Loading...
HomeMy WebLinkAboutPK07-312 - Original - All Around Fence Company - Russell Woods Park - Construct Fencing - 12/05/2007 Records Management Ko Document WASHINGTON _ 'YyNi 4 v�'ry�n'ZA^ u CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. Vendor Name: f�1 ` XrD�'tv'j �-'E nGe CO' Contract Number: wn- 3 I a. 'rk;c i$ necinned {w AAnry Cimm^ne Vendor Number: ` Project Name: Contract Effective Date: Contract Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: _ Department: CK- S Abstract: ADCL7832 07/02 KEN T W AS HINGiON PUBLIC WORKS AGREEMENT between City of Kent and All Around Fence Co. THIS AGREEMENT is made by and between the City of Kent. a Washington municipal corporation (hereinafter the "City"), and All Around Fence Co. organized under the laws of the State of Washington, located and doing business at PO Box 1029, Ravensdale, WA 98051-8101; 253-863-4895 (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: Construct fencing at 228th St and Russell Road entrance to Russell Woods Park adjacent to the new 228th corridor and adjacent to the Green River as described in the constructor's proposal dated November 26, 2007 attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are 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 30 days of contract execution. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Two Thousand Twenty Five Dollars ($2,025.00), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Performance Bond Because this contract, including applicable sales tax, is less than $25,000, and pursuant to Chapter 39 08 RCW, the Contractor, in lieu of providing the City a PUBLIC WORKS AGREEMENT- 1 (Under$IOK and No Performance Bond) performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. 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, 1 tam 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 PUBLIC WORKS AGREEMENT-2 (Under$IOK and No Performance Bond) 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. PUBLIC WORKS AGREEMENT-3 (Under$IOK and No Performance Bono? 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 (Under$IOK 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 (Under$10K 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 (Under$1OK and No Performance Bond) H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS,the parties below execute this Agreement,which shall become effective on the last date entered below. CONT TOR: CITY OF KENT: By: By: (sr Are) (segnature) Print Name: )O(1 ) Prin e: Jeff Watliniz Its (SCE 0,e-r 0 Its: Director (Title) (Title) DATE: I A O, -G q} DATE: ( 7-1 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Perry Brooks All Around Fence Co. City of Kent PO Box 1029 220 Fourth Avenue South Ravensdale. WA 98051 Kent, WA 98032 253-863-4895 (telephone) (253) 856-5114 (telephone) 253-863-0704 (facsimile) (253) 856-6050 (facsimile) Russell Woods Park—All Around Fence Co PUBLIC WORKS AGREEMENT-7 (Under$IOK 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: I. 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 3 day of �D-ecm 2007. By: _ a For: q bl (n Title: Ow ne-r- Date: 1a 'C> -0 - EEO COMPLIANCE DOCUMENTS- I CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE- January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White,Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $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 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 Estimate Time: 3U ALL AROUND FENCE CO. Buoine55 location: Sumner, WA Estimate'Date: Mailing Addreoo: P0. Box 1029 Ravenedale, WA 98051-8101 (255) 865-4595 • Fax (253)863-0704 PROP09AL & CONTRACT' Start Date: Licensed & 60nded Build Date: , �/ ALLARFC085BAj Customer: 4 1 C�� 1Y-P(1 Contact Name: Bus. #: _ Res. #: ' Cell #: Y' Oil G ", it<J Fax #: Billing Address: City: Zip. Job Site Address: City: Zip: ^ Z Directions: - ad foi :Under ougd Utilities: 1-500-424-5555 r' 3{ Wood . �: . . : . . Chain Link ( Footage. 1 Height Z 1a i Standard Estate Nl '�. � jL �. .1. ; ; .t �.1' ,(• rf�: , Full Panel Picture Frame Kirkland 1 �D - Lattice Top !r. POSTS. :1 • �� Terminal Line 1 � Corner •i' Material Specs tit 1 YEAR GUARANTEE on Workmanship & Materials To Rail• Billing Information. Bottom Rail Office Use Only Tension Wire M/D GATES: M/D/U SQUARES Walk Gate Double Drive THIS CONTRACT IS SUBJECT TO THE TERMS AND CONDITIONS PRINTED ON THE REVERSE SIDE AND Hillside WHICH ARE MADE A PART HEREOF BY THIS REFERENCE Walk Gate WE PROPOSE hereby to I,, sh material and labor-complete inaccordance with the above specifications,for thesnm of PriceCLEARING Authorized by Sales Tax b` r- j TEAR-OUT Signature Total -C-7 L— o Z- HAUL-AWAY The Prices, Specifications,and Conditions are satisfactory and are hereby accepted. These prices subject to company audit before mstallatiom. _� Note This proposal may be withdrawn by us if not accepted within days. Terms, Covenants and Conditions Terms: This sale is for cash on completion. A down payment may be requested to be paid before work may begin. If amount is overdue the purchaser agree to pay delinquency charge of 1%per month on the unpaid balance and an additional surcharge of 25%of account balance plus reasonable attorney's fee,if account is referred to an attorney for collection. Extras: In consideration of the price herein quoted,the purchaser agrees that the fence lines will be clear of all obstructions and that the lines will be properly marked by customer by stakes or otherwise. The price herein named does not contemplate the encountering of rock, boulders,or other conditions that mandate the use o£jackhammers or other coring equipment:if these conditions are encountered and if it is necessary to drill for the setting of the posts or to furnish extra large or deep foundations for the posts or to perform any extra labor, an extra per hour charge will be made to cover the additional expense involved. Additional charges shall also apply to posts that need to be bolted to structures. Delays: Contracts which include erection,are taken on condition that the entire work be erected without interruption. If it is necessary to make more than one trip to complete the erection on account of changes or delays on the part of the Purchaser,an extra charge may be made to cover the additional expense involved. In the event of any undue delay caused by any party other than All-Around Fence Company, then All Around Fence Company shall have the right to pass along any increases in cost resulting therefrom. Changes: No changes in measurements,location of lines or conditions will be allowed except at prices mutually agreed upon at the time these changes are made. General: Customer or their representatives will be present at start of job. 11is contract embodies the entire understanding between the parties,and there are not verbal agreements or representations in connection therewith. Purchaser must obtain licenses,planning permission approvals and permits,where such licenses,approvals and permits are required Location of well and pool pipes,electric lines,or any private utility will be clearly marked by the customer,and any damage incurred due to incorrect marking will solely be the responsibility of the customer to repair. If repaired by All-Around Fence Company,it will be done at an hourly charge plus materials. This estimate is only an estimate. The price is subject to change due to any of the fallowing conditions: 1.added material,2.change in materials ordered Lawn damage,due to working in wet conditions at the customer's request,will be the customers responsibility. All materials remain the property of All-Around Fence Company until fully paid for and can be removed for non-payment. Locating, clearing and staking of fence and/property lines is the sole.responsibility of the purchaser. Purchaser further agrees that All Around Fence Co.shall not be held responsible for claims of encroachment,damage to underground pipes,wires or hidden obstructions,and herewith waives any claims relating thereto. EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor,their agents, representatives,employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned,hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 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 1185. 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. 2. 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, $1,000,000 general aggregate and a$1,000,000 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, Commercial General Liability and Builders Risk 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. D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment,or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than AN IL G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement,evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project. Exhibit B (Continued) H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ACORDM CERTIFICATE OF LIABILITY INSURANCE 11/28/20' PRODUCER (425)483-8822 FAx (425)483-4002 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Neva.ile & Neville Insurance HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 18311 Bothell-Everett Hwy ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 180 lMillcreek WA 98012-5241 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA UMIALIK INSURANCE COMPANY All Around Fence Co INSURER B UNITRIN P & C INSURANCE Ron Dagley dba nlsuRERc PO Box 1029 INSURER Ravensdale WA 98051 wsURERE 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 Ab0'L POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE(MM/DDM') DATE(MCA/DDNV) A GENERAL LIABILITY SHP-03-6832 12/01/2007 12/01/2008 EACHOCCUPPEl'CE 1,000 000 DAMAGX COMMERCIAL GENERAL LIABILITY PREMIETORENTED 100,000 PREMISES 'INN rrence $ CLAIMS MADE N OCCUR MED EXP(An one person) $ 5,000 PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMNOP AGG $ 2,000,000 X POLICY JECT LOG B AUTOMOBILE LIABILITY FCPICA7822759-4 06/19/2007 06/19/2008 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) ANY AUTO ALL OWNED AUTOS BODILY INJURY $ (Per person) X SCHEDULED AUTOS X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per acoden0 GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANYAUTO OTHERTHAN EA ACC It AUTO ONLY AGO $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMSMADE AGGREGATE $ DEDUCTIBLE $ RETENTION S - $ A S�QO(tK 3O Q➢�( )(4NN�T>)C SMP-03-6832 — 12/O1/2007 12/01/2008 TORY unn�s Y ER EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNERlEXECUTIVE E L EACH ACCIDENT $ 1,000,000 OFFICERIMEMSER EXGLUDED� STOP GAP EL DISEASE-EA EMPLOYEE$ 1,000,000 If yes describe under SPECIAL PROVISIONS below E L DISEASE POLICY LIMIT S 2,000,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE CITY OF KENT FENCE PROJECT CITY OF KENT, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERS ARE ADDITIONAL INSURED'S PER FORM CG2033 (07/04)) , COPY ATTACHED. CERTIFICATE HOLDER CANCELLATION (253) 856-6050 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF KENT EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL Attn: Joan Broom 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT 220 4TH AVE S FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE KENT, WA 98032 INSURER,ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTAT4VE Angela Nelson ,/� ACORD 25(2001108) ©ACORD CORIPORATION 1988 INS025(oloa)o6 AMS VMP Mortgage Solutions,Inc (800)327-0645 Page 1 or 2 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the foliovring additional exclu- ganization for whom you are performing opera- sions apply. tions when you and such person or organization This insurance does not apply to: have agreed in writing in a contract or agreement that such person or organization be added as an 1. "Bodily injury", "property damage" or"personal additional insured on your policy. Such person or and advertising injury" arising out of the ren- organization is an additional insured only with re- dering of, or the failure to render, any profes- spect to liahility for "bodily injury", "property dam- sional architectural, engineering or surveying age" or "personal and advertising injury" caused, services, including: in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions;or prepare or approve, maps, shop drawings, or on our opinions, reports, surveys, field orders, 2. The acts or omissions of those acting y change orders or drawings and specifica- behalf; tions; or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. A person's or organization's status as an addi- 2. "Bodily injury" or "property damage" occurring tional insured under this endorsement ends when after: your operations for that additional insured are completed. a. All work, including materials, parts or equipment fumished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed;or b. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcon- tractor engaged in performing operations for a principal as a part of the same project. Please be advised; The attached is an excerpt from the referenced insurance policy. Terms, exclusions and limitations elsewhere in the policy may affect the coverage provided. An insurance policy must be read in its entirety to determine coverage. CG 20 33 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 ❑ State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits On public works projects,workers'wage and benefit rates must add to not less than this total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $3624 1H 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $4375 11M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $4391 1M 5D BRIDGE, DOCK AND WARF CARPENTERS $4375 1M 5D CARPENTER $4375 1M 5D CREOSOTED MATERIAL $43 85 1M 5D DRYWALL APPLICATOR $43 79 1M 5D FLOOR FINISHER $4375 1M 5D FLOOR LAYER $4375 1M 5D FLOOR SANDER $4375 1 M 5D MILLWRIGHT AND MACHINE ERECTORS $44 75 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43 95 1M 5D SAWFILER $4375 1M 5D SHINGLER $4375 1M 5D STATIONARY POWER SAW OPERATOR $4375 1 M 5D STATIONARY WOODWORKING TOOLS $4375 1M 5D CEMENT MASONS JOURNEY LEVEL $44 58 1M 5D DIVERS&TENDERS DIVER $8575 1M 5D 8A DIVER TENDER $44 22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44 59 1T 5D 8L ASSISTANT MATE(DECKHAND) $44 08 1T 50 8L BOATMEN $44 59 1T 5D 8L ENGINEER WELDER $44 64 1T 5D 8L LEVERMAN,HYDRAULIC $46 21 1T 5D 81- MAINTENANCE $44 08 1T 5D 8L MATES $44 59 1T 5D 81. OILER $4421 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $43 59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 Page 1 KING COUNTY Effective 08-31-07 ****«*,r«•*x«***:�**w«•z,r***«�x�a**«t,�*,r+e:*****+,r+�«*�,t***::r.**r«,r.*.�*nttr*«x,r**,t***�*mot**+*,rtx**a****** (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55 05 1D 5A CABLE SPLICER(TUNNEL) $58 86 1D 5A CERTIFIED WELDER $53 16 1D 5A CERTIFIED WELDER(TUNNEL) $57 15 1D 5A CONSTRUCTION STOCK PERSON $27 32 1D 5A JOURNEY LEVEL $51 25 1D 5A JOURNEY LEVEL(TUNNEL) $55 05 1D 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $54 37 4A 5A CERTIFIED LINE WELDER $49 64 4A 5A GROUNDPERSON $3593 4A 5A HEAD GROUNDPERSON $37 89 4A 5A HEAVY LINE EQUIPMENT OPERATOR $49 64 4A 5A JACKHAMMER OPERATOR $37 89 4A 5A JOURNEY LEVEL LINEPERSON $49 64 4A 5A LINE EQUIPMENT OPERATOR $42 27 4A 5A POLE SPRAYER $49 64 4A 5A POWDERPERSON $37 89 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $57 88 4A 60 MECHANIC IN CHARGE $63 45 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $12 70 2K 5B FENCE ERECTORS FENCE ERECTOR $1871 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $3101 1H 5D GLAZIERS JOURNEY LEVEL $43 76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $4613 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL S36 75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 10 1 INLAND BOATMEN CAPTAIN $3804 1K 5B COOK $3190 1K 58 DECKHAND $3159 1K 513 ENGINEER/DECKHAND $3437 1K 5B MATE, LAUNCH OPERATOR $36 02 1K 5B Page 2 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INSPECT]ONICLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $3149 1 GROUT TRUCK OPERATOR $11 48 1 HEAD OPERATOR $24 91 1 TECHNICIAN $19 33 1 TV TRUCK OPERATOR $20 45 1 INSULATION APPLICATORS JOURNEY LEVEL $43 75 1 M 5D IRONWORKERS JOURNEY LEVEL $47 92 10 5A LABORERS ASPHALT RAKER $36 75 1H 5D BALLAST REGULATOR MACHINE $3624 1H 5D BATCH WEIGHMAN $31 01 1H 5D BRUSH CUTTER $3624 1H 5D BRUSH HOG FEEDER $3624 1H 5D BURNERS $3624 1H 5D CARPENTER TENDER $3624 1H 5D CASSION WORKER $37 20 1H 5D CEMENT DUMPERIPAVING $36 75 1H 5D CEMENT FINISHER TENDER $3624 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $3624 1H 5D CHIPPING GUN(OVER 30 LBS) $36 75 1H 5D CHIPPING GUN(UNDER 30 LBS) $3624 1H 5D CHOKER SETTER $3624 1H 5D CHUCK TENDER $3624 1H 5D CLEAN-UP LABORER $3624 1H 5D CONCRETE DUMPERICHUTE OPERATOR $36 75 1H 5D CONCRETE FORM STRIPPER $3624 1H 5D CONCRETE SAW OPERATOR $36 75 1H 5D CRUSHER FEEDER $31 01 1H 5D CURING LABORER $3624 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $3624 1H 5D DITCH DIGGER $3624 1H 5D DIVER $37 20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36 75 1H 5D DRILL OPERATOR,AIRTRAC $37 20 1H 5D DUMPMAN $3624 1H 5D EPDXY TECHNICIAN $3624 1H 5D EROSION CONTROL WORKER $3624 1H 5D FALLERIBUCKER,CHAIN SAW $36 75 1H 5D FINAL DETAIL CLEANUP(i e ,dusting,vacuuming,window cleaning,NOT $28 45 1 H 5D construction debris cleanup) FINE GRADERS $3624 1H 5D FIRE WATCH $31 01 1H 5D FORM SETTER $3624 1H 5D GABION BASKET BUILDER $3624 1H 5D GENERAL LABORER $3624 1H 5D GRADE CHECKER&TRANSIT PERSON $36 75 1H 5D GRINDERS $3624 1H 5D GROUT MACHINE TENDER $3624 1H 5D Page 3 KING COUNTY Effective 08-31-07 xxxxxxxxxxxxxxxxxxxxxx+xx+:xxxxxxxxxxxxxxxxxxxxxxxxxxxxx,xfxxxxxxxxxxxxxxxxxxxxxxxxxx#xxxxxxxxxxxxxxx+xxxxx (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $3624 1 H 5D HAZARDOUS WASTE WORKER LEVEL $37 20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $3675 1 H 5D HAZARDOUS WASTE WORKER LEVEL C $3624 1 H 5D HIGH SCALER $37 20 1 H 5D HOD CARRIERIMORTARMAN $3675 1H 5D JACKHAMMER $3675 1H 5D LASER BEAM OPERATOR $3675 1 H 5D MANHOLE BUILDER-MUDMAN $3675 1H 5D MATERIAL YARDMAN $3624 1 H 5D MINER $37 20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $3675 1 H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST,GUNITE, SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $3675 1H 5D PILOT CAR $31 01 1H 5D PIPE POT TENDER $3675 1H 50 PIPE RELINER(NOT INSERT TYPE) $3675 1H 5D PIPELAYER&CAULKER $3675 1H 5D PIPELAYER&CAULKER(LEAD) $37 20 1H 5D PIPEWRAPPER $3675 1H 5D POT TENDER $3624 1H 5D POWDERMAN $37 20 1H 5D POWDERMAN HELPER $3624 1H 5D POWERJACKS $3675 1H 5D RAILROAD SPIKE PULLER(POWER) $3675 1H 5D RE-TIMBERMAN $37 20 1H 5D RIPRAP MAN $3624 1H 5D RODDER $3675 1H 5D SCAFFOLD ERECTOR $3624 1 H 5D SCALE PERSON $3624 1H 5D SIGNALMAN $3624 1H 5D SLOPER(OVER 2T) $3675 1H 5D SLOPER SPRAYMAN $3624 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $3675 1H 5D SPREADER(CONCRETE) $3675 1H 5D STAKE HOPPER $3624 1H 5D STOCKPILER $3624 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $3675 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $3675 1H 5D TOOLROOM MAN(AT JOB SITE) $3624 1H 5D TOPPER-TAILER $3624 1H 5D TRACK LABORER $3624 1H 5D TRACK LINER(POWER) $3675 1H 5D TRUCK SPOTTER $3624 1H 5D TUGGER OPERATOR $3675 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $3624 1H 5D VIBRATOR $3675 1H 5D VINYL SEAMER $3624 1H 5D WELDER $3624 1H 5D WELL-POINT LABORER $3675 1H 5D Page 4 KING COUNTY Effective 08-31-07 *«**,r,t*�,t**wwe*w�,t****x*r*•.�r**•+.***xwxx x�:r*x*x,r�**++*���*.**�*,+::��**•*:*.*«*r,t+�a,r***«�***xr�,r*x�,rx*+*r (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $36 24 1H 5D PIPE LAYER $36 75 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13 56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28 17 1 LANDSCAPING OR PLANTING LABORERS $14 22 1 LATHERS JOURNEY LEVEL $43 79 1M 5D METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $9 78 1 MACHINE OPERATOR $13 04 1 PAINTER $11 10 1 WELDER $15 48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11 56 1 ELECTRICIAN $11 56 1 EQUIPMENT MAINTENANCE $11 56 1 PLUMBER $11 56 1 PRODUCTION WORKER $9 26 1 TOOL MAINTENANCE $11 56 1 UTILITY PERSON $11 56 1 WELDER $11 56 1 PAINTERS JOURNEY LEVEL $33 16 2B 5A PLASTERERS JOURNEY LEVEL $43 10 1R 5A PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $56 34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $4214 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YO&UNDER) $44 92 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (OVER 3 YD&UNDER 6 YD) $45 41 1T 5D 8L BACKHOE,EXCAVATOR, SHOVEL(6 YD AND OVER WITH ATTACHMENTS) $45 96 1T 5D 8L BACKHOES, (75 HP&UNDER) $44 50 1T 5D 81. BACKHOES, (OVER 75 HP) $44 92 1T 5D 8L BARRIER MACHINE(ZIPPER) $44 92 1T 5D 8L BATCH PLANT OPERATOR,CONCRETE $44 92 1T 5D 8L BELT LOADERS(ELEVATING TYPE) $44 50 1T 5D 8L BOBCAT(SKID STEER) $4214 1T 5D 8L BROOMS $4214 1T 5D 8L BUMP CUTTER $44 92 1T 5D BL CABLEWAYS $45 41 1T 5D 8L CHIPPER $44 92 1T 5D 8L COMPRESSORS $4214 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $4214 1T 5D 8L CONCRETE PUMPS $44 50 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44 92 1T 5D 8L CONVEYORS $44 50 1T 5D 8L Page 5 KING COUNTY Effective 08-31-07 **,r*+a**�*r�**«***.**,tt•,t*«*r*+�**x*.**.:,rx*rw z*�****��r.�******:r*r.******xwx***x**x a*****w�,t+**a:**+�*+x*«,r+ (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CRANES, THRU 19 TONS,WITH ATTACHMENTS $44 50 1T 5D 8L CRANES, 20-44 TONS,WITH ATTACHMENTS $44 92 1T 5D 8L CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $45 41 1T 5D 81. WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45 96 1T 5D 81. WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $46 53 1T 5D 8L WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $42 14 1T 5D 8L CRANES,A-FRAME,OVER 10 TON $44 50 1T 5D 8L CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $47 09 1T 5D 81. ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) S44 92 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $45 41 1T 5D 8L CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $45 96 1T 5D 8L CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $45 96 1T 5D 8L CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $46 53 1T 5D 8L CRUSHERS $44 92 1T 5D 8L DECK ENGINEER/DECK WINCHES(POWER) $44 92 1T 5D 8L DERRICK,BUILDING $45 41 1T 5D 8L DOZERS,D-9&UNDER $44 50 1T 5D 81. DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $44 50 1T 5D 8L DRILLING MACHINE $44 92 1T 5D 8L ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $42 14 1T 5D 8L EQUIPMENT SERVICE ENGINEER(OILER) $44 50 1T 5D 8L FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $44 92 1T 5D 8L FORK LIFTS,(3000 LBS AND OVER) $44 50 1T 5D 8L FORK LIFTS,(UNDER 3000 LBS) $42 14 1T 5D 8L GRADE ENGINEER $44 50 1T 5D 8L GRADECHECKER AND STAKEMAN $42 14 1T 5D 8L GUARDRAIL PUNCH $44 92 1T 5D 8L HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $44 50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL LOCATOR $44 50 1T 5D 8L HORIZONTAUDIRECTIONAL DRILL OPERATOR $44 92 1T 5D 81. HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $42 14 1T 5D 8L HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $44 50 1T 5D 8L LOADERS,OVERHEAD(6 YD UP TO 8 YD) $45 41 1T 5D 8L LOADERS,OVERHEAD(8 YD&OVER) $45 96 1T 5D 8L LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $44 92 1T 5D 8L LOCOMOTIVES,ALL $44 92 1T 5D 81. MECHANICS,ALL $45 41 1T 5D 8L MIXERS,ASPHALT PLANT $44 92 1T 5D 8L MOTOR PATROL GRADER(FINISHING) $44 92 1T 5D 8L MOTOR PATROL GRADER(NON-FINISHING) $44 50 1T 5D 8L MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $45 41 1T 5D 8L OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $42 14 1T 5D 8L OPERATOR PAVEMENT BREAKER $42 14 1T 5D 81. PILEDRIVER(OTHER THAN CRANE MOUNT) $44 92 1T 5D 8L PLANT OILER(ASPHALT,CRUSHER) $44 50 1T 5D 8L POSTHOLE DIGGER,MECHANICAL $42 14 1T 5D 8L POWER PLANT $42 14 1T 5D 8L PUMPS,WATER $42 14 1T 5D 8L Page 6 KING COUNTY Effective 08-31-07 •x+,tr*+r.�++r.+*w++«*+*++rr++*++*+,r.+++s+.*+�**+».*,r**�«++w+r*+�.+�+s�+,rx+r«:r+++.+.+r*,t��*+e+*,r«*+++*+*+r.+++e+** (See Benefit Code Key) Over PREVAILING Time Holiday Nate Classification WAGE Code Code Code QUAD 9,D-10,AND HD-41 $45 41 1T 5D 81. REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $45 41 1T 5D 8L EQUIP RIGGER AND BELLMAN $42 14 1T 5D 81. ROLLAGON $45 41 1T 5D 8L ROLLER,OTHER THAN PLANT ROAD MIX $42 14 1T 5D 8L ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $44 50 1T 5D 8L ROTO-MILL,ROTO-GRINDER $44 92 1T 5D 81. SAWS,CONCRETE $44 50 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING S44 92 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45 41 1T 5D 81. OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $44 50 1T 5D 8L SCREED MAN $44 92 1T 5D 8L SHOTCRETE GUNITE $42 14 1T 5D 8L SLIPFORM PAVERS $4 5 41 1T 5D 8L SPREADER,TOPSIDE OPERATOR-BLAW KNOX $44 92 1T 5D 8L SUBGRADE TRIMMER $44 92 1T 5D 8L TOWER BUCKET ELEVATORS $44 50 1T 5D 8L TRACTORS,(75 HP&UNDER) $44 50 1T 5D 8L TRACTORS,(OVER 75 HP) $44 92 1T 5D 8L TRANSFER MATERIAL SERVICE MACHINE $44 92 1T 5D 8L TRANSPORTERS,ALL TRACK OR TRUCK TYPE $45 41 1T 5D 8L TRENCHING MACHINES $44 50 1T 5D 81. TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $44 50 1T 50 81. TRUCK CRANE OILERIDRIVER(100 TON&OVER) $44 92 1T 5D 8L TRUCK MOUNT PORTABLE CONVEYER $44 92 1T 5D 8L WHEEL TRACTORS,FARMALL TYPE $42 14 1T 5D 8L YO YO PAY DOZER $44 92 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 $54 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 $43 59 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $28 74 1H 5G Page 7 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $54 01 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36 08 1B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $30 51 1B 5C RESIDENTIAL TERRAZZOfnLE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZONILE SETTERS JOURNEY LEVEL $4196 1B 5A ROOFERS JOURNEY LEVEL $36 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39 78 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $51 97 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $3146 1H 6W CARPENTER $3074 1B 6X ELECTRICIAN $30 37 16 6X HEAT&FROST INSULATOR $46 13 1S 51 LABORER $2926 1B 6X MACHINIST $3029 1B 6X OPERATOR $3022 1B 6X PAINTER $3234 1B 6X PIPEFITTER $3022 1B 6X RIGGER $30 33 1B 6X SANDBLASTER $3022 18 6X SHEET METAL $30 48 1B 6X SHIPFITTER $3032 1B 6X TRUCKER $3017 1B 6X WAREHOUSE $30 20 1B 6X WELDER/BURNER $30 32 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22 92 1 SIGN MAKER $21 36 1 SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27 28 1 SIGN MAKER $33 25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $36 08 16 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S Page 8 KING COUNTY Effective 08-31-07 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $5424 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 $30 66 28 5A HOLE DIGGER/GROUND PERSON $17 19 2B 5A INSTALLER(REPAIRER) $29 41 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $28 53 2B 5A SPECIAL APPARATUS INSTALLER $3066 2B 5A SPECIAL APPARATUS INSTALLER 11 $30 05 28 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30 66 28 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28 53 28 5A TELEVISION GROUND PERSON $16 31 2B 5A TELEVISION LINEPERSON/INSTALLER $21 68 2B 5A TELEVISION SYSTEM TECHNICIAN $35 78 2B 5A TELEVISION TECHNICIAN $23 19 2B 5A TREE TRIMMER $28 53 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $41 96 1B 5A TILE, MARBLE&TERRAZZO FINISHERS FINISHER $35 79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36 40 1K SA TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $41 19 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $41 90 1T 5D 8L DUMP TRUCK $41 19 1T 50 8L DUMP TRUCK&TRAILER $41 90 1T 5D 8L OTHER TRUCKS $41 90 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 $18 00 1 Page 9