Loading...
HomeMy WebLinkAboutPK07-189 - Original - Air Exchange - Plymovent System Stations 71 and 73 - 9/7/07 Records Man-' Air �gemer KENT � WASNINGTGM �' ` Document t_ nxggs ols Lr 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: lJ 4z— _ Vendor Number: Pk-- r� q JD Edwards Number Contract Number: /110 /" Ls! This is assigned by Deputy City Clerk Description: Detail: .�'h����11�C -7 1 25 2J0 -7 Project Project Name: Contract Effective Date: Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: ��' " � —Department: f Abstract: SPublic\RecordsManagement\Forms\ContractCover\ADCL7832 07/02 s ' KENT WASHING70N i PUBLIC WORKS AGREEMENT between City of Kent and Air Exchange, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Air Exchange, Inc organized under the laws of the State of California, located and doing business at 1185 SAn mateo Ave. San Bruno, Ca 94066, Phil Herrera, (206)484-7179 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications Plymovent System for Kent Fire Station 71 & 73 for air cleaning system Air Exchange, Inc will provide and install Plymovent strait rail system for Starton 73 located at 26512 Military Rd. So. in the City of Kent and provide and install Plymovent slideing balancer track system for Station 71 located at 504 W Crow, in the City of Kent, in accordance with the quote dated April 11, 2007, which is attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I within 60 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Thirty- thousand, four-hundred twenty-three dollars ($30,423), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a performance bond for the full contract amount to be in effect until sixty (60) days after the PUBLIC WORKS AGREEMENT- I (Over$10K, under$50K, and Performance Bond) • date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor and Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60 28.011(4)(a), unless otherwise instructed by the Contractor C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. PUBLIC WORKS AGREEMENT-2 (Over$10K under$50K and Performance Bond) F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a"Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or(3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM PUBLIC WORKS AGREEMENT-3 ((her$IOK, under$50K, and Performance Bond) WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information. I. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined, and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City PUBLIC WORKS AGREEMENT-4 (Over$10K, under$50K, and Performance Bond) may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4 24.115, then, in the event of Liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. PUBLIC WORKS AGREEMENT-5 (Over$]OK, under$5OK, and Performance Bond) XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County. Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, in addition to any other recovery or award provided by law, provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. PUBLIC WORKS AGREEMENT-6 (Over$10K, under$50K, and Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: 1 By: By: I (signature (signature) Print Name: h��chard. f. Print Name• uzette Cooke Its re Si(exit- Its Mayor (Title) eIle) DATE: 8 DATE. y�iD 7 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Phil Herrera Mike Hattrup, Project Coordinator Air Exchange, Inc. City of Kent 1185 San mateo Ave 220 Fourth Avenue South San Bruno, Ca 94066 Kent, WA 98032 (206)484-7179 (telephone) (253) 856-5082 (telephone) (253)815-6684 (facsimile) (253) 856-6080 (facsimile) APPROVED AS TO FORM: 1 ent aw ep ment AtrExchangeux station74 PUBLIC WORKS AGREEMENT-7 (Over$10K, under$50K, and Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this 13 day of A v!�v Sr , 2000.1. By: /� v For: Title: CirpS c�et.I Date: I l3107 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE- January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuringthat contractors, subcontractors, consultants, and suppliers subject to these regulations are PP J g familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS -2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date) , between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. Dated this day of , 200_ By: For: Title: Date EEO COMPLIANCE DOCUMENTS-3 Parks, Recreation and Community Services Jeff Watling, Director Phone 253-856-5082 Fax 253-856-6080 K E N T Address 220 Fourth Avenue S WASHINGTON Kent,WA 98032-5895 Memorandum PRIVILEGED AND CONFIDENTIAL DATE-June 12,2007 TO City Council Public Safety Committee THROUGH Watling,Jeff, Lindsey,Charles FROM Mike Hattrup RE Exhaust Extraction System Procurement Regarding the procurement of exhaust extraction systems for the City of Kent's fire stations,a sole source procurement approval is recommended with Air Exchange,Inc the supplier of Plymovent Exhaust Extraction Systems Through a detailed evaluation effort and having looked at several other manufacturer's exhaust extraction systems,no other system incorporates so many of the necessary features as the Plymovent System Plymovent is the only one which has an airtight seal around the engine exhaust pipe, thereby minimizing the amount of diesel exhaust fumes breathable by personnel in the fire station bays As an added bonus, because the Plymovent system incorporates an airtight seal, engine pump tests can be pei formed within the apparatus bays inside the stations The Plymovent system is currently installed and in use at all City Fire Stations almost exclusively,and it works flawlessly In addition, it is good maintenance practice to standardize to one manufacturer when considering spare parts and what we keep in stock For these reasons it is the Fire Department's as well as the Facilities Division's recommendation that the Plymovent system be chosen for the City's exhaust extraction needs Therefore it is hereby requested that a sole source approval be granted to procure the Plymovent exhaust extraction system If you agree with this memorandum and these findings,please indicate your approval by si Wing below. jate tte ooke d 3 O Memorandum June 19, 2007 PROPOSAL Page 1 of 1 AIR EXCHANGE, INC. The Clean Air Specialists 1185 San Mateo Avenue Phone 206-484-7179 650-871-2945 San Bruno, CA 94066 Fax 253-815-6684 650-871-2948 Proposal submitted to City of Kent/ Kent Fire Phone 256-856-5082 Date 4/11/2007 Street 304 4th Ave S Application Engineer Phil/Dick City,State and Zip Code Kent, WA. 98032 Job Location Station 73/71 Fax Customer Representative Mike Hattrup Title Job Phone We hereby submit estimate for our AIR CLEANING SYSTEM in accordance with the following Sta 73 One(1)Plymovent STRA-80 Strait Rail System w/Hose Pack#1 $ 22,832 00 Remove and re-install SBTA-21 Sta 71 One (1) Plymovent SBTA-21 b slideing balancer track system $ 7,591 00 Material Subtotal $ 30,423 00 Exclusions and notes: Electrical hook-up included Painting of any kind not Included Special drawings not included Permit fees of any kind not included TOTAL: $ 30,423 00 Performance Bond included, 8 900% Sales Tax $ 2,70765 Total w/WSST: $ 33,130 65 I Washington State Prevailing Wage Rules Apply Delivery of system vAll be within 4 to 5 weeks of proposal acceptance Payment to be made as follows Equipment due on delivery, balance due on completion of mechanical installation All material is guaranteed to be as specified AN work to be completed Authorized Signature: in a workmanlike manner according to standard practices Any Richard F Bertani alteration or deviation from above specifications involving extra costs will be executed only upon written orders,and will become an extra charg over and above the estimate All agreements contingent upon strikes accidents or delays beyond our control Owner to carry fire,tornado, Note This proposal may be with-drawn by us and other necessary insurance Our workers are fully covered by if not accepted within 45 days. Workman's compensation Insurance ACCEPTANCE OF PROPOSAL and TERMS AND CONDITIONS (Pages 1 and 2,inclusively)The above prices,specifications and Terms and Conditions are satisfactory and are hereby accepted You SIGNATURE: are authorized to do the work as specified By signing where indicate you,as agent for the organization proposed,hereby authorized Air Exchange, Inc to perform the work as specified on Page 1 of 2 of this DATE OF proposal and agree and accept the Terms and Conditions(Page 2 of CCEPTANCE- of this proposal Payment will be made as outlined above EXHIBIT 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 11 85 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: I. 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 AN IL 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 furnish separate certificates and endorsements for each subcontractor All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ACORP,M CERTIFICATE OF LIABILITY INSURANCE 08/(14/2007' PRODUCER (707)284-5900 FAX (707)284-5990 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McDonald-Leavitt Ins. Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 2800 Cleveland Ave. Ste. D HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Santa Rosa, CA 95403 INSURERS AFFORDING COVERAGE NAIC# INSURED Air Exchange, Inc. INSURERA Mt Hawley Insurance 37974 1185 San Mateo Ave. INSURERS Commerce West Ins. Co. 13161 San Bruno, CA 94066 INSURER INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR IUDIYL TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY MGLO151974 07/16/2007 07/16/2008 EACH OCCURRENCE S 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED S 50,000 CLAIMS MADE a OCCUR MED EXP(Any one person) $ 5,000 A X - - -PERSONAL&ADV INJURv $ 1,000,0() GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 1,000,000 POLICY M J CT LOC AUTOMOBILE LIABILITY CCV0356328 07/16/2007 07/16/2008 COMBINED SINGLE LIMIT ANY AUTO (Ea acaoenq $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) B X HIRED AUTOS BODILY INJURY $ X NON OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGG $ EXCESS/UMBRELLA LIABILITY MXL0366517 07/16/2007 07/16/2008 EACH OCCURRENCE $ 1,000,000 X OCCUR FI CLAIMS MADE AGGREGATE $ A X $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER'EXECU7NE E L EACH ACCIDENT $ OFFICERiMEMBER EXCLUDED E L DISEASE-BA EMPLOYE $ If yes,describe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT I$ OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Except for 10 days notice for non-payment of premium per California Law ertificate Holder is included as an additional insured per attached form roject; Fire Station #71 located at 504 W. Crow Kent, WA & Fire Station #73 located at 26512 ilitary Rd. So. Kent, WA RTIFI ATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL The City of Kent 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Parks Facilities BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 220 4th Ave. South OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES Kent, WA 98032 A RIZED PRE ENTATIV ACORD 25(2001108) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend,extend or alter the coverage afforded by the policies listed thereon ACORD 25(2001/08) Policy No MGL05151974 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART The City of Kent Parks Facilities 220 4rh Ave South Kent,WA 98032 C. Section 11—Who is Insured Is amended to in- 1 `Bodily Injury" "property damage" or personal clued as an additional insured any person or organi- and advertising injury arising out of the render- zation for whom you are performing operations when ing of,the failure to render, any professional you and such person or organization have agreed in architectural, engineering or surveying services, writing in a contract or agreement that such person including or organization be added as an additional Insured on your policy Such person or organization is an addi- a The preparing, approving,or failing to pre- tional insured only with respect to liability for"bodily pare or approve, maps,shop drawings, injury" "property damage"or "personal and advertis- opinions, reports,surveys,field orders, ing Injury"caused, in whole or in part by change orders or drawings and speclfica tions,or 1 Your acts or omissions,or b Supervisory,Inspection, architectural or en- 2 The acts or omissions of those acting on your gineering activities behalf, in the performance of your ongoing operations for 2 `Bodily Injury"or"property damage"occurring the additional insured after A person's or organization's status as an additional a All work, Including material parts or insured under this endorsement ends when your equipment furnished in connection with such operations for that additional insured are completed work,on the protect(other than service, maintenance or repairs)to be performed by To the extent required under contract, this policy will or on behalf of the additional insureds (s)at apply as primary insurance to additional Insureds the location of the covered operations has and other insurance which may be available to such been complete, or additional insureds will be non-contributory b That portion of"your work"out of which the B With respect to the Insurance afforded to these adds- injury or damage arises has been put to Its tional Insureds, the following additional exclusions intended use by any person or organization apply other than another contractor or subcontract- - -V for engaged In performing operations for a This Insurance does not apply to principal as a part of the same protect ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED CGL 215(11104 ma: AMERICAN CONTRACTORS INDEMNITY COMPANY 9841 AIRPORT BOULEVARD,9°1 FLOOR,LOS ANGELES,CA 90045 (310)649-0990 Bond No. 1000778181 Premium: $ 1,009 00 Public Works—Payment KNOW ALL MEN BY THESE PRESENTS,That we, AIR EXCHANGE,INC as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a Corporation organized and existing under the laws of the State of California, and authorized to transact a general Surety business in the State of w as Surety, are held and firmly bound unto CITY OF KENT as Obligee, in the Sum of THIRTY-THREE THOUSAND ONE HUNDRED THIRTY AND 65/100 Dollars ($ 33,130 65 ), ]awful money of the United States of America, for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs. executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH,that WHEREAS,the above-bounden Principal has entered into a contract dated 8/13/2007 with said Obligee to do and perform the following work,to wit: SUPPLY AND INSTALL A VEHICLE EXHAUST SYSTEM NOW,THEREFORE,if the above-bounden Principal shall faithfully pay all laborers.mechanics, subcontractors, materialmen and all persons who shall supply such person or persons,or subcontractors,with materials and supplies for the carrying on of such work,then this bond shall be null and void,otherwise it shall remain in ful force and effect. Signed, sealed and dated this 15TH day of AUGUST 2007 a W P _ AIR EXCHANGE,INC American Contractors Indemnity Cr>_mpany I Principal By MATTHEW JRNAERT — :l Ito rn.'v-ct,=1:"act l T HC(SZZ811 B I)i)5 V i ,I Ivi V I CALIFORNIA RP LL-PUOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SACRAMENTO On AUGUST 15TH, 2007_ before me, NHUNG HONG NGUYEN, A NOTARY PUBLIC DATE NAME,TITLE OF OFFICER- E G , "JANE DOE, NOTARY PUBLIC" 14ATTHEW J. BEERNAERT personally appeared, personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/ they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signalure(s; on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my-hand and official seal. PUNG HONE N6UVEEN K, Comm #1495162 NOTAR' PUBLIC-CALIF01111111111111 W (SEAL) My Comm Expna Me 7,1068 fTARY POLIC ONATURE _0P_T10NAL- INL ,FORMA710 N- - ' kA 2� TITLE OR TYPE OF DOCUMENT BOND 11000778181 DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE ® American Contractors Indemnity Company 9841 Airport Blvd.,9"Floor Los Angeles,California 90045 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS That Amencan Contractors Indemnity Company of the State of California,a California corporation, does hereby appoint, Eric J.Fedors,Sheryl Smith,Kim Parry,Elizabeth A.Juarez,Matthew J.Beernaert,Rosemary Maddalena, or Nhung H.Nguyen of Sacramento,California =` its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds,undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed $ *"* ** ** 3,000,000 00 ********* This Power of Attorney shall expire without further action on June = 29,2009 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6"' day of December, 1990 �I;IIi� "RESOLVED that the Chief Executive Officer,President or any Yice President,Executive Vice'President;Secretary or Assistant Secretary,shall have the J�A, powerandauthority__ I To appoint Attorney(s)-m-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, _ bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, 2 To remove,at any time,any such Attorney-in-Fact and revoke the authority given - RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be of�d to any such'Power of Attorney or certificate = relating thereto byfacsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and bindrng - upon the Company and any such power so executed and certified by facstmtle signatures and facsimile seal shall be valydan-d binding upon the-Company in the future with respect to any bond or undertaking to which it is attached-" IN WITNESS WHEREOF,American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its- ` =- Executive Vice President on the 9`h day of January,2007 1 °Ll�q +,�_44pl��liu'�'.��,li �SQ�ETOQSyy AMERICAN CONTRAC'1'61k INUMNITY-COMPANY INCRPDNAED 16,199D By STATE OF CALIFORNIA .� § Adam S.Pessm,Executive Vice President COUNTY OF LOS ANGELES § _ __ ;'; =- - On this 9th day of January,2007,before me, Steve Fedunak ,a notary public,personally alspeared Adam'S'Pessm,Executive Vice President of American Contractors Indemnity Company ,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed-tor the within instrument and acknowledged to me that he/she/they=executed the same in his/her/their authorized capacity(ies),and-thafby his/ber/thei_r signature(s)on the instrument the person(s),or_the=_entity upon behalf of Y_ which the person(s)acted,executed the instrument_ WITNESS my hand and official seal STEVE FEDUNAK Comm No. 1593578 diltitivN -- _-- _ ems' NOTARY PUBLIC-CALIFORNIA D LOSANGELES COUNTY "xlae lirif,+ _ _ -____- _ _ Sig MyCnmm.Ep JuneZH,Z009 My Commission expires June 29 2009 I,Jeannie J Kim,Corporate Secretary of American Contractors Indemnity Company,do hereby certify that the Power of Attorney and the =_ _- - resolution adopted by the Board of Directors of said Company as set forth above,are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now m=full force and effect = IN WITNESS HEREOF,I have hereunto se_ y handthis 15TH_day of AUGUST _ ;=2007 0�P__ _ Bond No, 1000778181 Jeann J Kim,Corporate Secretary Agency No - 4901-0 Rev POA03/22106 AMERICAN CONTRACTORS INDEMNITY COMPANY 9841 AIRPORT BOULEVARD,91'FLOOR,LOS ANGELES,CA 90045 (310)649-0990 Bond No. 1000778181 Premium $ 1,00900 Public Works—Performance KNOW ALL MEN BY THESE PRESENTS, That we, AIR EXCHANGE,INC. as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a corporation organized and existing under the laws of the State of California,and authorized to transact a general surety business in the State of WASHINGTON as Surety, are held and firmly bound unto CITY OF KENT as Obligee, in the sum of THIRTY-THREE THOUSAND ONE HUNDRED THIRTY AND 65/100 Dollars ($ 33.130 65 ), lawful money of the United States of America. for the payment whereof, well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors and assigns,jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that WHEREAS, the above-bounden Principal has entered into a contract dated 8/13/2007 with said Obligee to do and perform the following work,to wit: ? SUPPLY AND INSTALL A VEHICLE EXHAUST SYSTEM I 1 t c NOW, THEREFORE, if the above-bounden Principal shall well and truly perform or cause to be performed, "the works under the contract,"then this bond shall be null and void; otherwise it shall remain in full force and effect. Signed, sealed and dated this 15TH day of AUGUST 2007 3 i AIR EXCHANGE, INC AMERICAN CONTRACTORS INDEMNITY COMPANY Principal i By � MATTHE J EERNAERT -Atteiitey-lp-f'a'ct 1]C(SZ,Z20op10i05 ""'TIV wl 6#0 5 jj t CALIFORNIA Cl—'VE21—M,116��Ilhlle Will ALL-PURPOSEll Willi ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF SAMOOMN170 On AUGUST 15TH, 2007 before me, NIEIUNG HONG NGUYEN, A NOTARY PUBLIC DATE NAME,TITLE OF OFFICER- E,G ,"JANE DOE, NOTARY PUBLIC" personally appeared, MATTHEW J. BEERNAERT personally known to me (or proved to me on the basis of satisfactory evidence)to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/ they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the p e rso n(s),or the entity upon behalf of which the person(s) acted, executed the instrument. NHUNG HONG WMN� WITNESS my hand and official seal. Comm #1495152 MM NOTV UBLIC-CALIFORNIA VJ !Mento County 10� _xpw ANE 17,2008 (SEAL) WOTA',9Y F(YLIC SI ATURE OPTIONAL INFORM-A-TIO- ti V W11W TITLE OR TYPE OF DOCUMENT BOND #1000778181 DATE OF DOCUMENT NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE All t JAR, American Contractors Indemnity Company 9841 Airport Blvd.,9"Floor Los Angeles,California 90045 ax POWER OF ATTORNEY KNOW ALL MEN13Y THESE PRESENTS That American Contractors Indemnity Company of the State of California,a California corporation, does hereby appoint, Eric J.Fedors,Sheryl Smith,Kim Parry,Elizabeth A.Juarez,Matthew J.Beernaert,Rosemary Maddalena, or Nhung H.Nguyen of Sacramento,California -- its true and lawful Attomey(s)-m-Fact,with tall authority to execute on its behalf bonds,undertakings,recogntzances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed $ ********* 3,000,000 00 ********* This Power of Attorney shall expire without further action on June 29,2009 This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6'h day of December, 1990 "RESOLVED that the Chief Exeeutive Officer,President or any Vice President,Executive ViceIPresident,Secretary or Assistant Secretary,shall have the power and authority To appoint Attorneys)-in-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereofand, 1 To remove,at any time, any such Attorney-in-Fact and revoke the authority given I'! ' a'I�of�„„ RESOLVED FURTHER, that the signatures of such o)ricers and the seal of the Company may be affixed to any such Power of }tt 4rney or certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached" IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its Executive_Vice President on the 9`h day of January,2007 Vo,A�Y3CTOgl AMERICAN CONTRACTORS INDEMNITY COMPANY 3 SEPT 26,IIM SEPT 1990 o B STATE OF CALIFORNIA § Adam S.Pessin,Executive Vice President COUNTY OF LOS ANGELES § On this 9th day of January,2007,before me, Steve Fedunak ,a notary public,personally appeared Adam S.Pessin,Executive Vice President of American Contractors Indemnity Company ,personally known to me(or proved to me on the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of which the person(s)acted,executed the instrument __ WITNESS my hand and official seal STEVE FEDUNAK " Comm No, 1593578 0 ��. NOTAM PUBUC-CAUFORNiA 0 JJ p LOS ANGELES COUNT/ W Signature of Notary My Comm Exp June 29,ZDD9 My Commission expires June 29,2009 I,Jeannie J Kim,Corporate Secretary of American Contractors Indemnity Company,do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and'tbey are now-in full force and effect IN WITNESS HEREOF,I have hereunto set my hand this I5TA-day of=AUEG'UST 200L=_- Bond No 1000778181 Jeann J Kim,Co orate Secretary Agency No #9010 Rev POA03122/06 Department of Labor and Industries Prevailing Wage STATEMENT OF INTENT TO (360)902-5335 a PAY PREVAILING WAGES www.lni wa gov//TradesLicensing/PrevailtngWage 1 Public Works Contract �a'ur'o $25.00 FiUng Fee-Re uired • This form must be typed or printed in ink. $r\ Project Name # o tracttl • Large,bold numbers match instructions on back of form 71 4—73 A -T • Please allow a minimum of 10 working days for processing Contract Awarding Agency(public agency-not federal or pnv te) • Once approved your form will be posted online at the above website ,+ FAPPROVED FORM WILL BE MAILED TO THIS ADDRESS Address QarKs fACl 1;+leg Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Ke-Mr. 99a-BA Awarding Agency Project Contact erson Phone# Sari 00�eA Aue- County where work was pcfformed City where work was performed s0.Y1 gQuNot CFI qu-ococo )Kiy\ Ker�'r Bid due disfe (mm/dd/yy) Date contract awarded (mm/dd/yy) 1-+ yo 1 ZUO 'T ) QO Will afl work be subcontracted' Do you tend to use su ontractors9 Yes ❑ No 4di1 Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration# Expected job start date(mnJdd/yy) Do you intend to use apprentices? A>�c r\AYE E ZIZE if 9 g�� x pe{'' emlY 2x 2007 ❑ Yes No Craft/trade/occupation(Do NOT list apprentices) Estimated no Rate of Rate of hourly fringe Indicate number of owners expected to peiforin work of workers hourly benefits S �AI� t,Oo� vb Co any name Indicate total dollar amount of your contract $ S or time and materials if applicable 3 _ Address 1 hereby certify that the above information is correct and that all ' lno �e workers I employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial SOARN u b CA q LE O coC, Statistician of the Department of Labor and Industries Contractor Registration No UBI T tl Stgnat re 0I$ --p r Industrial Insurance Account Number Email address Phone number For L&I Use my ,r"90 )V . r—&VN CO 1—3101LPq Check Number. ❑ $25 or S For L&I Use Only Issued By APPROVED: Department of Labor and Industries By Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy—L&1 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 **a*,rw*,r**,r*,r*+:��:.�*,r*+..**r*,r***r*,r.:�.x�«�,r�����+r*w,t*.*:ram tx+max***+**.rr«*:*.ay.■**,r****,rt x+x�.x:rr*,r+*,r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $34 36 1M 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $42 47 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $41 43 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $4133 1M 5D CARPENTER $4133 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 1 M 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 $85 75 1M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 8L ASSISTANT MATE(DECKHAND) $41 51 1T 5D 8L BOATMEN $42 02 1T 5D 8L ENGINEER WELDER $42 07 1T 5D 8L LEVERMAN,HYDRAULIC $43 64 1T 5D 8L MAINTENANCE $4151 1T 5D 8L MATES $42 02 1T 5D 8L OILER $4164 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $4114 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Pagel KING COUNTY Effective 03-03-07 wwwwxwxxwwxwwwwwxwwxxwxwx,ew+ewwxxwwwwww,rwwwwwwwwwwwwwwwwwwwwwwwwwwwxwwxwwwwwxwwxwwwwwwwwxwwwwwwwwwwwwwwwwww (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 SA CONSTRUCTION STOCK PERSON $27 32 1D SA JOURNEY LEVEL $48 75 1D SA JOURNEY LEVEL(TUNNEL) $52 30 1D SA 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 $3788 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 601 MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 58 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 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 5B Page 2 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 $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 JOURNEY LEVEL $41 27 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 DUMPERIPAVING $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 1M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 1M 5D CHUCKTENDER $3436 1M 5D CLEAN-UP LABORER $3436 1M 5D CONCRETE DUMPERICHUTE OPERATOR $34 84 1M 5D CONCRETE FORM STRIPPER $3436 1M 5D CONCRETE SAW OPERATOR $34 84 1M 5D CRUSHER FEEDER $29 68 1M 5D CURING LABORER $3436 1M 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $3436 1M 50 DITCH DIGGER $3436 1M 5D DIVER $35 20 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1M 5D EROSION CONTROL WORKER $3436 1M 5D FALLER/BUCKER,CHAIN SAW $34 84 1M 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $27 36 1M 5D construction debris cleanup) FINE GRADERS $3436 1M 5D FIRE WATCH $29 68 1M 5D FORM SETTER $3436 1M 5D GABION BASKET BUILDER $3436 1M 5D GENERAL LABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1M 5D GRINDERS $3436 1M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 *ww,e,r,ewwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL A $35 20 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1M 5D HIGH SCALER $35 20 1 M 5D HOD CARRIER/MORTARMAN $34 84 1M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 1M 5D MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1M 5D MINER $35 20 1M 5D NOZZLEMAN,CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $3484 1M 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3484 1M 5D PILOT CAR $29 68 1M 5D PIPE POT TENDER $3484 1M 5D PIPE RELINER(NOT INSERT TYPE) $3484 1M 5D PIPELAYER&CAULKER $3484 1 M 5D PIPELAYER&CAULKER(LEAD) $35 20 1M 5D PIPEWRAPPER $3484 1M 5D POT TENDER $3436 1 M 5D POWDERMAN $35 20 1M 5D POWDERMAN HELPER $3436 1M 5D POWERJACKS $3484 1M 5D - RAILROAD SPIKE PULLER(POWER) $3484 1M 5D RE-TIMBERMAN $35 20 1M 5D RIPRAP MAN $3436 1M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1M 5D SIGNALMAN $3436 1 M 5D SLOPER(OVER 20') $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $3484 1M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 51D TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACK LABORER $3436 1M 5D TRACK LINER(POWER) $3484 11M 51D TRUCK SPOTTER $3436 1 M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $34 36 1M 5D PIPE LAYER $34 84 1M 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $11 07 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $10 63 1 LANDSCAPING OR PLANTING LABORERS $8 42 1 LATHERS JOURNEY LEVEL $4131 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $1156 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 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (3 YD&UNDER) $42 35 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $42 84 1T 5D 8L BACKHOE, EXCAVATOR,SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $43 39 1T 5D 8L BACKHOES, (75 HP&UNDER) $41 93 1T 5D 8L BACKHOES, (OVER 75 HP) $42 35 1T 5D 8L BARRIER MACHINE(ZIPPER) $42 35 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $42 35 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $41 93 1T 5D 8L BOBCAT(SKID STEER) $39 57 1T 5D 8L BROOMS $39 57 1T 5D 8L BUMP CUTTER $42 35 1T 5D 8L CABLEWAYS $42 84 1T 5D 8L CHIPPER $42 35 1T 5D 8L COMPRESSORS $39 57 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1T 50 8L CONCRETE PUMPS $41 93 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1T 5D 8L CONVEYORS $41 93 1T 5D 8L Page 5 KING COUNTY Effective 03-03-07 r*+**.+*.**«�*+**+�*+**,+«.«**r**+,t,r�*•***r r**�**�*.**++*+*,r«x,r**««*r***,+*,t.,t,t r*�+**,r*,r�*,r t**«*««*,r******r (See Benefit Cade Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $42 84 1T 5D 8L WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $43 39 1T 5D 8L WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $43 96 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $41 93 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $44 52 1T 5D 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $42 35 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $42 84 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $43 39 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $43 39 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1T 5D 8L CRUSHERS $42 35 1T 5D BL DECK ENGINEER/DECK WINCHES(POWER) $42 35 1T 5D 8L DERRICK, BUILDING $42 84 1T 5D 8L DOZERS, D-9&UNDER $41 93 1T 5D 8L DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $41 93 1T 5D BL DRILLING MACHINE $42 35 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1T 5D 8L FINISHING MACHINEIBIDWELL GAMACO AND SIMILAR EQUIP $42 35 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $41 93 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $39 57 1T 5D 8L GRADE ENGINEER $41 93 1T 5D 8L GRADECHECKER AND STAKEMAN $39 57 1T 5D 8L GUARDRAIL PUNCH $42 35 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $42 35 1T 5D 81. HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $39 57 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $41 93 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $42 84 1T 5D SL LOADERS,OVERHEAD(8 YD&OVER) $43 39 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $42 35 1T 5D 8L LOCOMOTIVES,ALL $42 35 1T 5D 8L MECHANICS,ALL $42 84 1T 5D 8L MIXERS,ASPHALT PLANT $42 35 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $42 35 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $41 93 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $42 84 1T 5D 8L OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $39 57 1T 5D 8L OPERATOR PAVEMENT BREAKER $39 57 1T 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1T 5D 81. PLANT OILER(ASPHALT,CRUSHER) $41 93 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $39 57 1T 5D 8L POWER PLANT $39 57 1T 5D 8L PUMPS,WATER $39 57 1T 5D 8L Page 6 KING COUNTY Effective 03-03-07 r+,eww:•r*,r«*r**w«,e*w*xr****�a**,.:,tx*xrr*w«�tn**r�r,r«x«*xv.xx+**+**«rne.**«*x«*xw*,r.********r****««**.*,rv**«:,r* (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1T 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1T 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1T 5D 8L ROLLAGON $42 84 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 1T 5D 8L ROTO-MILL,ROTO-GRINDER $42 35 1T 5D 8L SAWS,CONCRETE $41 93 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 35 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $42 84 1T 5D BL OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1T 5D 8L SCREED MAN $42 35 1T 5D 8L SHOTCRETE GUNITE $39 57 1T 5D 8L SLIPFORM PAVERS $42 84 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1T 5D 8L SUBGRADE TRIMMER $42 35 1T 5D 8L TOWER BUCKET ELEVATORS $41 93 1T 5D 8L TRACTORS,(75 HP&UNDER) $41 93 1T 5D 8L TRACTORS,(OVER 75 HP) $42 35 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $42 35 1T 50 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $42 84 1T 5D 8L TRENCHING MACHINES $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $41 93 1T 5D 8L TRUCK CRANE OILER/DRIVER(100 TON&OVER) $42 35 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $42 35 1T 50 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1T 5D 8L YO YO PAY DOZER $42 35 1T 5D 8L POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (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 xxxwxxwxxxwxwwxwxxxxxwwxwwwwwwwwxwwwwxwxxxxwwwwwwwwwxwwwwwwwwxwxxxxxxxwxxwxxwwxxxwwwxwwwxwxwwwwwxwwxwxwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $1760 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $2295 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS 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 $2976 1B 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZOITILE SETTERS JOURNEY LEVEL $4033 1B 5A ROOFERS JOURNEY LEVEL $35 78 IIR 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 IIR 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $49 97 1E 6L SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $23 36 1 SIGN MAKER $16 84 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $17 31 1 SIGN MAKER $15 61 1 SOFT FLOOR LAYERS JOURNEY LEVEL $33 76 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $53 24 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 SURVEYORS CHAIN PERSON $9 35 1 INSTRUMENT PERSON $11 40 1 PARTY CHIEF $13 40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22 76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $29 89 213 5A HOLE DIGGER/GROUND PERSON $16 81 2B 5A INSTALLER(REPAIRER) $28 68 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $27 82 2B 5A SPECIAL APPARATUS INSTALLER 1 $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 *wwww*w*ww***ww*w**w*wwwww**wwww*wwwwww**wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww (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 28 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $40 33 1B 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $34 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $39 04 1T 5D 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 m i A Page 9