxxxxxx+x+++++++ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 26 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 26 5A TELEVISION GROUND PERSON $15 96 26 5A TELEVISION LINEPERSON/INSTALLER $21 17 213 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 26 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 1T 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 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 pro)ects, workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements Is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 r*+w**•w*x•xx*a**«*xxx**x«:,tr*:�.*rv+��*.r+..+.*t*..x*+**,+**r.«e*w**,.►.�xx*.rr«�r.*+*x***rx,r+*.:,tr**xr*.:*r*,rtx*« (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $4143 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $41 33 1 M 5D CARPENTER $4127 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR $41 31 1M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING S41 47 1M 5D SAWFILER $4140 1M 5D SHINGLER $4140 1M 51) STATIONARY POWER SAW OPERATOR $4140 11M 5D STATIONARY WOODWORKING TOOLS $4140 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $65 75 1M 5D 8A DIVER TENDER $44 22 1 M 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 $41 51 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 513 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 03-03-07 w*:w.+new*rw**:w+r,.,ner+w«w+**w.*,e,e,.e,rr�,r«,.�*,r��,rr*..rrr***,+*,r w�*.*x+x*:*,e*,ew*�+w,r.*.*:e.*,r.,r..**��,rr,t,r*x,rr*■.�,r«x r*,r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $50 53 1D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $4875 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERUNE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3592 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $3788 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $1277 1 FLAGGERS JOURNEY LEVEL $29 68 1M 5D GLAZIERS JOURNEYLEVEL $4241 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 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 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 5B COOK $3190 1K 5B DECKHAND $3159 1K 5B ENGINEER/DECKHAND $3437 1K 5B MATE, LAUNCH OPERATOR $36 02 1K 513 Page 2 KING COUNTY Effective 03-03-07 ewwxxwwww,rwxwwwwwwxwwxwwxwwwwxwxxxww,rx,rww+r+wwxwwwwwwwwrwwxxxwxwwwwwwwxxwwxxwwwxwwwwwwxxwwwwwwxwwwwxwwwwxwxwwwxwww (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 $973 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 93 1 TV TRUCK OPERATOR $10 53 1 INSULATION APPLICATORS JOURNEYLEVEL $4127 1M 5D IRONWORKERS JOURNEY LEVEL $46 25 10 5A LABORERS ASPHALT,RAKER $3484 1M 5D BALLAST REGULATOR MACHINE $3436 1 M 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $3436 1M 5D BRUSH HOG FEEDER $3436 1M 5D BURNERS $3436 1M 5D CARPENTER TENDER $3436 1 M 5D CASSIONWORKER $3520 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $3436 1 M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3436 1 M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 1 M 5D CHUCKTENDER $3436 1M 5D CLEAN-UP LABORER $3436 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1 M 5D CONCRETE FORM STRIPPER $3436 1M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $3436 1M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $3520 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1 M 5D FALLERIBUCKER,CHAIN SAW $34 84 1M 50 FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1 M 5D construction debris cleanup) FINE GRADERS $3436 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER $3436 iM 5D GABION BASKET BUILDER $3436 1 M 5D GENERAL LABORER $3436 I M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1 M 5D Page 3 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL $3520 1M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1 M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1 M 5D HIGH SCALER $3520 11M 5D HOD CARRIER/MORTARMAN $34 84 11M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 11M 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 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 5D PILOT CAR $29 68 1 M 5D PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1 M 5D PIPELAYER&CAULKER(LEAD) $3520 1 M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1 M 5D POWDERMAN $3520 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 11M 5D RAILROAD SPIKE PULLER(POWER) $3484 1 M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1 M 5D SLOPER SPRAYMAN $3436 1 M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1 M 5D SPREADER(CONCRETE) $3484 11M 5D STAKE HOPPER $3436 11M 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 1M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 11M 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 SEAMIER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1 M 5D Page 4 KING COUNTY Effective 03-03-07 wt+e+rwwxxwwww*xwwwwwwwtwwwxxwwxwwwrwxwwwwwxwwxwxwwwttxwwwxxxwwwwwwwwwwwxwxwwxwwxwwwxwwwwwwwwwwxwwwwttwwwwwwwwwwwwx (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 $41 31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $3316 2B 5A PLASTERERS JOURNEY LEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $3957 11M 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 50 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 1 M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $3957 1M 5D 8L BROOMS $3957 1M 5D 8L BUMP CUTTER $42 35 1M 5D 81- CABLEWAYS $42 84 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 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 5D 8L CONVEYORS $4193 1M 5D 8L Page 5 KING COUNTY Effective 03-03-07 r,e,�..***w**w«ww,r�xrt,e•►r■***r*,rtr**wr,e�**.+*w�,r+***.:,rr*.�*.�*r**r*xw,r*xxw**..rxxew.*ww«r*tr.****,r+**«.x.se**►**«:* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1 M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1 M 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING $42 84 1 M 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 1 M 51D 81. WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1 M 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1 M 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1 M 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1 M 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1 M 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 8L CRUSHERS $4235 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1 M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1 M 5D 8L FINISHING MACHINE/13OWELL GAMACO AND SIMILAR EQUIP $42 35 1 M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 1M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1 M 5D BL GUARDRAIL PUNCH $42 35 1 M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1 M 5D 8L HORIZONTAL/DIRECTIONAL DRILL LOCATOR $41 93 1 M 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1 M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1 M 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 1 M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1M 5D 8L LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1 M 5D 8L MIXERS,ASPHALT PLANT $42 35 1 M 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1 M 5D 8L MUCKING MACHINE, MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1 M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 81. PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1M 5D 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 KING COUNTY Effective 03-03-07 rw r**•*:,r****+**wrx,rr+r*rrx«+xx+**+.****w,r**++r**.*+.:�«*.*..�*.*wx�.***x,�-a*,r.*,r.*,rr.*+**.*,t..,e+.****.�.�.**�«*�rr*.� (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 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1 M 5D 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1 M 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 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DtIMP,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 $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1M 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1 M 5D 8L TRACTORS,(OVER 75 HP) $42 35 1 M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1 M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DR)VER(UNDER 100 TON) $41 93 1 M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1 M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1 M 5D BL WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 5D BL YO YO PAY DOZER $42 35 1 M 5D SL POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53 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 $41 14 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $27 89 1H 5G Page 7 f KING COUNTY Effective 03-03-07 wwwwwwwxwwwwwwwww►wwxwwxwwww+xwwwxwxxwwxwwwxxxxawxwwxwxwwwwxxwxwxwwwxxxwwwxwwwwwwwwwwwwwwwwwwwwwwwxwxwwwwwwwwxwww (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 $53 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $29 76 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 IIR 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1 R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1 E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 2B 5A HOLE DIGGER/GROUND PERSON $16 81 213 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 **+,t*ww*x*w,t,rw*•*.**rr*.**+r,e*+*�+***xr+ne*x,tw+.rr*x*rr*r+w,r+•rrx*at*r*♦,tx*rr**«*,rr*,rk•e**,r.+*,+*x**«��+.x*****,r«*««*+rx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TELEPHONE EQUIPMENT OPERATOR(HEAVY) $29 89 213 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $27 82 2B 5A TELEVISION GROUND PERSON $15 96 2B 5A TELEVISION LINEPERSON/INSTALLER $21 17 26 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 16 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 16 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 IT 5D 8L DUMP TRUCK $39 04 1T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements Is provided on the Benefit Code Key KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE DOCK AND WARF CARPENTERS $41 33 1M 5D CARPENTER $4127 1M 5D CREOSOTED MATERIAL $4137 1M 5D DRYWALL APPLICATOR $4131 1M 5D FLOOR FINISHER $4140 1M 5D FLOOR LAYER $4140 1M 5D FLOOR SANDER $4140 1M 5D MILLWRIGHT AND MACHINE ERECTORS $42 27 1M 5D PILEDRIVERS, DRIVING,PULLING, PLACING COLLARS AND WELDING $41 47 1M 5D SAWFILER $41 40 1M 5D SHINGLER $4140 1M 5D STATIONARY POWER SAW OPERATOR $4140 1 M 5D STATIONARY WOODWORKING TOOLS $41 4D 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $85 75 1M 5D 8A DIVER TENDER $44 22 1M 50 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 $41 51 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $41 14 tE 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 03-03-07 r+.+*a**a+*+*,rw**r**++*+*****«****r+**r**«****,t,r****.«*�.�:.�.�+rt*•+*.***r****:r�**«**«•***«**+rr«*trx:rr**«*,r**x«� (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1D 5A CERTIFIED WELDER $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) $52 30 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $35 92 4A 5A HEAD GROUNDPERSON $37 88 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 88 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 26 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 88 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 6Q MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 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 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4513 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $34 84 1M 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $38 04 1K 56 COOK $31 90 1K 5B DECKHAND $31 59 1K 5B ENGINEER/DECKHAND $34 37 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 r r' KING COUNTY Effective 03-03-07 (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 $973 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $12 78 1 TECHNICIAN $7 93 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 $34 36 1M 5D BATCH WEIGHMAN $29 68 1M 5D BRUSH CUTTER $34 36 1M 5D BRUSH HOG FEEDER $34 36 1M 5D BURNERS $34 36 1M 5D CARPENTER TENDER $34 36 1M 5D CASSION WORKER $35 20 1M 5D CEMENT DUMPER/PAVING $34 84 1M 5D CEMENT FINISHER TENDER $34 36 1M 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $34 36 1M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1M 5D CHIPPING GUN(UNDER 30 LBS) $34 36 1M 5D CHOKER SETTER $34 36 1M 5D CHUCK TENDER $34 36 iM 50 CLEAN-UP LABORER $34 36 1M 5D CONCRETE DUMPER/CHUTE OPERATOR $34 84 1 M 5D CONCRETE FORM STRIPPER $34 36 1M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1 M 5D CURING LABORER $34 36 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED $34 36 1M 50 DITCH DIGGER $34 36 1 M 50 DIVER $35 20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $34 36 1M 5D EPDXY TECHNICIAN $34 36 1M 5D EROSION CONTROL WORKER $34 36 1 M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1M 5D construction debris cleanup) FINE GRADERS $34 36 1M SD FIRE WATCH $29 68 1M 5D FORM SETTER $34 36 1M 5D GABION BASKET BUILDER $34 36 1M 5D GENERAL LABORER $34 36 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1 M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $34 36 1M 5D Page 3 r KING COUNTY Effective 03-03-07 xwxwwwwwwwwwwwwxwwxwwxwwxwwxwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwxwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 50 HAZARDOUS WASTE WORKER LEVEL A $3520 1M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $3520 1M 5D HOD CARRIER/MORTARMAN $34 84 1 M 5D JACKHAMMER $3484 1M 51D LASER BEAM OPERATOR $3484 1 M 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 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1 M 5D PILOT CAR $29 68 1 M 5D PIPE POT TENDER $3484 1 M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1 M 5D PIPELAYER&CAULKER $3484 1 M 5D PIPELAYER&CAULKER(LEAD) $3520 1 M 51D 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 iM 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1 M 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 5D TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1 M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 *w.****,r**rr*.**«*****•**«r****.v.x***,rr*+«*x�:�«��*:rrx�.��+�:r.**r*,r+�..**+*xr*,r+*,rr**r*�«x*.*,r+*,r,r*,ram**rre.***,r*r« (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERALLABORER $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 $41 31 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $978 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEY LEVEL $4123 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 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 8L BACKHOES, (75 HP&UNDER) $41 93 1M 5D 8L BACKHOES, (OVER 75 HP) $42 35 1M 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1M 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1M 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1M 5D 8L BOBCAT(SKID STEER) $39 57 1M 5D 8L BROOMS $3957 1M 5D 8L BUMP CUTTER $42 35 1 M 5D 8L CABLEWAYS $4284 1M 5D 8L CHIPPER $42 35 1M 5D BL COMPRESSORS $39 57 1M 5D SL CONCRETE FINISH MACHINE-LASER SCREED $39 57 1 M 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 50 8L Page 5 4 � M � KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1 M 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 1 M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1M 5D 8L 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) $42 35 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 17T IN HEIGHT BASE TO BOOM $43 39 1M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1M 5D 8L CRUSHERS $42 35 1M 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $42 35 1M 5D 8L DERRICK,BUILDING $42 84 1M 5D 8L DOZERS,D-9&UNDER $41 93 1M 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1 M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $42 35 1M 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1M 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1M 5D 8L GRADE ENGINEER $41 93 11M 5D 8L GRADECHECKER AND STAKEMAN $39 57 1M 5D 8L GUARDRAIL PUNCH $42 35 1M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $42 35 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1M 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1M 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1M 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $43 39 1M 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1M 5D 8L LOCOMOTIVES,ALL $42 35 1M 5D 8L MECHANICS,ALL $42 84 1M 5D 8L MIXERS,ASPHALT PLANT $42 35 1M 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1M 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1M 5D 8L MUCKING MACHINE, MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1M 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1M 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1M 5D 8L PLANT OILER(ASPHALT,CRUSHER) $41 93 1M 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1M 50 8L POWER PLANT $39 57 1M 5D 8L PUMPS,WATER $39 57 1M 5D 8L Page 6 r KING COUNTY Effective 03-03-07 �wsrw*ww,r*w*r,r:r,r**ww*,�**ww�r Ww*,�w:ww*w*:esw*www,�*xwx:rww:rww r*wwwwxww,rwwrww,rw*,rww*ww,rwr*ww,rww*ww,rw*ww*ww*w*wwwwwwwwww (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 $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1M 5D 8L 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 1M 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1 M 5D 8L OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS CONCRETE AND CARRYALL $41 93 1M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1M 5D 8L SLIPFORM PAVERS $42 84 1M 5D 8L SPREADER,TOPSIDE OPERATOR-SLAW KNOX $42 35 1M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 81- TOWER BUCKET ELEVATORS $41 93 1M 5D BL TRACTORS,(75 HP&UNDER) $41 93 1 M 5D 8L TRACTORS,(OVER 75 HP) $42 35 1M 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1M 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1 M 5D 8L TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1M 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1M 5D 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1M 5D 8L YO YO PAY DOZER $42 35 1M 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER& (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $35 62 4A 5A SPRAY PERSON $33 82 4A 5A TREE EQUIPMENT OPERATOR $34 27 4A 5A TREE TRIMMER $31 88 4A 5A TREE TRIMMER GROUNDPERSON $24 03 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $53 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 03-03-07 *r•rrrr*•rt*+**•**+**,rt*«*****.*trt**********.�*+*,rr**r**rt***ta****,t+tt+nt*+r**,t,t,t*t*.*,tr,t,r+*,r,t*«**«**,rx****+**rx,e (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING JOURNEY LEVEL $53 01 113 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 76 1 B 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1R 5A SHEET METAL WORKERS 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 SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) _ JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 28 5A HOLE DIGGERIGROUND PERSON $16 81 28 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER 11 $29 30 2B 5A Page 8 t K KING COUNTY Effective 03-03-07 t:,r**,r.*r.*,rw****.a*««*«w*.*rt«**«�*+*:rr*.•xx�x*�:r+*xv.��r.*,r+*,r«xrv:,r**,rw*�«*r.��**,r*x,r«�*«**r*******.t*+*x*x*+*,r« (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 LINEPERSON/INSTALLER $21 17 2B 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 11K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $39 62 1T 5D 8L DUMP TRUCK $39 04 1T 5D 8L DUMP TRUCK&TRAILER $39 62 1T 5D 8L OTHER TRUCKS $39 62 1T 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 1 WELL DRILLER $17 68 1 Page 9 10/17/2007 14: 20 2069380227 MIKE WERLECH CONSTPU PAGE 02 • THE AMERICAN INSTITUTE OF ARCHITECTS A!A Document A312 Performance Bond Bond# 104974335 Any singular reference to Comruactor, Surety, Owner or otner party shall be considered plural where applicable. CONTRACTOR (Name and Address): SURELY (Name and Principal Place of Business): Mike Werlech Construction, Inc. Travelers Casualty and Surety Company of America PO.Box 46579 PO Box 3019 Seattle,WA 98146 Bothell,WA 98041-3018 • OWNER (Name and Address): City of Kent 220 4th Avenue South Kent,WA 98032-5895 CONSTRUCTION CONTRACT Date: 06C27/2007 Amount: $428,672.00 Description (Name and Location): Russell Road Maintenance Facility Roof and Wall Improvements BOND Date (Not earlier than Conn(uction Contract Date): 09l20f207 Amount $428,672.00 Modifications to this Bond: (3 None CI See Page 3 CONTRACTOR AS PRINCIPAL SURETY Company: (Corporate Seal) Company: (Corporate Seal) Mike Werlech Construction,Inc. Travelers CMiand Surety ompany of menca Signature. Signature: Name and Title: Name and Title: Theresa A. Lamb Attorney-In-Fact {Any additional signatures appear on page 3) (FOR INFORMATION ONLY—(`.fame, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Archifect, Eng_ine¢r or HUB International Northwest,L(k other party): PO Box 3018 Bothell,WA 98041-3018 (425)489-4500 AIA DOCUMENT A312•PERFORMANCE I10ND AND PAYMENT BOND• DECWGER 1994 ED. •AIA IN THE AMERICAN INS71TUTt OF ARCH'ITECrS,1735 NEW YORK AVE., N W„WASHINCTON, D.C.200% A312-19M 1 THIRD PRINTINC-MARCH 1997 Contract 372 0-2,871 10/17/2007 14:20 20593130227 MIKE WERLECH C3tlSTRU PAGE 03 • 1 The Contractor and the Surety, jointly and severally, which it may be liable to the Owner and, as bind themselves, their heirs, exetwrors, administrators, soon as practicable after the amount is delcr- successors and assigns to the Owner for the performance mined, tender payment therefor to t%1e of the Construction Contract,which ic incorporated herein Owner, or by reference. .2 Deny liability Inwho(eorinpanandnottfythe 2 If the Contractor performs the Construction Contract, Owner tiling reasons therefor, the Surety and the Contractor sha I have no obfigalion 5 If the Surety does not proceed as provided In Paragraph under this Bond, except to participate in conferences as 4with reasonable promptness,the Surety shall be deemed provided to Subparagraph 3.1, to be In default on this Bond fifteen days after receipt of an 3 if there is no Owner Default, th•a Surety's obligatlon additional written notice from the Owner to the Surety under this Bond shall arise after: demanding that the Surety perform its obligations under 3.1 The Owner has notified th r Contractor and the this Bond, and the Owner shall be entitled to enforce any 3.1a Its address described ,1 Paragraph 10 below remedv available to the Owner, if the Surety proceeds as Surelyprovided In Subparagraph 4 4, and the Ovvner refuses the that the Owners consrderrng declaring a Contractor payment iende ed or the Surety has den ed Lability, In Default and has requested and w,empted to arrange a whole orin part,without further notice the Owner shall be conference with the Contractor and the Surely to be entitled to enforce any remedy available to the Owner. held not later Than fifteen days rifler receipt of such notice to discuss methods of performing the Construc- 6 After the Owner has terminated the Contractor's right Lion Contract. If the Owner, Ihc: Contractor and the to complete the Construction Contract, and if the Surety Surety agree, the Contractor shal be allowed a reason- elects to act under Subparagraph 4 1, 4 2, or 4 3 above, able time to perform the Constl action Contract, but then the responsibilities of the Surety to the Owner shall such an agreement shall not waiw>the Owner's right, if not be greater !han those of the Contractor under the any.subsequently to declare a Cc retractor Default, and Construction Contract, and the responstblLfles of the 3.2 The Owner has declared a Cc ntraczor Defauh and Owner to the Surety shall not be greater than those of the 3. Tformally terminated the lacedCont aC c-nit right to complete Owner under the Construction Contract To the Itmli of the the contract, Such Contractor De fault shall not be de- amount of this Band, but subject ct commitment by the of clared earlier than twenty days after the Contractor and Owner of the Balance of the Contract Price tr mitigation Sure- the Surety have received notice as provided In Sub. ty is obligated ateddam we ho the Construction Contract,the5ure• paragraph 3.1; and ty Is obligated without dupe cation (or • 6.1 The responsibilities of the Contractor for correc- 3.3 'he Owner has agreed to pay the Balance of the lion of defective work and completion of the Construc• Contract Price to the Surely in accordance with the tion Contract; terms of the Construction Conrru-n or to a contractor selected toperformthe Construction Contract lnaccor- 61 Additional legal, design professional and delay dance with the terms of the Contract with the Owner. costs resultlnR from the Contractor s Derault, and re- sulting from the actions or failure to act of the Surely 4 When the Owner has satisfied the, conditions of Para- under Paragraph 4, and graph 3, the Surety shall promptly a 1d at the Surety's ex- pense take one of the following acticros, 6.3 Liquidated damages, or if no liquidated damages 4.1 Arran a lest the Contractor, with consent tat the are specified in the Construction Contract,actual darti- g ages caused by delaved performance or non-perfor- Owner, to perform and comple•+e the Construction mance of the Contractor. Contract; or 4.2 t Indertaketo perform and cc rnplete the Construc- 7 The Surety shall not be liable to the Owner orofhers for obligations of the Contractor that are unrelated to the Con- tlon Contract Itself,through its agents or through rode- itruction Contract, and the Balance of 'he Contract Price pendent contractors, or shall not be reduced or set off on account of any such 4.3 Obtain bids or negotiated proposals from unrelated obligations No right of action shall accrLIP on qualified contractors acceptable to the Owner for a this Bond to any person or entity other than the Owner or contract for performance and completion of the, Con- Its heirs, executors, administrators or successors struction Contract, arrange for ti contract to he pre- pared 8 The Surety hereby waives notice of any change.induct for execution by the oncuOwni r and the contractor ing changes of time, to the Construcilon Contract or to selected forah the Owner's concur ands to be secured refaleo subcontracts, purchase orders and other obllga- with performance and payment bonds executed by a icons. qualified surely equivalent to the bonds issued on the Construction Contract, and pay to the Owner the 9 Any proceeding, legal or equitable, under this Bond amount of damages as described in Paragraph 6 In ex- may be insti•uied In any court of competent jurisdiction,n cess of the Balance of the Contract Price incurred bylhe the location In which the work or partof thework is located Owner resulting from the Contractor's default; or and shalf be instituted within two years after Contractor 4.4 Waive its right to perform and complete, arrange Defaull or within two years after the Contractor i:Lawd for completion, or obtain a new contractor and with working orwithln twoyears after the Surety refutes or fails reasonable promptness under thl> circumstances to perform its obligations under this Bond,whichever oc- curs first If the provisions of this Paragraph are .,old or .1 After investigation, deta,mme the amount for prohlbtted by law, the minimum period of limitation avall- A1A DOCUMENT A372• M FORMANCE 60Mp ANC]PAYMENT RDND -OEiCEMSER 1404 ED -ALA ap THE AMERICAN INSTITUTE CE ARCHITLCTS 17lS NEW YORK AVL NAY WASHINCION, D C ME, A312.1984 2 THIRD PRINTINC- MARCH 1967 10/17/2007 14:20 2069390227 MIkE AERLECH COHSTRIJ PAGE 04 able to sureties as a defense it the iwrisdiction of the suit t-Actor of any amounts received or to be received by shall be applicable. the Owner in settlement of insurance or other claims for damages to which the Contractor Is entitled, re- 10 Notice totheSuret ,theOwnertlrtheContractnrshall y duced by all valid and proper payments made to or on be mailed or delivered to the addre:s shown on the slg- behalf of the Contractor under the Construction Con- naiure page. tract, 11 When this Bond has been furnished to comply with a 12.2 Construction Contract.The agreement between statutory or other legal requirement in the location where the Owner and the Contractor identified on the sig. the construction was to be performed.any provision inthis nature page, Including all Contract Documents and Bond conflicting with said statutory or legal requirement changes thereto. shall be deemed deleted herefrom and provisions con- forming to such statutory or other legal requirement shall 12.3 Contractor Default: Failure of the Contractor, be deemed incorporated herein The intent is that this which has neither been remedied nor waived,to per- Bond shall be construed as a statutory bond and not as a form or otherwise to comply with the terms of the common law bond. Construction Contract. 12 DEFINITIONS 12.4 Owner Default: Failure of the Owner,which has neither been remedied nor waived, to pay the Con• 12.1 Balance of the Contract Price: The total amount tractor as required by the Construction Contract or to payable by the Owner to the Contractor under the perform and completeor comply with the other terms Construction Contract after all proper adjustments thereof have been made, Including al,owance to the Con- MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: • (Spare Is provided below for addlti.,nal signatures of added parties,other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL SURETY Company, (Corporate Seal) Company, (Corporate Seal) Signature: Signature: Name and Title: Name and Title: Address. Address: AIA DOCUMENT A312 • P@RrORMANCE BO`IP AND PAYMENT e0NO• OECE&ABER 19" ED •AIA Er THE AMERICAN INSTMUVf OF ARCHrTECTS 173S NEW YORK AV[ N.W.WASHINCTON.D C.MOM A312-1994 3 THIRD PRINTrK•MARCH '957 10/17/2007 14:20 2069380227 MIKE WERLECH CONSTRU PAGE 05 THE AM ERICAN INSTITUTE OF ARCHITECTS A1A Document A312 Payment Bond Bond 9 104974335 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable CONTRACTOR (Name and Adcbress): SURETY (Name and Principal Place of Business)- Mike Werlech Construction,Inc. Travelers Casualty and Surety Company of America PO Box 46579 PO Box 3018 Seattle, WA 98146 Bothell,WA 98041-3018 OWNER (Name and Address): City of 220 4th Avenue South Kent,WA 98032-5895 CONSTRUCTION CONTRACT Date: 06/27/2007 Amount: $428,672.00 Description (Name and Location): Russell Road Maintenance Facility Roof and Wall Improvements BOND Dale (Not earlier than Construction Contract Date): 9/20/2007 Amount. 5428,672.00 Modifications to this Bond: ®None la See Page 6 CONTRACTOR AS PRINCIPAL SURETY Company: {Corporate Seal) Company: (Corporate Seal) Mike Werlech Construction,Inc. Travelers Cas\\ual��ty and Surety Company OfAm America 5ignature. _ Signature, - � -1 ( . �- - Name and Title: Name and Title- Theresa A. Lamb Attorney-In-Fact (Any additional signatures appear on page 6) (FOR INFORMATION ONLY—Mime, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Architect, Engineer or HUB International Northwest,LLC other party): . PO Box 3018 Bothell,WA 98041-3018 (425)489-4500 AIA DOCt1MENr A312•PERFORMANCE RONO AND PAYMENT BOND•DEC"ER 1994 to •AIA TFIE AMERICAN INSTI'YUTT OF ARCHITECri 1736 NEW YORK AVE.N.W.WASHINGTON.D.C. 2M A312-1984 4 THIRD PRINTING•MARCH 1987 Co nrra l323 I12 aM 10/17/2007 14:20 2069380227 MIKE WERLECH CONSTRU PAGE 06 1 The Contractor and the Surety jointly and severally, 6 When the Claimant has satisfied the conditions of • bind themselves, their heirs, exeiautors, administrators, Paragraph 4, the Surety shall promptly and at the successors and assigns to the Ovener to pay for labor, Surety's expense take the following actions: materials and equipment furnished for use in the perfor- 6.1 Send an answer to the Claimant,with a copy to mance of the Construction Conti,ict, which is incorpo- the Owner, within 45 days after receipt of the claim, rated herein by reference stating the amounts that are undisputed and the basis 2 With respect to the Owner, this obligation shall be for challenging any amounts that are disputed null and void if the Contractor: 6.2 Pay or arrange for payment of any undisputed 2.1 Promptly makes payment,directly or indirectly, amounts. for all sums due Claimants, and 7 The Surety's total obligation shall not exceed the 12 Defends, indemnifies and holds harmless the amount of this [fond,and the amount of this Bond shall be Owner from claims, demands, hens or suits by any credited for any payments made in good faith by the Surety person or entity whose claim, demand, lien or suit is for the payment for labor,mate vials or equipment fur- 8 Amounts owed by the Owner to the Contractor under rushed for use in the performance of the Construction the Construction Contract shall be used for the peffor- Contract provided the Owner has promptly notified mance of the Construction Contract and to satisfy claims, the Contractor and the Suety fat the address if any, under any Construction Performance Bond. By described in Paragraph 12) of .iny claims, demands, the Contractor furnishing and the Owner accepting this liens or suits and tendered d0ense of such claims, Bond,they agree that all funds earned by the Contractor demands, bens or suits to the Contractor and the in the performance of the Construction Contract are Surety, and provided there is rio Owner Default, dedicated to satisfy obligations of the Contractor and the Surety under this Bond,subject to the Owner's prior- 3 With respect to Claimants, thiis obligation shall be ity to use the funds for the completion of the work. null and void if the Contractor promptly makes pay- ment, directly or indirectly, for a I sums due, 9 The Surety shall not be liable to the Owner. Claimants 4 The Surety shall have no of ligation to Claimants or others for obligations of the Contractor that are unrelat- under this Bond until: ed to the Construction Contract The Owner shall not be liable for payment of any costs or expenses of any Claunr 4.1 Claimants who are employed by or have a direct ant under this Bond,and shall have under this Bond no oblr contract with the Contractor have given notice to the gations to make payments to,give notices on behalf of,or . Surety(al the address clescnbedl in Paragraph 12)and otherwise have obligations to Claimants under this Bond sent a copy, or notice thereof, to the Owner, stating that a claim is being made uncler this Bond and,with 1DThe Surety hereby waives notice of any change, substantial accuracy, the amount of the claim including changes of time, to the Construction Contract 4.2 Claimants who do not h,lve a direct contract or to related subcontracts, purchase orders and other with the Contractor; obligations .1 Have furnished writtrm notice to the Con- 11 No suit or action shall be commenced by a Claimant tractor and sent a copy, or notice thereof, to under this Bond other than in a court of competent juris. the Owner, within 90 days after having last diction in the location in which the work or part of the performed labor or Ian furnished materials or work is located or after the expiration of one year from the equipment included in the claim stating,with date 0)on which the Claimant gave the notice required by substantial accuracy,i lie amount of the claim Subparagraph 41 or Clause 4 2 3, or a) on which the last and the name of th r, party to whom the labor or service was performed by anyone or the last mate materials were furnished of supplied or for rfalsor equipment were furnished by anyone under the Colr whom the labor was d one o•performed;and struction Contract,whicheverof(1)or(2)first occurs. If the provisions of this Paragraph are void or prohibited by law, .2 Have either received .I rejection in whole or the minimum period of limitation avallableto sureties as a in part from the Contractor, or not received defense in the jurisdiction of the suit shall be applicable within 30 days of furnishing, the above no- tice any communication from the Contractor by which the Contractor has indicated the 12 Notice to the Surety, the Owner or the Contractoi claim will be paid directly or indirectly,and shall be mailed or delivered to the address shown on the signature page Actual receipt of notice by Surety, the .3 Not having been paid within the above 30 Owner w the Contractor, however accomplished, shall days, have sent a writtan notice to the Surety be sufficient compliance as of the date received at the (at the address describod in Paragraph 121 and address shown on the signature page, sent a copy, or notice thereof, to the Owner, stating that a claim is being made under this 13 W hen this Bond has been furnished to comply with a Bond and enclosing a copy of the previous statutory or other legal requirement in the location where written notice furnished to the Contractor the construction was to be performed,any provision in this Bond conflicting with said statutory or legal requirement 5 If a notice required by Paragi aph 4 is given by the shall be deemed deleted herefrom and provisions con Owner to the Contractor or to th-? Surety, that is suffi- forming to such statutory or other legal requirement shall clent compliance. be deemed Incorporated herein The intent is that thu AJA 00CUMTNT ATIT-PE RFOR.MANCE 1110140 AND PAYMEN7 BOND•OECEMBER 19a4 ED •A10 THE AMERICANINSTITVTF Or ARCHIT£CT5 1733 NEW YORx AVE N W WA SKI VC7pN DC 2W06 A312.1994 S THIRD PRINTING•MARCH 1987 10/17/2007 14:20 2069390227 MIKE WERLECH CCHSTRU PAGE 07 Bond shall be construed as a statu.,ory bond and not as a Construction Contract, architectural and engineering • common law bond. services rttquired for performance of the work of the Contractor and the Contractor's subcontractors, and 14 upon request by any person or untltyappearingtobea all other items for which a mechanic's lien may be potential beneficiary of this Bond, the Contractor shall asserted in the jurisdiction where the labor, materials promptly furnish a copy of this Bond or shall permit a copy or equipment were furnished to be made. 15 DEFINITIONS 15.2 Construction Convact.7heagreemerltbetween the Owner and the Contractor identified on the sig- 13.1 Claimanr An individual Ixenlityhaving a direct nature page, including all Contract Documents and contractwith the Contractor or with a subcontractorof changes thereto. the Contractor to furnish labor, materials or equip- 15.3 Owner Default: Failure of the Owner,which has ment for use In the performance of the Contract.The neither been remedied no, Waived, to pay the Con- intent of this Bond shall be to include without limita- traRoT as required bythe Construction Contract or to tion m the terms"labor,mater.,ils or equipment"that perform and complete or comply with theother terms part of water, gas, power, fight, heat, oil, gasoline, thereof. telephone service or rental equipment used in the MODIFICATIONS TO THIS BOND ARE AS FOLLOWS: (Space is provided below for additm)nal signarures of added parties, other than those appearing on the cover page.) CONTRACTOR AS PRINCIPAL. SURETY Company; (Corporate Seal) Company: (Corporate Seal) Slgnature: _ Signature: Name and Title: Name and Title: Address- Address: A2A DOCUMENT A312- PERFORMANCE 8DND AND PAYMENT BOND • DECEMSER 1964 ED . AIA 43 THE AMfCICAN INSTITLrTE OF ARCHnT:C7r, 1735 NEW YORK AVE_ N.W. WASHINGTON, D C 20M6 A312.19M B THIRD PRINTING•MARCH 1917 10/17/2007 14: 20 2069380227 MIKE WERLECH CONSTRIJ PAGE 08 WAPNi]Nt;-THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS POWER OF ATTORNEY Farmington Camally Company St.Paul(:oardian Insurance Company Fidelity and Guaranty Instrranee Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelem Casualty and Surety Company Seaboard Surell Company Travelers Casualty,and Surety Company of America S6 Paul girt and Marine Insurance Company United States Fidelity and Guaranty Company Attorney-In Fact No. 218179 Certificate Ne. 0 016 7 6 3 9 0 KNOW Al,l,MEN BY THM, PRESENTS Th n Seaboard Surety Company Via mrprtration duly organizecl ender the laws of the Stare of New York,that St Paul Fire and Marine Insurance Company.St Paul Oanrhun Insurance Company and St Paul Mereury Insurance Company are corporations duly arganized under the l iwt of the Stare of Minncsola, that Farmington Catualt� Company TrNclers Casvalty and Surety Company and Travelers Casuslty and Surety Company of Amcnca are corporntionR drily orginnad under the law%of the S ate of Connecticut rhat United State%FuleLry and Guaranty Company is A corporation duly organized under the laws of the State ur Maryland,that Fidelity and(7lu,aanty ln�urance Company is a cnrpomtion duly urganized under ncc IswR of the State of Jowa.nnrl ihir Fidelity and Guaranty Insurance Underwriters,Inc is a corptiran an duly orgamred under the lows of the Stain of Wivenninn therein collectively called the"Companies ),end bar the Companies do hereby make,constitute and appoint Darlene Jakielski.Julie M Glover,M.J.Collor, Nancy J, Osborne,S M.Scott,Steven K.Bush, Michael A.Murphy,JIM W Doyle,Brandon K Bush,Andy 0 Pdll,Jim S Kutch,Chad M Epple,Steve Wgrier,and Theresa A Lamb of the City of Bothell _ ,Sti of Washington their true and lawful Anomcy(a)-in-Tact, each in their separate capacty if more than one is named above,to Aign execute,seal and ackn svledSe any and ap hoods,recogmzanccr,conrliuon.d undertakmgt and other writings ohligatnry in the nature thereof an Uohalf or the CcnnpsmcR in their busmr,,, of guaranteeing the fidelity of person,guaranteeing the performanc:of contracry and executing or guaranteeing lvands and undcrtukingc regthred or perrial tCm any actions or ptoceediri allowed by law Sth IN WiTNFSS WHF.RBOP [hc Cottryabdate c lased thi%mctrurncm to he signed and[helreoepnrate seals to be Iicrcto affixed.this day o1 June Itatrrtington C:i<rtalty C.nn[piny St.Paul Guardian Insurance Company Fidelity and Grarnnty tns Trance Company- . St Paul Mercury Insurance Company Fidelity and G�raranty Insurami tinderwrhtrs,Inc. Travelers Casualty and Surety Company Seaboard Surcpv Company Travelers Casualty and Surety Company of America St Pnol Fire xiA Marine Insurance Company United Stales Fidelity and Guaranty Company G''�44 �,�p9�Fry tin i Q�TAIMJri� �P�i�ru�o a>�r�ayp � ��,ya l[fa2$o y �t 1927 r ; veer + 977 tO ! —,r�� � 580.�6':'ia+� '+e• ' tau .f� ��. N' `11�rrs„����10' State of Connecticut City of Hartford as. Gmtg Thnmrwrn tf, a:President On ibis the 5th of June 2007 day _ fore me penonally a ppcutcd George W,7hompenn who acknowledged himwIC to be the Senior Vice Pitudcn[of Fartnmltun Ca.RuaJry Company, Fidelity and Guaranty Insurance Company.Fidelity and Guarsnly Jrlwrance I-,'ndcrw•ritcry Inc,$cabcaTd Surety Cumpany,St Pnul Fire ind tisnnc InatimnCC Comp.iny.Sr,Paul Guardiin lnsursnee Company.St,Piul Mercury In�urancc Company Tmv,ler% Casualry ind Surety Company Trarclnrs Casualty ind Surety Company of America and United Stares Fidelity and Guaranty Company,and this he a%Ruch. Leine nuthorived so to do,esectited the foregnmg in,mi-umetit fur the purpose<therein contained by Argmne on bchnlf of ibe cog),iranon-by himself m a duly awfiori7ed nfl,ccr In Witness Whereaf,1 hcreuttto set my hand and rCSnal My Commission explre%the 30rh day of Tuns,2011 # pulp # 1vr,nc C 'Icncault Notary Public ll�S 584A0-8-06 Printed In U S A WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER �a o FACILITIES MANAGEMENT Charles Lindsey Superintendent 220 4t'Avenue South KENT Kent,WA 98032 WASHINGTON Fax: 253-856-6080 PHONE: 253-856-5080 June 30, 2009 Mike Werlech Mike Werlech Construction, Inc. PO Box 46579 Seattle, Wa. 98146 RE: City of Kent Russell Road Maintenance Facility Project Dear Mike: I have made a final inspection of the Kent Russell Road Maintenance Facility Project and found that the project is completed to my satisfaction. This letter serves as final acceptance of the public works project effective as of June 30, 2009. The one-year warranty period will remain in effect through June 30, 2010. Please make sure that all necessary State documents have been completed and filed. If you have any questions, please call me at (253)856-5081. a Charlie Lindsey, Supe " tendent of Facilities City of Kent Facilities C: Jeff Watling Parks Director 3 Recreation & Community Services Chauntelle Kristek 3 3 3 ® MAYOR,SUZETTE COOKE City of Kent Parks, Recreation&Community Services Jeff Watling, Director