Loading...
HomeMy WebLinkAboutPK08-209 - Original - Transtech Electric, Inc. - Arbor Heights 360 Park - 04/07/2008 �1 3111*1 Records Mama ement 0 N T WASHINGTON Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact Mary Simmons, City Clerks Office. 17 Vendor Name: rApis4eck C[ecl -`e- Contract Number: Pk 121 ThIS iS -.--Igne- Jr1 -4 by Mary Simmons Vendor Number: Project Name: fit/ I �e ,� L/ - Contract Effective Date: A I 116 �, Contract Termination Date: / -1, lo � Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Department: Abstract: ADCL7832 07/02 �t. • KENT W A S H I N O T O N PUBLIC WORKS AGREEMENT between City of Kent and Transtech Electric THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Transtech Electric organized under the laws of the State of Washington, located and doing business at 9012 S 208 St, Kent, WA 98031; P: 253-872-5343, F: 253-872-5346 (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: Replacement of two luminary fixtures and lamps; Relocating an existing junction box; raising an existing luminary and splicing new lighting conductors as described in the contractors proposal dated February 14, 2008 attached and incorporated as Exhibit A. ac- A-. b0V 41t_D k+5 SA10-0 PA✓�� 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. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Seven Thousand Seven Hundred Ninety-Nine Dollars ($7,799.00). Applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related rules for the work 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. PUBLIC WORKS AGREEMENT - 1 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) A. No Performance Bond. Because this contract, including applicable sales tax, is less than $25,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. 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. PUBLIC WORKS AGREEMENT - 2 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "'Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY PUBLIC WORKS AGREEMENT - 3 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) t 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 correct any defects within seven (7) calendar days of its receipt of notice from the City of the PUBLIC WORKS AGREEMENT - 4 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) 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. XV. MISCELLANEOUS PROVISIONS. PUBLIC WORKS AGREEMENT - 5 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) 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. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AGREEMENT - 6 (Roadway/Pedestrian Path - Under$10K 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 , 2008. By: For: 4ANSTECH ELECTRIC, INC. Title: Mary Guthmiller, Vice PResident Date: 2 d EEO COMPLIANCE DOCUMENTS - 1 IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: By: -(M',- (signature) (sig a re) Print Name: Mary Guthmiller Print Name: Jeff Watl Its: vice President Its: Parks Department Director (Title) (Title) DATE: t -74 DATE: -0,65 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Ryan Guthmiller Shane Gilbertson Transtech Electric City of Kent 9012 S 208 St 220 Fourth Avenue South Kent, WA 98031 Kent, WA 98032 253-872-5343 (telephone) (253) 856-5115 (telephone) 253-872-5346 (facsimile) (253) 856-6050 (facsimile) East HIII Skate Park—Transtech Electric PUBLIC WORKS AGREEMENT - 7 (Roadway/Pedestrian Path - Under$10K and No Performance Bond) 3 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 , 2008. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 ^_Q08 I � �41PN IdO0 889 ZL-xh b ,= -- rra—nstech Highway Division February 14, 2008 Shane M. Gilbertson Kent Parks & Rec 220 Fourth Ave S Kent, WA 98032 SubJect; Skate Park Work Shane, The price to perform the work discussed will be $7,799. The price includes replacing two luminalre fixtures and lamps (GE 250W Cobraheads), Relocating an existing junction box from the roadway to sidewalk, raising an existing luminalre and splicing new lighting conductors. Transtech will provide traffic control to route traffic safely through IlCh by utlilxing the width of the roadway. To accept our proposal and begin the scheduling process, please sign, print name, and date below, If you have any questlons please call me at 253-872- 5940. Sincerely, Ryan Guthmiller Estimator X�. Signed x ��, '� . Print Name x 3- Zy - 08 Date Transtech Elactri4,Znc 9012 5.208'"6t Kent,WA 98021 PhOna 232.871.511148 Fox 253.672.5346 d9nerml contractor ZD4 TRANSIZO5409-61ettrical Carttroictor 10#TRAN50$Z055DT ht)b � $ DATE(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE 04/03/2009 PRODUCER (253)272-1151 FAX 253)272-1.225 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION lHentschell & Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE One Pacific Buildin HOLDER.THIS CERTIFICATE DOES NOT AMEND,EX END OR q AG ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 621 Pacific Ave. , Suite 400 Tacoma, WA 93402 INSURERS AFFORDING COVERAGE NAIL 0 INSURED Trans Tech Electric, Inc. INSURERA: Continental Western Insurance C mpany P 0 BOX 1108 INSURER 8; Kent, WA 98032 INSURER c INSURER D. INSURER E. .20VERAGIS 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 DESCR19ED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, 7AI D RRr TYPE OF INSURANCE POLICY NUMBER Y EFFE POLIO IRATION LIMITS GENERALLIABILITY CWP2553944 12/20/2007 12/20/2008 EACHOCCURRENCE S 1, 000,000 X COMMERCIAL GENERAL LIABILITY D AGE TO RENTED S 100 000 CLAIMS MADE FK OCCUR MED EXP(Any one person) $ 5,0001 PERSONAL G ADV INJURY 5 1,000.000 X $1,000 PD Ded GENERAL AGGREGATE S 2,000,000 OEN'L AGGREGATE LIMIT APPLIES PER, PRODUCTS-COMP/OP AGO 5 2 OOO,000 POLICY X PE�CT' LOC AUTOMOBILE LIABILITY CWP2553944 12/20/2007 12/20/2009 COMBINED SINGLE LIMIT $ X ANY AUTo (Ea aooldenq 1,000,000 ALL OWNED AUTOS BODILY INJURY 5 A SCHEDULED AUTOS (Per person) X HIRED AUTOS BODLY INJU Y X NON.OWNEDAUTOS (Peraooldenq $ P PERTY DAMAGE 5 er axldenq OARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EA AOC S AUTO ONLY, AGO S EXCUBSIUMORELLA LIABILITY CU25S3947 12/20/2007 12/20/2009 6ACHOCCURRENCE S 1,000 00 X OCCUR CLAIMS MADE AGGREGATE 5 1 000 OOO A s DEDUCTIBLE S RETENTION 5 0S WORKERS COMPENSATION AND X EMPLOYRRV LIABILITY CWP2553944 12/20/2007 12/20/2008 EL EACH ACCIDENT S 11000,000 I H A OFFIICENY ERR/PMEMOER EXCLUDED?EOUTNE E.L.DISEASE-EA r:MPLOY4 S 1,000,000 11 yes,dovorl be under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT 5 1 OOQ 0OO OTHER MOW. SORIPTLLQN Op OPERATION ! OCATIO a/VEMCL�a/ XCLU810N8 ADDED BY ENDORSEMENT/SPECIAL PROVISIONS 0:2008-H City o entkate Park ertificate Holder & OWNER are listed as Additional Insured with respects .to operations performed by he Named Insured per the attached form CLCGO020 3/07 and CLCG2024 1/07 CEIMFICATE HOLDEQCANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES DE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Kant BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 220 Fourth Avenue South OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES, Kent, WA 98032 AUTHORIZEDREPRESENTATNE ITed Hentschell AN ACORD 29(2001/08) OACORD CORPORATION 1988 Z ' d 168010N WdD l 80OZ '£ ' add I IMPORTANT If the certificate holder Is an ADDITIONAL INSURED, the policy(iss) must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement,A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing Insurer(s), authorized representative or producer, and the certificate holder, nor does it I affirmatively or negatively emend, extend or alter the coverage afforded by the policies listed thereon, I i i MI)25(2001/08) £ ' d 1680'oN NdO:C 80OZ ' £ ' add Additional Coverages and Factors 12/17/2007 Line of Business Coverages for Business Auto Coverage Limits Ded/Ded Type Rate Premium Factor Combined single limit 1,000,000 Medical payments 5,000 Uninsured motorist 1,000,000 combined single limit Underinsured motorist 11000,000 combined single limit Comprehensive 0 Collision Line of Business Coverages for General Liability Coverage Limits Ded/Ded Type Rate Premium Factor General Aggregate 2,000,000 500 Basis; Per Occurrence; Applies; Property Products/Completed Ops 2,000,000 Aggregate Personal & Advertising 1,000,000 Injury Each Occurrence 1,000,000 Fire Damage 100,000 Medical Expense 5,000 ti ' d 1680'aN U R I 800Z ' £ ' add CNV 2553944 - 24 U/20/07 amm 11/21/07 THIS ENDORSEMENT CHANGES THE POLICY, PLEASEREAD IT CMEFULLY, j ADDITIONAL 'INSURED - OWNERS, LESSEES OR. CONTRACTORS - COMPLETED OPERATIONS AUTOMATIC STATUS WHEN REQUIRED BY WRITTEN CONTRACT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERACE.JPART Sectfon 11 —Who Is An Insured Is amended to Include as an additional Insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing In a contract or agreement that such person or organization be added as an additional Insured on your policy. Such person or organization Ivan additional insured only with respect to "bodily Injury" and � "property damage"caused, In whole or In'part, by"your work"at locations specified ih the written contract or agreement and Included In the"products-completed operation hazard". With respect.to the Insurance afforded to these additional Insureds, this Insurance does not apply to "bodily Injury" or"property dama3g®"that occurs prior to the execution of, or-subsequent to the expiration of, the contact or agreement In which you agreed that such person or organization be'added as an additional Inured on your policy. I I I i I i I i CL CG 2014 0101 Includes copyrighted material of'Insurance Servloea Page 1 of 1 .0111ces,Inc„with its permission `y d 1680'0N bVd6b £ 800Z ' £ ' Idb THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ iT CAREFULLY. CONTRACTORS' COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. MEDICAL PAYMENTS (b) That Is Fire, Lightning, Explosion or If SECTION I—COVERAGE C MEDICAL PAY- Sprinkler Leakage Insurance for prem- MENTS is not otherwise excluded from this ises rented to you or temporarily occu- Coverage Part: pied by you with the permission of the 1. The Medical Expense Limit provided by this owner; pollcy, subject to the terms of SECTION 111 - 4. Paragraph ®.a. of SECTION V — DEFINi. LIMITS �F INSURANCE, ®hall be the TIO is deleted and replaced by the follow- greater of: img� a. $10,000;or a. A contract for a lease of premises. However, that portion of the contract for b. The Medical Expense Limit shown In the a lease of pre<nlses that Indemnlfles any Declarations of this Coverage Part. person or organization for damage by B. FIRE LIGHTNING, EXPLOSION SMOKE AND fire, lightning, explosion or sprinkler SPRINKLER LEAKAGE DAMAtsE TO PREM- leakage to premises while rented to you ISES YOU RENT or temporarily occupied by you with permission of the owner Is not an "In- If damage to premises rented to you under Cov- sured contract"; erage A. Is not otherwise excluded from this pol- C. NON-OWNED WATERCRAFT icy,the following applies: 1, The last a raph of SECTION 1 — COV- 1. Paragraph .(Z of SECTION I — COVER p rig AGE A.2. �xc unions Is deleted and re- ERAGE A.Z. Excluslons is deleted and re- placed by the following: placed by the following: Exclusions c. through, n. do not apply to A watercraft you do not own that Is: damage-by fire,lightning,explosion or$prin- (a) Less than 61 feet long;and kler leakage to premises Ala reAted to your or temporarily occup'led by you with permis- (b) aN t us to carry persons or property for sion of the owner, A eeperate limit•af insur- ance apppplies to this coverage as described D. SUPPLEMENTARY PAYMENTS In SECTION Ill—LIMITS OF INSURANCE. SECTION 1 — SUPPLEMENTARY PAYMENTS 2. Paragraph 6. of SECTION III — LIMITS OF — COVERAGI;B A AND IS is amended as foi- INSlNCE is deleted and replaced by the lows: following: 1. The limit of Insurance In paragraph 1.b. Is G. Subject to 5. above,the greater of: Increased from $250 to$2,600;and a. $300,000;or 2. The limit of Insurance in paragraph 1.d. Is b. the Damage To Premises Rented Increased from$260 to$500. To You Llmh shown In the Declara- E. AUTOMATIC ADOITIONAL INSURED tions; SPECIFIED RELATIONSHIPS Is the most we vAN pay unto COVER- The following is added to Pm-graph 2. of SEC- �AGE A for derhages because bf° TION 11-WHO IS AN INSUR lefty damage"to e�ny one•premises,0 e e. An person or rented;to.you,or t tporarly�eccupled by y pe organization described in •you with the permlasloft of the owner paragraph f.below,whom you and such per- son at out of any one titre, lightningg, ex- son or nization have agreed In writing in plosion or sprinkler leakage incider>t. a contras at agrewnent that such parson or organization be added as an additional In• 3. Paragra A.b. 7)b) Other Insurance of sured on your policy. SECTION IV —(C�INMERCIAL GENERAL LIABILITY CONDITIONS is deleted and re- placed by the following: CL CO 00 20 08 07 Inds coWGhted matrAzi of Immnro Sens m P8901 of 6 Office,(no.,with its petmisslon 9 ' d 168010N WdP E 800Z ' 8 ' add Such person or organization Is an insured (a) The ownership, maintenance,or use provided: of any elevators. (1) ment Iarltten or oral contract or agree- F. ADDITIONAL CONTRACTORS-AUTOMATIC STATUS$ (a) Currently In effect or becomes effec- 1. SECTION II — WHO 15 AN INSURED is tive during the policy period;and amended to include as an additional insured any person or organization for whom you are (b) Executed prior to an occurrence or performing operations when you and such offense to which this insurance person or organization have agreed in writ. would apply. Ing in a contract or agreement that such per- (2) They are not specifically designated as son or organization be added as an addl- an additional insured under any other tional Insured on your policy. Such person or provision of, or endorsement added to, organization Is an additional insured only this policy. with respect to lieblllT for "bodily Injury', f. Only the following persons or organizations Tin damage" or personal and adver- are additional Insureds under this endorse- tieing bury' caused, in whole or In part, by: ment, and coverage provided to such addl- a. Your acts or omissions;or tlonal Insureds Is limited as provided herein; b. The acts or omissions of those acting on ('I) The manager or lessor of•e premise your behalf; leasied to you, but only With-r6spact to If. in the performance of our ongoing o ability arising frorri the owoership,,•main- bons fop the additional Insured. g opera- tons terlanoe or use of that part of the prom- ises leased to you and subject to the fol- A person's or organization's status as an ad- lowing additional exclusloho: ditlonal insured under this policy ends when This Insurance does not apply to: your operations for that additional insured (a) Any "occurrence" which takes place are completed. after you cease to be a tenant of that 2. With respect to the insurance afforded to l premises. these additional insureds, the following addi- (b) Structural alterations, new construe- tional exclusions apply: tlon or demolition operations per- This Insurance does not apply to: formed man- ager oressoron behalf of the men- a. "Bodily Injury", °property damage" or "personal and advertising Injury" arlsing (2) Any person or organization from whom out of the rendering of, or thhe failure to i you lease equipment, but only with re- render, any professional architectural, spect to liability for "bodily Injury", "prop- engineering or surveying services, In- erty damage" or"personal and advertis- eluding: Ing injury"caused, In whole or In part, by your maintenance, operation or use of (1) The preparing, approving, or falling equipment (eased to you by such`per- to prepare or approve, maps, shop son(s)or organlzation(s). drawings, opinions, reports,surveys, field orders, change orders or draw- However, this Insurance does not apply Inge and speclfications;or to any "occurrence" which takes place after the equipment lease expires. (2) Supervisory, inspection, architec- (3) Any state or political subdivision, subject tural or engineering activities. to the following additional provision: b. "Bodily Injure or "property damage" This Insurance applies onlywith respect occurring after: to the following hazards for which the (1) All work, Including materials, parts state or political subdivision has Issued a or equipment furnished in connec- permit in connection with misea u tion with such work on the project pre Yp � P 1e own, rent, or control and to which this m- (other than service, maintenance or surance applies: repairs) to be performed by or on (a) The existence, maintenance, repair, behalf of the additional insured(s) at the location of the covered opera- construction, erection, or.removal of then$has been completed; advertising signs; awnings, nano- j pies, debar entrances, call Proles, (2) That portion of "your work" out of drtvew'ays, matihow,• :marquee®, which the Injury or damage arises hoist away openings, sidewalk has been put to Its Intended use by vaults, street banners, or decors- any person or organization other bons and similar exposures;or than another contractor or subcon- (b) The construction, erection, or re- tractor engaged In performing op- i moval of elevators;or orations for a principal as a part of the some project. CI.Ca 00 20 03 07 Includes copyrighted material of Insurance Services Page 2 of 0 Office,Inv.,with Its penniselon i I i L ' d 1680 'ON NdP l 80OZ ' £ ' ) dV 3. The Insurance provided by this endorsement o. We may pay any part or all of the de- is primary Insurance and we will not seek ductible amount to effect settlement of contribution under any insurance policy un- any claim or suit and, upon notification der which such additional insured is a of the action taken; you shall promptly named Insured, If such policy was procured reimburse us for such part of the do. and paid for by such additional Insured, or a ductlble amount as we have paid. parent or related entity of such additional In- H. BROADENED NAMED INSURED sured, 4. With respect to the insurance afforded to Paragraph 3. of.SECTION 0 - WHO 18 AN IN. these additional Insureds, SECTION III — SURED is deleted and replaced by the following. LIMITS OF INSURANCE is amended as fol- An organization,other than a joint venture,over lows: which you maintain ownership or majority inter- The limits applicable to the additional in- est of more than 50%will be a Named Insured if sured are those specified in the written con- there Is no other sinlllaf Insurance avalisble to tract or agreement or the limits stated in the that organization. However: Declarations, whichever Is less. If no limits a. Coverage under this provision Is afforded are specified In the written contract or only unta the 180th day after you acquire or agreement, the limits applicable to the addi- form the organization or the and of the policy tional Insured are those specified In the Dec- period,whichever Is earlier. larations, The limits of Insurance are Inclu- b. COVERAW A does not apply to "bodily m- slve of and not In addition to the limits of in- lury" or"property damage"that occurred be- surance shown in the Declarations. fore you acquired or formed the organiza- G. PROPERTY DAMAGE TO BORROWED tion. EQUIPMENT o. COVERAGE B does not apply to "personal 1. Paraggraph 2 . of SECTION I - COVER- and advertising lnjur/' arising out of an of- AGES� COV-RAGE A BODILY INJURY fense committed before you acquired or AND PROPERTY DAMAGE LIABILITY Is formed the organization, amended as follows: I. CONSTRUCTION PROJECT GENERAL AG. Paragraphs (3) and (4) of this exclusion do GREGATE LIMIT not apply to tools or equipment loaned to 1. For all sums which the Insured becomes you,provided they are not being used to per. legally obligated to pay as damages caused form operations at the time of lose. by "occurrences" under COVERAGE A 2. SECTION III -- LIMITS OF INSURANCE is (SECTION 1), and for all medical expenses deleted and replaced by the following: caused by accidents under COVERAGE C (SECTION 1),which can be attributed only to The most we will pay in any one °occur- ongoing operations at a single construction rence" for "property damage to borrowed project away from premises owned by or equipment Is $15,000, This limit of insur- rented to the insured: ance Is the most we will pay regardless of A Single Construction Project General the number of: a. Aggregate Limit applies to each oon- a. Insureds; struction project away from premises b. Claims made or"suits"brought;or owned by or rented to the insured, and that limit is equal to the amount of the o. Persons or orgganlzetlons making claims General Aggregate Limit shown In the or bringing"suits". Declarations. 3. Deductible b. The•'Eingle tbstruclion Project Gen®ral a. Our obligation to pay damageson behalf agate I.Imft'Is the most uve will ay fo'r'tho sum"..Of all damages under Cov of the insured applies onl 'to the amount ERAGE.4, except don s,because of of dam In,excess of;s1250 as aoll. "bodll I u ° or "propage " caW6 to pr� dama' as the result y �Y damage In. duded In• e "products-cofiple'•ted op- dud any one ommenco , regardless of e�atloris hazard , and for medical ex- the number of persons or organMons penses under COVERAGE C regardless who sustain damages because of that of the rwmber of: occurrence". b. The terms of this Insurance, fndUdbV (11) Insureds; those with respect to our sight and duty (2) Claims made or"suits"brought;or to,defend the insured against,any naulte seekl.'g thos®damapes;•and ur duties (3) Persons or organizations making In'lhe aivent of an"ooaufre'nce!clat'n,or claims or bringing"suits", cult°'apply loospective of the appi ation Of the deduodble amount. CL CO 00 20 03 07 Include$copfthtsd mawai of Insurance services Page 3 of 6 office,Inc.,mo Its pa"Inion 8 ' d 1680 ' ON WdD l 800Z 1 ' add i c. Any payments made under COVERAGE J. KNOWLEDGE OF OCCURRENCE A for damages or under COVERAGE C The followingIs added to paragraph Z. Duties In for medical expenses shall reduce the The Event Occurrence, offense, Claim Or Single Construction Project,General Ag- Suit of SECTION IV — COMMERCIAL. GEN- 9regate Limit for.that construction ,pro- ERAL LIABILITY CONDITIONS: Jed away from premises 'owned by .or rented to the• Insured, Such ppaayments e. A report of an "occurrence", offense,'claim shall not redui a the.Geneeral Aggregate or"suit"to; Limit shown I;n the Declarations nor shall (1) You,If you are an Individual, they reduce any other Single Construc- tion Project General Aggregate Limit for (2) A partner,If you are a partnership, any other separate construction project away from premises owned by or rented (3) An executive officer, if you are a to the Insured. corporation,or d. The limits shown in the Declarations for (4) A manager, if you are a limited liability Each Occurrence, Fire Damage and company; Medical Expense continue to apply, is considered knowledge and requires you to However, Instead of being subject to the notify us of the"occurrence", offense, claim, Genera{ Aggregate Limit shown In the or"suit"as soon as practicable. Declarations, such limits will be subject to the applicable Single Construction f, We are considered on notice of an Project General Aggregate Limit. "occurrence", offense, claim or "suit" that is 2. For all sums which the Insured becomes reported to your Workers' Compensation legally obligated to pay as damages caused Insurer for an event which later develops Into by "occurrences" under COVERAGE A an "occurrence", offense, claim or "sult" for(SECTION 1), and for all medical expenses which there Is coverage under this policy, caused by accidents under COVERAGE C However, we will only be considered on (SECTION 1), which cannot be attributed notice 9 you notify us as soon as you know only to ongoing operations at a single desig- the claim should be addressed by this policy nated construction project away from pram- rather than your Workers' Compensation Isom owned by or rented to the insured: policy' A. Any payments made under COVERAGE K. UNINTENTIONAL OMISSIONS A for damage® or under COVERAGE C The following is added to paragraph S. Repro- for medical expenses shall reduce the sentations of SECTION IV - COMMERCIAL amount available under the General Ag- GENERAL LIABILITY CONDITIONS; gregate Limit or the products-Completed d, if you unintentionally fail to disclose any ex- is Aggregate Limit, whicheverposures existing at the Inception date of your Is applicable; e; and policy, we will not deny covers a under this b. Such payments shall not reduce any Coverage Part solely because of such failure Single Construction Project General Ag- to disclose. However, this provision does gregate Limit, not affect our right to collect additional pre- 3. When coverage for liability arising,out of the mium or exercise our right of cancellation or " " non-renewal. products-completed operations hazard is provided, any payments for damages be- This provision does not apply to any known cause of"bodily inJur�' or"props�y damage" injury or damage which fs excluded under i Included In the "products-completed opera- any other provision of this policy. Lions hazard' will reduce the Products- L. MENTAL ANGUISH i Completed Operations A gregate Limit, and not reduce the General regete Limit nor Paragraph 3. of SECTION V W DEFINITIONS is the Single Construction Rro ec4 Gerreral Ag- deleted and replaced by the following; gregate Limit, 3. "Bodily injury"means bodily injury, sickness 4. If the applicable construction project away or disease sustained by a person, Including from premises owned by or rented to the in- mental anguish or death resulting from any sured has been abandoned, delayed, or of these at any time. abandoned and then restarted, or it the au- M. WAIVER OF TRANSFER OF RIGHTS OF RE- thorized contracting parties deviate from COVERY AGAINST OTHERS plans, blueprints, designs, specifloat{ons or Paragraph 8. Transfer Of Rights Of Recover timetables,the project will stilt be deemed to Against Others To Us of SECTION IV—COM- MERCIAL the some construction project, GENERAL LIABILITY CONDITIONS S. The provisions of limits Of Insurance Is amended by the addition of the following: (SECTION Ill) not otherwise modified by this t endorsement shall continue to apply as i stipulated, i F 1 CL CO 00 30 03 07 Includes copyrighted materiel of Insuranoe Services Page 4 of 6 01hoe,Inc.,with its permission 6 ' d 1680' 0N Wd00 E SOOZ ' E_ IdV We waive,any right of recovery we may have be- the ppremises, site or loca- aBuse of payments we m+riks for injury•or dam- tlon In connection with such age arising- out of.your, operations or operations by such insured, "Your work done under a contract reqquiring such contractor or subcontractor. waterer with-that person or.organization.alai In- su aragraph b) does not cluded in the "products-completed operations apply to bodily Injury" or hazare "property damage" arising However, our rghts may only be waived prior to out of heat, smoke or fumes the"occurrence giving rase to the Injury or dam- from a"hostile fire". age for which we make payment under this Cov- erage Part. The Insured must do clothing after a (2) An loss, cost or expense aris- out of any: loss to Impair our rights. At our request, the In Ing- sured will bring "suit" or transfer those rights to (a) Request, demand, order or us and help us enforce those rights. statutory or regulatory re- N. LIMITED JOB SITE POLLUTION qulfentent Issued or made 1, Exclusion f. under Section I�-Coverage A pursuant protection or venvl Is replaced by the following: ronmental liability statutes or " 2. Exclusions regulations that any insured test for, monitor, clean up, This insurance does not apply to: remove, contain, treat, de- l. Pollution toxify or neutralize, or in any way respond to, or assess (1) "Bodily Injury" or"property dam- the effects of, "pollutants"; age"arising out of the actual,al- or leged or threatened discharge, (b) Claim or suit by or on behalf dispersal, seepage, migration, of a governmental authority release or escape of pollut- for damages because of ants": testlnp for, monitoring, (a) At or from any promises, cleaning up, removing,,con- site or location on which any taining treating, detoxifying Insured or any contractors or neutralizing or in any way or subcontractors working responding to or assessing directly or indirectly on any the effects of,"pollutants". insured's behalf are per- However, this paragraph does forming operations If the not apply to liability for those operations are to test for, sums the Insured becomes le- monitor, clears up, remove, gal)y obligated to pay as darn. contain, treat, detoxify or ages because of"property dam- neutralize, or in any way re- age" that the Insured would spond to, or assess the ef- have In the absence of such re- fees of,"pollutants";or quest, demand, order or statu- (b) At or from a storage tank or tory or regulatory requirement, other container, ducts or or such claim or "suit' by or on piping which Is below or par- behalf of a governmental author- tlally below the surface of Ity. the ground or water or 2, With respect to "bodily injury" or "property which, at any time,has been damage"arising out of the actual, alleged or buried under the surface of threatened dltarge, dispersal, seepage, the ground or water and then subsequently exposed migration, release or escape of"pollutan by erosion, excavation or a. The "Each Occurrence Limlt" shown In any other means if the ac- the Declarations does not apply. tual, alleged threatened discharge, dispersal, seep- Paragraph b. Pare raph T. of Limits Of Insurance age, migration, release or (Seoflon sin does not apply. escape of"pollutants"arises c. Paragraph 1. of Section III — Limits Of at or from any pp remises,site Insurance Is replaced by the following: or location which any in- sured or any contractors or The Llmlts Of Insurance shown In this subcontractors working di- endorsement, or In the Declarations and rectly or Indirectly on any in. the rules below fix the most we will pay sured's behalf are perform• regardless of the number of; ing operations if the "pollut- (1) Insureds; ants"are brought on or to CL CIS 00 20 03 07 Includes copyrighted MOWN of Insurance Services Page 6 of 6 Office,Inc.,with hs permiaaaon 01 ' d 1680 'ON NMI 800Z It ' 'Idy (9) Claims made or"suits"brought;or 9. Subject to 8. above, the Medical (9) Person® or organization® making Expense Limit Is the most we will pay under Coverage C for all medi- claims or bringing"suits". cal expenses because of"bodily In- d. The following are added to Section III-- Jury" sustained by any one person Limits Of Insurance: arising out of the actual, alleged or B. Subject to 2.or 3. above,whichever threatened discharge, dispersal, seepage, migration. raises® or es- applies, the most we will pay for the oape o3"pollutants". sum of: 0. OTHER INSURANCE ®. and under Coverage A; d If this policy Includes a Coverage Form or an b. Medical a enses under Cover- Endorsement which provides coverage for loss or damage covered by one or more of the Ex- age C tensions of this endorsement, the limit and the because of "bodiiy Injury" or "prop• coverage provided by this endorsement are de- erty damage" arlsing out of the so- leted and replaced by the limit and coverage tual, alleged or threatened dis- provided by that Coverage Form or Endorse- charge, dispersal, seepage, miggrs- ment. don, release or escape of "pollut ants"Is$100,000. I I i i I i CL CG 00 20 03 07 Includes copyrighted material of Insurance SenAcee Page 8 of 8 Office,Inc.,with its permiseion j I I 11 ' d Wd0g: £ 800Z '£ ' add 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 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. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 3. Builders Risk insurance covering interests of the City,the Contractor, Subcontractors, and Sub- subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake,theft,vandalism, malicious mischief, collapse,temporary buildings and debris removal. This Builders Risk insurance covering the work will have a deductible of$5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City. Any increased deductibles accepted by the City will remain the responsibility of the Contractor. Builders Risk-insurance shall be maintained until final acceptance of the work by the City. 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. 3. Builders Risk insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. 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: l. 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 A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. 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. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $36.24 1H 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS JOURNEY LEVEL $43.75 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $43.91 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $43.75 1 M 5D CARPENTER $43.75 1M 5D CREOSOTED MATERIAL $43.85 1 M 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1 M 5D FLOOR SANDER $43.75 1M 5D MILLWRIGHT AND MACHINE ERECTORS $44.75 1M 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $43.95 1M 5D SAWFILER $43.75 1M 5D SHINGLER $43.75 1M 5D STATIONARY POWER SAW OPERATOR $43.75 1 M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEY LEVEL $44.58 1M 5D DIVERS&TENDERS DIVER $85.75 1 M 5D 8A DIVER TENDER $44.22 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $44.59 1T 5D 8L ASSISTANT MATE(DECKHAND) $44.08 1T 5D 8L BOATMEN $44.59 1T 5D 8L ENGINEER WELDER $44.64 1T 5D 8L LEVERMAN,HYDRAULIC $46.21 1T 5D 8L MAINTENANCE $44.08 1T 5D 8L MATES $44.59 1T 5D 8L OILER $44.21 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $43.59 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18.69 1 Pagel KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ELECTRICIANS-INSIDE CABLE SPLICER $55.05 1E 5A CABLE SPLICER(TUNNEL) $58.86 1E 5A CERTIFIED WELDER $53.16 1E 5A CERTIFIED WELDER(TUNNEL) $57.15 1E 5A CONSTRUCTION STOCK PERSON $28.83 1E 5A JOURNEY LEVEL $51.25 1E 5A JOURNEY LEVEL(TUNNEL) $55.05 1E 5A ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $56.53 4A 5A CERTIFIED LINE WELDER $51.64 4A 5A GROUNDPERSON $37.15 4A 5A HEAD GROUNDPERSON $39.19 4A 5A HEAVY LINE EQUIPMENT OPERATOR $51.64 4A 5A JACKHAMMER OPERATOR $39.19 4A 5A JOURNEY LEVEL LINEPERSON $51.64 4A 5A LINE EQUIPMENT OPERATOR $43.83 4A 5A POLE SPRAYER $51.64 4A 5A POWDERPERSON $39.19 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $60.85 4A 6Q MECHANIC IN CHARGE $66.25 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.15 2K 5B FENCE ERECTORS FENCE ERECTOR $18.71 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 $46 59 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $33.65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $36.75 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $38.87 1K 5B COOK $32.73 1K 56 DECKHAND $32.42 1K 5B ENGINEER/DECKHAND $35.20 1K 56 MATE,LAUNCH OPERATOR $36.85 1K 513 Page 2 KING COUNTY Effective 03-02-08 (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 $31.49 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 1M 5D IRONWORKERS JOURNEY LEVEL $47.92 10 5A LABORERS ASPHALT RAKER $36.75 1H 5D BALLAST REGULATOR MACHINE $36.24 1H 5D BATCH WEIGHMAN $31.01 1H 5D BRUSH CUTTER $36.24 1H 5D BRUSH HOG FEEDER $36.24 1H 5D BURNERS $36.24 1H 5D CARPENTER TENDER $36.24 1H 5D CASSION WORKER $37.20 1H 5D CEMENT DUMPER/PAVING $36.75 1H 5D CEMENT FINISHER TENDER $36.24 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $36.24 1H 5D CHIPPING GUN(OVER 30 LBS) $36.75 1H 5D CHIPPING GUN(UNDER 30 LBS) $36.24 1H 5D CHOKER SETTER $36.24 1 H 5D CHUCK TENDER $36.24 1H 5D CLEAN-UP LABORER $36.24 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $36.75 1H 5D CONCRETE FORM STRIPPER $36.24 1H 5D CONCRETE SAW OPERATOR $36.75 1H 5D CRUSHER FEEDER $31.01 1H 5D CURING LABORER $36.24 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $36.24 1H 5D DITCH DIGGER $36.24 1H 5D DIVER $37.20 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $36.75 1H 5D DRILL OPERATOR,AIRTRAC $37.20 1H 5D DUMPMAN $36.24 1H 5D EPDXY TECHNICIAN $36.24 1 H 5D EROSION CONTROL WORKER $36.24 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 $36.24 1H 5D FIRE WATCH $31.01 1H 5D FORM SETTER $36.24 1 H 5D GABION BASKET BUILDER $36.24 1H 5D GENERAL LABORER $36.24 1H 5D GRADE CHECKER&TRANSIT PERSON $36.75 1H 5D GRINDERS $36.24 1H 5D GROUT MACHINE TENDER $36.24 1H 5D Page 3 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GUARDRAIL ERECTOR $36.24 1H 5D HAZARDOUS WASTE WORKER LEVEL A $37.20 1H 5D HAZARDOUS WASTE WORKER LEVEL B $36.75 1H 5D HAZARDOUS WASTE WORKER LEVEL C $36.24 1H 5D HIGH SCALER $37.20 1H 5D HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36.75 1H 50 LASER BEAM OPERATOR $36,75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $36.24 1H 5D MINER $37.20 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $36.75 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $36.75 1H 5D PILOT CAR $31.01 1H 5D PIPE POT TENDER $36 75 1 H 5D PIPE RELINER(NOT INSERT TYPE) $36.75 1H 5D PIPELAYER&CAULKER $36.75 1H 5D PIPELAYER&CAULKER(LEAD) $37.20 1H 5D PIPEWRAPPER $36.75 1H 5D POT TENDER $36.24 1H 5D POWDERMAN $37.20 1H 5D POWDERMAN HELPER $36.24 1H 5D POWERJACKS $36.75 1H 5D RAILROAD SPIKE PULLER(POWER) $36.75 1H 5D RE-TIMBERMAN $37.20 1H 5D RIPRAP MAN $36.24 1H 5D RODDER $36.75 1H 5D SCAFFOLD ERECTOR $36.24 1H 5D SCALE PERSON $36.24 1H 5D SIGNALMAN $36.24 1H 5D SLOPER(OVER 20") $36.75 1H 5D SLOPER SPRAYMAN $36.24 1 H 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $36.75 1H 5D SPREADER(CONCRETE) $36.75 1H 5D STAKE HOPPER $36.24 1H 5D STOCKPILER $36.24 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $36.75 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $36.75 1H 5D TOOLROOM MAN(AT JOB SITE) $36.24 1H 5D TOPPER-TAILER $36.24 1H 5D TRACK LABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $36.24 1H 5D TUGGER OPERATOR $36.75 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $36.24 1H 5D VIBRATOR $36.75 1H 5D VINYL SEAMER $36.24 1H 5D WELDER $36.24 1H 5D WELL-POINT LABORER $36 75 1H 5D Page 4 KING COUNTY Effective 03-02-08 (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 $17.87 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 $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $33.94 2B 5A PLASTERERS JOURNEY LEVEL $43.10 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $57.34 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $42.14 1T 5D 8L BACKHOE,EXCAVATOR,SHOVEL (3 YD&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 $45.96 1T 5D 8L ATTACHMENTS) BACKHOES, (75 HP&UNDER) $44.50 1T 5D 8L 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) $42.14 1T 5D 8L BROOMS $42.14 1T 5D 8L BUMP CUTTER $44.92 1T 5D 8L CABLEWAYS $45.41 1T 5D 8L CHIPPER $44.92 1T 5D 8L COMPRESSORS $42.14 1T 5D 8L CONCRETE FINISH MACHINE-LASER SCREED $42.14 1T 5D 8L CONCRETE PUMPS $44.50 1T 5D 8L CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $44.92 1T 5D 8L Page 5 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code CONVEYORS $44.50 1T 5D 8L 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 8L WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $45.96 1T 5D 8L 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 8L ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $44.92 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 8L 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 8L 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 8L 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 8L 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 Page 6 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code PUMPS,WATER $42.14 1T 5D 8L 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 8L 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 8L SAWS,CONCRETE $44.50 1T 5D 8L SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $44.92 1T 5D 8L OFF-ROAD EQUIPMENT(UNDER 45 YD) SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $45.41 1T 5D 8L 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 $45.41 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 8L TRUCK CRANE OILERIDRIVER(UNDER 100 TON) $44.50 1T 5D 8L TRUCK CRANE OILER/DRIVER(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 $37.61 4A 5A SPRAY PERSON $35.73 4A 5A TREE EQUIPMENT OPERATOR $36.19 4A 5A TREE TRIMMER $33.68 4A 5A TREE TRIMMER GROUNDPERSON $25.43 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $55.41 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 1 E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $31.99 1H 5G Page 7 KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18.36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22.95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $55.41 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $19.48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $36.08 1 B 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $31.01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26.30 1 RESIDENTIAL TERRAZZOITILE SETTERS JOURNEY LEVEL $41.96 1 M 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 1 E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $31.46 1H 6W CARPENTER $30.74 1B 6X ELECTRICIAN $30.37 1B 6X HEAT&FROST INSULATOR $46.59 1S 5J LABORER $29.26 1 B 6X MACHINIST $30.29 1 B 6X OPERATOR $30.22 1B 6X PAINTER $32.34 1B 6X PIEFITTER $30.22 1B 6X RIGGER $30.33 1B 6X SANDBLASTER $30.22 1B 6X SHEET METAL $30.48 1B 6X SHIPFITTER $30.32 1B 6X TRUCKER $30.17 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 1B 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S Page 8 i KING COUNTY Effective 03-02-08 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $55.64 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 2B 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 1 $30.66 2B 5A SPECIAL APPARATUS INSTALLER II $30.05 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $30.66 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $28.53 2B 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 1M 5A TILE,MARBLE&TERRAZZO FINISHERS FINISHER $35.79 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $36.40 1K 5A 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 5D 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