Loading...
HomeMy WebLinkAboutPK07-211 - Original - Duncan Asphalt & Sealcoating - Fire Station 73 Parking Lot Sealcoat Prep - 08/17/2007 � Records Manra' gernen't KENT � f WA9HINGTON � Document a 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, N you have questions, please contact City Clerks Office. Vendor Name: �� ndor Number: v JD Edwards Number Contract Number: f�do-7 `Z1 This Is assigned by Deputy City Clerk Descriptiona2= (4 Detail: Project Name: .tom f 7 � y Contract Effective Date: !7-D 7 Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager. Y Department: Abstract: S Public\RecordsManagement\Forms\ContractCover\ADCL7832 07/02 _ x V r KENT WA5HINGTON PUBLIC WORKS AGREEMENT between City of Kent and Duncan Asphalt & Sealcoating THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Duncan Asphalt & Sealcoating organized under the laws of the State of Washington, located and doing business at PO Box 7426, Bonney Lake, Wa 98391, 253-863-3715 (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: At City of Kent Fire Station 73, do all necessary prep work to prepare parking lot for sealcoat and patch, located at 26512 Military Rd S., in the City of Kent in accordance with the proposal dated May 29, 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, the Contractor shall complete the work described in Section I within 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Fourteen thousand-four-hundred fifty eight dollars and nintey eight cents ($14,458 98), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Performance Bond Because this contract, including applicable sales tax, is less than 25 000 and pursuant to Chapter 39 08 RCW the Contractor, in lieu of providing i$ p p p g the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the PUBLIC WORKS AGREEMENT- 1 (over$IOK, under$25K, and No Performance Bond) Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment- Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. PUBLIC WORKS AGREEMENT-2 (Over$1OK, under$25K, and No Performance Bond) VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39 12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3)not protesting in the way this section provides A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. PUBLIC WORKS AGREEMENT-3 (Over$]OK, under$25K, and No Performance Bond) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined, and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to PUBLIC WORKS AGREEMENT-4 (Over$IOK, under$25K, and No Performance Bond) correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 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$25K, and No 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$25K, and No Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS,the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: LBy: 44 16"a (signal a (sgnatur P �Name. Print Name: Suzette Cooke _ Its P_ , Its Mayor (Tale) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Terry Duncan Mike Hattrup, Project Manager Duncan Asphalt& Sealcoating City of Kent PO Box 7426 220 Fourth Avenue South Bonney Lake, Wa. 98391 Kent, WA 98032 253-863-3715 (telephone) (253) 856-5082 (telephone) 253-863-4604 (facsimile) (253) 856-6080 (facsimile) APPROVED AS TO FORM: , m f ndl _—> TCe t Law De p ent Duncan asphaltstatton73 PUBLIC WORKS AGREEMENT-7 (Over$]OK, under$25K, and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the 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 , 200-Y By: ' For: Date: A. 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. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the Crty'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 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance claims for injuries to persons or damage to property which may arise from or m againstJ P g P P Y Y 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: 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 AM Best rating of not less than ANII 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. 08/15/2007 13:52 18004966054 AAA INSURANCE PAGE 02/07 ACORD. CERTIFICATE OF LIABILITY INSURANCE 8/ 5M2o00 PRODUCER (ROD) 362-S220 PAX: (800)496-6054 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION AAA Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR PO Box 1957 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tacoma WA 98401-1957 INSURERS AFFORDING COVERAGE NAIL X INSURED INSURERA Amero can States Insurance Duncan's Asphalt G Seal Coatinq Inc. INSURERS General Ins Cc of America 24732 P 0 BOX 7426 INSURER INSURER 0 Bonney Lake WA 98390 INSURER OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICAIW NUI WI I HSIIANI ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTA'N THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS EXCLUSIONS AND CONDITIONS OF SUCH POLICIES REG41E I IM ITS SHOWN MAY HAVE EDUCED BY PAID CLAIMS, NEIRLTR IINARD ADD2 TYPE OF INSURANCE POLICY NUMBER PDDATE CY eNWD0 n PDA110EY MMfDp EXPIRATION LIMITS GENERAL LIABILITY EACH OCCURRENCE '1,000,000 X COMMERCIALGENERALLIABILITY PREMISEXDAMAnETORENTED u _ 200,000 A X CLAIMS MADE FX7OCCUR D2CE17718410 8/5/2007 8/5/2008 MEDEXP IAN One P&MOrl 10,000 A 1,000,000 AE a 2,DOO,000 GEN'L AGGREGATE LIMIT APPLIES PER 9 2,D00,000 X PULILY77T& 7LLB. AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT X ANY AUTO (63 8011 etl) A 1,000,000 B ALL OWNED AUTOS 24CC16797610 2/9/2007 2/9/2008 BODILYINJURY SCHEDULED AUT08 (Pa Person) 11 X IIIRED AUTOS BODILY INJURY e Per as 6wi) X NON•OWNED AUTOS ( PROPERTY DAMAGE A IPw a 61uw It) GARAGE LIABILITY AUTO ONLY-EA ACOIDENT A ANY At ITn OTHER THAN EA ACC__I AUTO ONLY A GO 0 EXCESSIUMBRELLA LIABILITY x OCCUR F7, CLAIMS MADE ACabHLbAIC 9 DEDUCTIBLE A A A WORKERS COMPENSATION AND WC"TAT - X OTN• EMPLOYERS LIABILITY ANY PROPRIETORIPARTNERlEXECLMVE QL CIkCHA OrN7 a '1,000,000 OFFICERlMEMBER EXCLUDED' 02CE17718410 B/5/2007 8/5/2008 EL DISEASE-EA EMPLOYEE 1,000,000 If vex dexenbe Jnael SPECIAL bw EL 0GE YLIMIT 9 2,000 000 OTHER DESCRIPTION OF OPERA'nONSILOCATICNSN6HICLMXCLUBIONS ADDED BY ENDORSEMENTMPEaAL PROVISIONS Certificate holder is an additional insured, but only it required by written contract, agreement or permit pox endorsexant CG 86 74 10 02. CERTIFICATE HOLDER CANCELLATION (253) 856-6090 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED WORE THE City 02 Kent CAVIHAIIVN VATE THEREOF, THE MSVINO IM3UHCH WILL CNPt4NOR TO MAIL Parks and Recreation Facilities 30 DAYS WRITTEN NOTICE TO THE ceRTIFICATE HOLDER NAMED TO THE LEFT,BUT 220 d th Avenue South FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE Kent, WA 09032 INSURER ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE Daniel Welch/OWE • ACORD 25(2001108) 0 ACORD CORPORATION 1988 INS025(o1De)oae Pagn I or 2 08/15/2007 13:52 18004966054 AAA INSURANCE PAGE 03/07 SAFECCf COMMERCIAL GENERAL LI ILnY CG 86 74, 10 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS LIABILITY PLUS ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE �. City of Kent DUTY TO DEFEND (1) The amount we will pay for damages is limited as described in SECTION III — Paragraph a. of SECTION I -- COVERAGE A and LIMITS OF INSURANCE; and COVERAGE B is replaced by the following: (2) Our right and duty to defend ends when a. We will pay those sums that the insured be- we have used up the applicable Ilrhlt of comes legally obligated to pay as damages insurance In the payment of Judgments because of "bodily Injury", "proporty or settlements under COVERAGES A damage" or "personal injury and advertising or B or medical expenses under COV- injury" to which this insurance applies. We ERAGE C. will have the right and duty to defend the In- No other obligation or liability to pay sums or sured against any "suit" seeking those dam- perform acts or services is covered unless ex- a0es Our duty to defend begins once you pllcitly proylded for under SUPPLEMENTbRY notify us of a "suit" as described In SEC- PAYMENTS — COVERAGES A AND B. TION IV — COMMERCIAL GENERAL Lk ABILITY CONDITIONS, 2.b. Howovor, wa EMPLOYERS LIABILITY will have no duty to defend the insured against any "suit" seeking damages for Tho last paragraph of exclusion a. of SECTION ,1 — o"ily injury", 'property damage", or COVERAGE A Is replaced by the following: 'personal jnjury or advertising injury" to which this insurance does not apply. We This exclusion does not apply to liability assumed may, at our discretion, investigate any by the Insured under an "Insured contract" ex "occurrence" and settle any claim or "sit" cept for that part of a contract or agreement!hat that may result. BLrt: indemnifies any person or organization for Ghelr sole liability. 40 A rap4urod IIsdome"of Wcoo o"rpo011on CG 86 74 70 02 Page 1 of 5 EP 0e/15/2007 13:52 180049SS054 AAA INSURANCE PAGE 04/07 WRONGFUL EVICTION (3) The maintenance, operation 0 use by you of equipment leased to yn6 by such person or organization, subject to the The following exclusion IS added l0 SECTION I — following additional provisions COVERAGC 0: The wrongful evlCtldn from, wrongful entry into, (a) This Insurance does not apply to any occurrence which tapes place or invasion of lho r an ght of private orrii� ey of a after the equipment lease a pires; room, dwelling or premises arising out of any (b) This insurance does not pply to (1) •properly damage" to the room, dwell- 'bodily injury^ or property ing or premises; or damage" arising out of �he sole (z} •bodily injury" sustained through occu negligence of such person or or- pancy of a room, dwelling or premises ganization: (4) Permits issued by any state or pohocai ADDITIONAL INSURED — BY WRITTEN CON- subdivision with respect to ot orations TRACT, AGREEMENT OR PERMIT, OR SCHED- performed by you or on your behalf, ULE subject to the following additional pro- vision: The following paragraph is added to SECTION II —WHO IS AN INSURED. This insurance does not apply ttl "bodily injury," "properly damage," "personal 5 Any person or organization shown in the Scned• and advertising injury" arising out of op- uis or for whom you are required by written con• erations performed for the state or Iran aroreameni or permit to provide insurance municipality; is an insured, subject to the following additional c. The insurance with respect to any atchilect, provisions engineer, or surveyor added as an Insured a The contract, agreement or permit must ue by this endorsement does not apply to in effect during the policy period shown in "bodily injury," "properly damage," the Declarations and must have been exe- "personal and adverfistnq injury', arising out tiled prior to the "bodily injury," 'properly of the rendering of or the failure to;render darnage," "personal and advertising Injury ' any professional services by or for you, ir- U, Tiie perbun ur uryanicativt, aided as an o- cluding. sured by this endorsement is an Insured only (1) The preparing, approving, or failing to to the extent you are hald hablo due to prepare or approve maps, drawings, (1) The ownership, maintenance or use of opinions, reports, surveys, change or- that parl of premises you own, rent, ders, designs or specdicat,ons, and lease or occupy, subjoct to tho foilou-ing (2) Supervisory, Inspection or engirearing additional provisions* services. (a) This insurance does not apply to d Thlc ;ncuranra does rot apply to bodily any "occurrence" which takes place injury" or "property damage" included within after you cease to be a tenant in the "products-Completed operations haz any premises leased to or renled to and ^ you, , e, A person's or organization's status as an n- (b) This insurance does not apply to any structural alterations, ne" coil SUred under (h S endorsnmanl enrJs when struction or Cemolnion operations your operations (or that Insured are 'com. Performed by or on behan or the pleted pr_rson or organization addeJ ns drt f. No coverage will be provided if, In the ab- insured; stance of this endorsement, no liability would (2) Your ongoing operations for Ihat in. be imposed by law on you Coverage ahail cured, whether the work is performed be limited to the extent of your negligence by you or for you; or fault according to the applicable pnnciofes of comparative fault I Page 2 or 5 09/15/2007 13: 52 19004966054 AAA INSURANCE PAGE 05/07 g. The defense of any claim or "suit" must be equipment listed In paragraph 1 (2) or tAndered as soon as practicable to all other f,(3) of the definition of "rrobll equip- insurers which potentially provide Insurance ment." fof such claim or osuit". (6) An aircraft you do not own provided it Is h. The Insurance provided will not exceed the not operated by any insured, lesser of. (1) The coverage and/or limits of finis policy, TENANTS' PROPER r V DAMAGE LIABILITY Or When Damage To Premises Rented To You ILimit Is (2) The coverage and/or limits requirod by shown in the Declarations, SECTION I — OVER- said conlracl, agreement or permll. AGE A. exclusion )., Is replaced by the follow! g' NON-OWNED WATERCRAFT AND NON-OWNED J, Damage To Property AIRCRAFT LIABILITY "Property damage' to: Exclusion g. of SECTION I — COVERAGE A Is re- (1) Property you own, rent, or occi py, In- placed by the following cluding any costs or expenses Incurred g 'dcdily Injury' or 'property damage' drfainy by you. or any other person, or6aniza- out of the ownership, maintenance, use or lion or entity, for repair, repiaclemerw, entrustment to others of any alrcrall, "auto" enhancement, restoration or mainte- or watercraft owned or operated by or rented nance of such prcp®rty for any reason, or loaned to any insured Use includes oper. Including prevention of injury to a per- ation and "loading or unloading " son or damage to another's property, This exclusion applies even if the claims (2) Premises you sell, give away or aban- against any insured allege negligence or don, If the "property damage' arises out other wrongdoing m the supervision, hiring, of any part of those premises, employment, training or monitoring of others (3) Properly loaned to you; by that Insured, if the "occurrence" which caused the "bodily Injury" or -properly (4) Personal property In the care, custody damage" involved the ownership, mainle or control of the Insured, nance, use or entrustment to olhors of any (5) That particular part of real property on aircran, "auto- or watercraft that is owned which you or any contractors or sub• or operated by or rented or loaned to any in. contractors working directly or Indirectly bured, on your behalf are performing oper- his exclusion does not apply to: atlons, If the "property damage" arises (i) A watercraft while ashore on premises out of those oporst ons, or you own or rent; (6) That partrcular part of any property that must be restnrerl, rQ aired o o laced (z) A watercraft you do not own tt,al is. because "your work" was Incorrectly (a) Less than 52 feet long, and performed on it, (b) Not being used to carry persons or Paragraphs (1), (3) and (4) of this exclusion properly for a charge; do not apply to "property damage" (other (3) Par)(uty drl -dulu" on, or an the ways than damage by fire) to premlaaa, including the contents of such premises, rented to next to, premises you Own or rent, pro you. A separate limit of in.urance epplres to vidsd the "auto" is not owned by or DamagQ TO Premises I'll To You as rented or loaned to you or the insured, described In SECTION III _ LIMITS OF (4) Liability assumod under any "Insured INSURANCE, Paragraph (2) of this exclu- contract" for thie uwnership, mairve 51on dOes not apply if the premises are "your nance or use of aircraft or watercraft, or work" and were never occupied, rented or (5) '80div injury" or held for rental by you. r ry" "progeny damage ' , arising out of the operation of any of the CG 86 74 10 02 Page 3 of 5 EP 0e/15/2007 13: 52 19004966054 AAA INSURANCE PAGE 05y07 Paragraphs (3), (4), (5) and (6) of this exclu• retention available to the in- sion do not apply to lability aasuined under denrii and a sidetrack agreement. EMPLOYEES AS INSUREDS — HEALTH CARE Paragraph (6) of this exclusion dues flat ap- SERVICE ply to "property damage" included in the "products-completed operations hazard," Provision 9 a (1) d of SECTION If — WHO 1S AN INSURED is deleted, unless excluded by 'separate Paragraph S. of Section III is replaced by the follow- endorsement Ong, EXTENDED COVERAGE FOR NEWLY AC UMED 6. Subject to 5, above, the Damage To Property ORGANIZATIONS Limit is the most we will pay under COVERAGE A for damages because of property damage to provision 4 a, of SECTION 11 — WHO IS AN IN- any one premises, while rented to you, or In the SURED is replaced i;y the following- case of damage by tire, while renteo to you or temporarily occupied by you with permission of a. Coverage under this provision is Fforded the owner only until the end of the policy period) The Tenants' Property Damage To Premises Rented EXTENDED "PROPERTY DAMAGE" To You Limit Is the hlghor of S200,000 nr the amnunt shown in iha Daclarations as Damage To Premises Exclusion a. of SECTION I — COVERAGE A is Rented To You Limit. amended to read- a. "Bodily injury" or "property damage" ex- WHO IS AN INSURED — MANAGERS petted or intended from the standpoint of the insured, This exclusion does no! apply to The following is added to Paragraph 2.a, of SECTION "bodily injury" or °property damage" result- 11 — WHO IS AN INSURED: Ing from the use of reasonable force to pro- tect persons or property Paragraph (1) does not apply to executive officers, or to managers at the supervisory level or above, INCREASED MEDICAL EXPENSE LIMIT SUPPLEMENTARY PAYMENTS — COVERAGES A The medical expense limit is amended to $10,000. AND B — BAIL BONDS KNOWLEDGE OF OCCURRENCE Paragraph 1.b of SUPPLEMENTARY PAYMENTS j — COVERAGES A AND S is replaced Dy the follow. The following is added to Paragraph 2 SECTION IV mg — COMMERCIAL GENERAL LIA6ILITY CONDITIONS Duties In The Event Of Occurrence, b. Up to $2,000 for cost of bail bonds required Offense, Claim Or Suit of. bocause of accider-its or Irdfli, law violations arising out of the use of any vehicle to which Knowledge of an °occurrence," claim or `suit" by the Bodily Injury Liability Coverage applies ynur agent, servant or omPloyes shall not in usulf We do not have to furnish these bonds constitute knowledge of the named insured unlels an officer of the nameo insured has received such notice SUPPLEMENTARY PAYMENTS — COVERAGES A from the agont, servant or employee AND 8 — INDEMNITEES AND ADDITIONAL, IN- SUREDS INSURED CONTRACT Paragraph 2.t.(1) (d) of SUPPLEMENTARY PAY. The following definition is added to SECTION V — MENTS — COVERAGES A AND B is replaced by DEFINITIONS, Definition 9. p "insured contract" par- fhp f0riwing. agraph f.: (d) Cooperate with us with respect (4) That part of any contract or agree- to coordinating other apnl,rabla ment that mdemnifles any person insurance and self msured or organization for the Indemnitee's sole tort liability Page 4 of 6 08/15/2007 13:52 18004966054 AAA INSURANCE PAGE 07/07 . I OTHER INSURANCE UNINTENTIONAL FAILURE TO DISCL SE ALL HAZARDS The first paragraph of Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CON- The following Is added to Paragraph 6. Representa- DITIONS Is replaced with the following. lions of SECTION IV -- COMMERCIAL GENERAL LIABILITY CONDITIONS: If other valid and collectible insurance, or any sell-in- sured retention, is available to the insured for a loss If you unintentionally fail to disclose any hazards ex we cover under COVERAGE A or 8 of this Coverage isting at the Inception date of your policy, w6 will not Part, our obligations are limited as follows; deny coverage under this Coverage Form belcause of such failure, However, this provision does irOt affect METHOD OF SHARING our right to collect additional premium or axe}cise our right of cancellation or non•ren?wal The second paragraph of Method of Sharing of SEC- TION IV — COMMERCIAL GENERAL LIABILITY LIBERALIZATION CLAUSE CONDITIONS is replaced with the folluwlug The following paragraph is added to SECTION IV — It any of the other insurance dogs not permit conirl• COMMERCIAL GENERAL LIABILITY i ONDI- bution by equal shares or is subject to a salt-Insured TIONS, retention, we will contribute by limits Under this method, each insurer's share is based on the ratio of 10. It a revision to this Coverage Part, which would its applicable limit of insurance or self insured re- provide more coverage wth no addrtonal tention or both combined to the total applicable limits premium, becomes effective during the policy of in3urance of all insurors and the amount of any period In the state shown in the Declarations, self-insured retention. your policy will automatically provide this addi- tional coverage on the effective date of 'the re. vision. I CG 86 74 10 02 Page 5 o1 S EP 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 1 M 5D CARPENTER $4127 1M 5D CREOSOTED MATERIAL $41 37 1M 5D DRYWALL APPLICATOR S4131 1M 5D FLOOR FINISHER $41 40 1M 5D FLOOR LAYER $41 40 1M 5D FLOOR SANDER $41 40 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 51) SHINGLER $41 40 1M 5D STATIONARY POWER SAW OPERATOR $41 40 1M 5D STATIONARY WOODWORKING TOOLS $41 40 1M 5D CEMENT MASONS JOURNEY LEVEL $42 26 1M 5D DIVERS&TENDERS DIVER $8575 1M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $42 02 1T 5D 81. 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 513 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 03-03-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $52 30 1D 5A CABLE SPLICER(TUNNEL) $56 21 1 D 5A CERTIFIED WELDER $50 53 1 D 5A CERTIFIED WELDER(TUNNEL) $54 26 1D 5A CONSTRUCTION STOCK PERSON $27 32 1 D 5A JOURNEY LEVEL W 75 1D 5A JOURNEY LEVEL(TUNNEL) $52 30 10 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $55 40 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3592 4A 5A HEAD GROUNDPERSON $3788 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 $3788 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 $2968 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 5B COOK $3190 1K 5B DECKHAND $3159 1K 5B ENGINEER/DECKHAND $34 37 1K 5B MATE,LAUNCH OPERATOR $36 02 1K 5B Page 2 KING COUNTY Effective 03-03-07 wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww,rwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwxwwwwwwwrwww (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 $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 1M 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 1 M 5D CHIPPING GUN(OVER 30 LBS) $34 84 1 M 5D CHIPPING GUN(UNDER 30 LBS) $3436 1M 5D CHOKER SETTER $3436 iM 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 $3436 1M 5D DITCH DIGGER $3436 1M 5D DIVER $3520 1M 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $34 84 1M 5D DRILL OPERATOR,AIRTRAC $35 20 1M 5D DUMPMAN $3436 1M 5D EPDXY TECHNICIAN $3436 1 M 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 $2968 1M 5D FORM SETTER $3436 1M 5D GABION BASKET BUILDER $3436 1M 5D GENERAL LABORER $3436 1M 5D GRADE CHECKER&TRANSIT PERSON $34 84 1 M 5D GRINDERS $3436 1 M 5D GROUT MACHINE TENDER $3436 1M 5D Page 3 KING COUNTY Effective 03-03-07 r«*+*x**w�,r*.x.,t**r«**....�*ww*,r«*«�xrx:r•*+.a*+*�.��.�r+*+«:.�.+**ttr+*x+**t*,r***x*+*+t*wrr«*,r*,r+«*w**x+*.****�x*** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3436 1M 5D HAZARDOUS WASTE WORKER LEVEL A $3520 1 M 5D HAZARDOUS WASTE WORKER LEVEL B $3484 1 M 5D HAZARDOUS WASTE WORKER LEVEL C $3436 1 M 5D HIGH SCALER $3520 1M 5D HOD CARRIER/MORTARMAN $3484 1M 5D JACKHAMMER $3484 1M 5D LASER BEAM OPERATOR $3484 1M 50 MANHOLE BUILDER-MUDMAN $3484 1M 5D MATERIAL YARDMAN $3436 1 M 5D MINER $3520 iM 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 1 M 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 1 M 5D POWDERMAN HELPER $3436 1 M 5D POWERJACKS $3484 1 M 5D RAILROAD SPIKE PULLER(POWER) $3484 1 M 5D RE-TIMBERMAN $3520 1M 5D RIPRAP MAN $3436 1 M 5D RODDER $3484 1M 5D SCAFFOLD ERECTOR $3436 1M 5D SCALE PERSON $3436 1 M 5D SIGNALMAN $3436 1M 5D SLOPER(OVER 20") $3484 1M 5D SLOPER SPRAYMAN $3436 1M 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3484 1M 5D SPREADER(CONCRETE) $3484 1M 5D STAKE HOPPER $3436 1M 5D STOCKPILER $3436 1M 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3484 1M 5D TAMPER(MULTIPLE&SELF PROPELLED) $3484 1M 5D TOOLROOM MAN(AT JOB SITE) $3436 1M 5D TOPPER-TAILER $3436 1M 5D TRACKLABORER $3436 1M 5D TRACK LINER(POWER) $3484 1M 5D TRUCK SPOTTER $3436 1M 5D TUGGER OPERATOR $3484 1M 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3436 1M 5D VIBRATOR $3484 1M 5D VINYL SEAMER $3436 1M 5D WELDER $3436 1M 5D WELL-POINT LABORER $3484 1M 5D Page 4 KING COUNTY Effective 03-03-07 «wr►**w«+,rr*,rr**.«:x,+*r:.rr*r*+�z.rr*+**r**�.:*v*�*tr*,r.**«*«:*r*r*�««*«►*w*,rr*t«***�*.*x+*.*,r+**«x**,t***t�,r**rw*,t* (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 LABOhcR $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 $3316 2B 5A PLASTERERS JOURNEY LEVEL $41 23 111 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $55 34 113 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $39 57 1M 5D 81. 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 81- BELT LOADERS(ELEVATING TYPE) $41 93 1 M 5D 8L BOBCAT(SKID STEER) $39 57 1M 5D 8L BROOMS $3957 1M 5D 8L BUMP CUTTER $42 35 1M 5D 8L CABLEWAYS $4284 1M 5D 8L CHIPPER $4235 1M 5D 8L COMPRESSORS $39 57 1M 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $39 57 1M 5D 8L CONCRETE PUMPS $4193 1M 5D 81 CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $42 35 1M 50 8L CONVEYORS $4193 1M 5D 8L Page 5 KING COUNTY Effective 03-03-07 wxw+w+++ww+xxxwxx++xw+�.+wxwwww+www++wwwwwww++wwww+wwwwww++wwwwwww++wwwwwwwwwxwwwwwww++wwwwwwwwwwwwwwxwwxwwwwwwwww (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $41 93 1M 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $42 35 1M 5D BL 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 1M 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $39 57 1 M 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 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 1 M 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $43 96 1 M 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 1M 5D 8L DRILLING MACHINE $42 35 1M 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $39 57 1M 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $41 93 1M 5D 8L FINISHING MACHINEIBIDWELL 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 $3957 11M 5D 8L GUARDRAIL PUNCH $42 35 11M 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $41 93 1M 5D 8L HORIZONTAUDIRECTIONAL 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 54 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 81. OPERATOR PAVEMENT BREAKER $39 57 1M 5D 8L PILEDRIVER(OTHER THAN CRANE MOUNT) $42 35 1 M 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 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $42 84 1M 5D 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $42 84 1 M 5D 8L EQUIP RIGGER AND BELLMAN $39 57 1M 5D 8L ROLLAGON $42 84 1M 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $39 57 1 M 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $41 93 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 1M 5D 8L OFF-ROAD EQUIPMENT(45 YID AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $41 93 1M 5D 8L SCREED MAN $42 35 1M 5D 8L SHOTCRETE GUNITE $39 57 1 M 5D 8L SLIPFORM PAVERS $42 84 1 M 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $42 35 1 M 5D 8L SUBGRADE TRIMMER $42 35 1M 5D 8L TOWER BUCKET ELEVATORS $41 93 1 M 5D 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 BL TRENCHING MACHINES $41 93 1M 5D 8L TRUCK CRANE OILER/DRIVER(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 8L WHEEL TRACTORS,FARMALL TYPE $39 57 1 M 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 w�**r*,t+r**rtr.*xs+r,r..,rx,�•,r,r.x�<rw*x.:r,r*,r+�,t,r+r,r.�,r.*�r�+r,t,r,rx.*+:r,r*,ra*tr,t,try,r,rx�•�,rr«,t.«w«,t*,rx�t,r,r,rx*:t*t,r,a,r,r++*.,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 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) JOURNEYLEVEL $2976 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZOlTILE SETTERS JOURNEY LEVEL $40 33 1B 5A ROOFERS JOURNEY LEVEL $35 78 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $38 78 1 R 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 $3376 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 SPECIAL APPARATUS INSTALLER I $29 89 2B 5A SPECIAL APPARATUS INSTALLER II $29 30 2B 5A Page 8 KING COUNTY Effective 03-03-07 x.,t•,txirt*,rr«***�*«�:.*.r.*«r**.**r«*�.****r�*�+����+*,t«*.+�+�,r��.**�,+**+*.r****t***w*r**«*,r,tx*�*r**«*e«*,r«*w+**+* (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 28 5A TELEVISION LINEPERSON/INSTALLER $21 17 213 5A TELEVISION SYSTEM TECHNICIAN $25 15 2B 5A TELEVISION TECHNICIAN $22 64 2B 5A TREE TRIMMER $27 82 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $4033 113 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $3416 113 5A TRAFFIC CONTROL S1 RIPERS 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 Page 9