Loading...
HomeMy WebLinkAboutPK08-270 - Original - Geo Loop Tec Co - Geothermal Ground Source Heat Exchange Tests - 07/30/2008 16 Records M eme KENO Document WASHINGTON CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed, if you have questions, please contact City Clerks Office. Vendor Name: Geo loop Tec Co Vendor Number: phi JD Edwards Number Contract Number: i Y\ 0 2_7 0 This is assigned by Deputy City Clerk Description: East Hill Operations Center perform geothermal ground source heat exchange tests. Detail: Drill holes in ground to perform geothermal ground source heat exchange Project Name: Easthill Maintenance Facility Ground Testing Contract Effective Date: Termination Date: Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Charlie Lindsey Department: Parks/Facilities Abstract: S:Public\RecordsManagement\forms\ContractCover\ADCL7832 07/02 ��• KKNT WASH IN O T O N PUBLIC WORKS AGREEMENT between City of Kent and Geo Loop Tec Co THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Geo Loop Tec Co organized under the laws of the State of Washington, located and doing business at 5701 1st Ave So, Seattle, Wa. 98108, (206)767- 1895, Mike Snorsky (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: At City of Kent Kent East Hill Operations Center perform Geothermal ground source heat exhange tests, located at 12607 SE 248th St, in the City of Kent in accordance with the proposal dated May 28, 2008, which is attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I within 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $10,091.75, 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 $35,000, 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 PUBLIC WORKS AGREEMENT - 1 (Over$10K, under$35K, and No Performance Bond) sixty (60) days after the date of final acceptance, or until receipt of all • necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor-Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After PUBLIC WORKS AGREEMENT - 2 (Over S10K. under S35K, and No Performance Bond) i 1 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. PUBLIC WORKS AGREEMENT - 3 (Over S1OK, under S35K, and No Performance Bond) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When PUBLIC WORKS AGREEMENT - 4 (Over S1OK, under S35K, and No Performance Bond) L + defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. PUBLIC WORKS AGREEMENT - 5 (Over$10K, under$35K, 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, including all appeals, 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 PUBLIC WORKS AGREEMENT - 6 (Over$1OK, under$35K, and No Performance Bond) to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: By: By- (signature) (signature) Print Name: /f /1�iC Prin N . Suzette Cooke Its Pi2S Its Mayor (t'tig�� DATE: 7,92` "-'®co DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Mike Snorsky Charles (Charlie) Lindsey, Superintendent of Geo Loop Tec Facilities 5701 1st Ave So City of Kent Seattle, Washington 98108 220 Fourth Avenue South Kent, WA 98032 206-767-1895 (telephone) 206-763-1950 (facsimile) (253) 856-5091 (telephone) (253) 856-6080 (facsimile) A OVED TO FORM: JL-�- Ke t w 13ebartment GeoLoopTecconKEH)C PUBLIC WORKS AGREEMENT - 7 (Over$1OK, under$35K, 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 2006 By: For: d6ezD Zee? Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the 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 EXHIBIT�C GEO LOOP TEC CO R r ► PHONE: 206.767.1895 5701 1ST AVE SO ;''� �� FAX: 206.763.1950 SEATTLE, WA 98108 GEOTHERMAL GROUND SOURCE HEAT EXCHANGERS May 28,2008 Wegner Architects email ATTN: Bob Wegner RE: Request for Thermal Conductivity Test Proposal for Kent Maintenance Facility Per your request for quotation,I have attached a proposal to have one test bore drilled and tested to determine the thermal conductivity of both 300'bore with 1"diameter supply and return. A breakdown of the costs are as follows: DRILLING COSTS This cost includes drilling,grouting,mobilization,de-mobilization,piping,pressure testing and purging. The exact length of the borehole is determined by the driller at the time of drilling. The driller determines the most efficient depth of bore based on a site analysis and soil conditions at the various depths. This cost includes containment of spoils and water,spoils and water removal. $ 17.00/ft. (FOR ESTIMATE PURPOSES USE A 300'BOREHOLE) TESTING&ANALYSIS COSTS Once the borehole is drilled and grouted out,a test can be performed so a complete thermal conductivity analysis can be performed to assist in the sizing of the ground loop. Data is accumulated via an Insitu Thermal Conductivity Testing Unit. This unit will inject a controlled number of BTU'S into the ground loop at a specified flow rate while the Test Unit accumulates the data on a minute by minute basis. All the data is logged into the data bank of the Test Unit. The test will run about 24 hours. The data is then downloaded to the International Ground Source Heat Pump Association(IGSHPA)sanctioned thermal conductivity analysis software to generate a detailed report showing the data compiled by the Test Unit. An exact thermal conductivity number can be generated to aid in the sizing of the ground loop. The information gathered will insure two things: 1) Proper amount of ground loop will be installed. 2) Excess ground loop will not be installed eliminating unnecessary and unneeded first costs due to inaccurate information. $3950.00/per borehole TOTAL PRICE IS$1 1,000.00(INCLUDING TAX AND PREVAILING WAGES) If more information is needed,please contact me. Thanks, Mike Snorsky @ Geo Loop Tec 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, $2,000,000 general aggregate and a$2,000,000 products- completed operations aggregate limit. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain,the following provisions for Automobile Liability, 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 parry, 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. ACORD� CERTIFICATE OF LIABILITY INSURANCE DATB(MM,DOMYY1r) 07 24/20 8 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IRELAND INSURANCE ASSOCIATES ONLY AND CONFERS NO RIGHTS UPON THE CII:RTIFICATE 13635 NE BTH ST STE 101 HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR BELLEVUE WA 98008 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. (425)746-6047 INSURERS AFFORDING COVERAGE NAIC# INSURED ER a Geo Loop Tec Co. INSURER B 85 So Orcas INSURER C• Seattle, WA 98108- INSURER INSURER F: 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 DDTVDF =11delfbAKWO POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIM TS A GENERALLIABIUTY 01CG6026865 07/21/2008 07/21/2009 ++ RRENCE S 1,000,000--- X COMMERCIAL OENEf MILtTY DAMAGE TO RENTED CLAIMS MADE X OCCUR P One eleen PGRSONAL E A IN GENSRAL AGGREGATE GBH(AGGR LIMIT A LIES PER: PRODUCTS COMLQtao P POLICY X PRa LOC A OMOBILE UABILITY 01 CG6026865 07/21/2006 07/21/2009 COMBINED SINGLE LIMIT nn ANY AUTO (Ea owioerd) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per Demon) X HIRED AUTOS BODILY INJURY $ X NON-OWNEOAUTO$ (Per sadder&) PROPERTY DAMAGE $ (Per accident) 76ARA6E LIABILITY AUTO ONLY-EA ACCIDENT Arty AUTO OTHER THAN EAACC AUTO ONLY: EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE OCCUR CLAIMS MADE AGGREGATe $ DEDUCTIBLE BEMNTION A WORKERS COMPENSATION AND 01CG6026865 07/21/2008 07/21/2009 114"IM61 BMPLOYSRS'LIAGIUTY ANY PROPRETOR/PARTNER/EXECUTNE Wa Stop Gap Only cH AGCIDENT OFFICER/MEMIBM EXCLUDED? SEAS -EA EMPLOYEE Wyss,dembe under A[PROVISIONS beipw 91- E-POLICY LIMIT OTHER DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Kent is Additional Insured. Job:City of KenttEast Hill Operation Center REVISED CERTIFICATE HOLDER CANCELLATION Al 00 GA SHOULD ANY OF THE ABOVE DESCR®ED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER W ,su.LL ENDEAVOR TO MAIL — DAYS WRITTEN City of Kent Attu:Rosalie NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL 220-4th Ave.So. IMPOSE NO OBLIGATION OR LIABILITY OF ANY IOND UPON THE INSURER,ITS AGENTS OR Kent WA 98032- THO REPR TATIVE& A D REQRE NTA IVE ACORD,25(2001/08) 0 ACORD CORPORATION 1948 REPRINTED FROM T14E FORMS LIBRARY"" (b) This insurance does not apply to This exclusion applies even if the claims bodily injury" or "property dam- against any insured allege negligence or age" arising out of the sole negli- other wrongdoing in the supervision, hiring, gene of such person or employment, training or monitoring of others organization; by that insured, if the "occurrence" which A Permits issued b an state or political caused the 'bodily injury" or "property ( ) Y Y po damage" involved the ownership, mainte- subdivision with respect to operations nance, use or entrustment to others of any performed by you or on your behalf, aircraft, "auto" or watercraft that is owned subject to the following additional pro- or operated by or rented or loaned to any in- vision: sured_ This insurance does not apply to "bodily This exclusion does not apply to: injury-", `property damage", or (1) A watercraft while ashore on promises °personal and advertising injury" arising you own or rent; out of operations performed for the state or municipality. (2) A watercraft you do not own that is: c. The insurance with respect to any architect, (a) Less than 52 feet long; and engineer, or surveyor added as an insured (b) Not being used to carry persons or by this endorsement does not apply to property for a charge; `,bodily injury", "property damage", or "per- sonal and advertising injury" arising out of (3) Parking an "auto" on, or on the ways the rendering of or the failure to render any next to, promises you own or rent, pro- professional services by or for you, Includ- vided the "auto" is not owned by or ing: rented or loaned to you or the insured; (1) The preparing, approving, or failing to (4) Liability assumed under any -insured prepare or approve maps, drawings, oontraot" for the ownership, mainte- nance or use of aircraft or watercraft; or dens, designs or specifications; and (5) `Bodily injury" or "property damage" (2) Supervisory, inspection or engineering r arising out of: services, (a) the operation of machinery or d. This insurance does not apply to "bodily equipment that is attached to, or parf-of, a land vehicle that would injury" or "property damage" included within qualify under the definition of the `products-completed operations haz- 'mobile equipment" it it were not and"_ subject to a compulsory or financial responsibility law or other motor ve- A person's or organization's status as an insured un- hicle -insurance law in the state der this endorsement ends when your operations for where it is licensed or principally that insured are completed, garaged;or No coverage will be provided if,in the absence of this (b) the operation of any of the machin- endorsement, no liability would be imposed by law on ery or equipment listed in Paragraph you. Coverage shall be limited to the extent of our f.(2} or equip of the definition of Y 9 Y mobil®equipment". negligence or fault according to the applicable princi- pies of comparative fault. (6) An-aircraft you do not own provided it is not operated by any insured. NON-OWNED WATERCRAFT AND NON-OWNED AIRCRAFT LIABILITY TENANTS'PROPERTY DAMAGE LIABiLITY Exclusion g, of COVERAGE A (Section 1) is replaced When a Damage To Premises Rented To You limit is by the following: shown in the Declarations, Exclusion j. of Coverage A, Section 1 is replaced by the following: g. *Bodily injury" or "property damage" arising out of the ownership, maintenance, use or J. Damage To Property entrustment to others of any aircraft, "auto" 'Property damage"to: or watercraft owned or operated by or rented or loaned to any insured. Use includes open (1) Property you own, rent, or occupy, including ation and "loading or unloading". any costs or expenses incurred by you, or Paaa 2 of 4 REMN MO FROM THE FORMS URRARY any other person, organization, or entity, for WHO IS AN INSURED — MANAGERS repair, replacement, enhancement, restora- tion or maintenance of such property for any The following is added to Paragraph 2.a. of WHO IS reason, including prevention of injury to a AN INSURED (Section 11): person or damage to anothers property; (2) Premises you sell, give away or abandon, if Paragraph(1) does not apply to executive officers, or the "property damage arises out of any part to managers at the supervisory level or above_ of those premises; SUPPLEMENTARY PAYMENTS — COVERAGES A (3) Property loaned to you; AND B — BAIL BONDS — TIME OFF FROM (4) Personal property in the care, custody or WORK control of the insured; Paragraph 1.b. of SUPPLEMENTARY PAYMENTS -- (5) That particular part of real property on which COVERAGES A AND 8 is replaced by the following: you or any contractors or subcontractors working directly or indirectly on your behalf b. Up to $3,000 for cost of bail bonds required are performing operations, if the `property because of accidents or traffic law violations damage" arises out of those operations, or arising out of the use of any vehicle to which the. Bodily Injury Liability Coverage applies. (6) That particular part of any property that must We do not have to furnish these bonds. be restored, repaired or replaced because 'your work"was incorrectly performed on it. Paragraph 1.d. of SUPPLEMENTARY PAYMENTS — Paragraphs (1), (3) and (4) of this exclusion do COVERAGES A AND 13 is replaced by the following: not apply to "property damage" (other than d. All reasonable expenses incurred by the in- damage by fine) to premises, including the con- sured at our request to assist us in the in- tents of such premises, rented to'you.A separate vestigation or defense of the claim or ~suit", limit of insurance applies to Damage To Prem- including actual loss of earnings up to $500 ises Rented To You as described in Section III a day because of time off from work. — Limits Of Insurance. Paragraph (2) of this exclusion does not apply if EMPLOYEES AS JNSUREDS — HEALTH CARE the premises are 4your work" and were never SERVICES occupied, rented or held for rental by you. Provision 2.a.(1)(d) of WHO IS AN INSURED (Section Paragraphs (3), (4), (5) and (6) of this exclusion 11) is.deleted, unless excluded by separate endorse- do not apply to liability assumed under a side- ment track agreement. Paragraph(6) of this exclusion does not apply to EXTENDED COVERAGE FOR NEWLY ACQUIRED "property damage" included in the °products- ORGANIZATIONS completed operations hazard". Provision 3_a_ of WHO IS AN INSURED (Section 11) is Paragraph 6, of LIMITS OF INSURANCE (Section III) replaced by the following: is replaced by the following: a. Coverage under this provision is afforded 6. Subject to 5. above, the Damage To Premises only until the end of the policy period. Rented To You Limit is the most we will pay un- EXPENDED aPROPERTY DAMAGE" der Coverage A for damages because of "property damage" to any one premises, while Exclusion a. of COVERAGE A (Section 1) is replaced rented to you, or in the case of damage by fire, while rented to you or temporarily occupied by by the following: you with permission of the owner. a. °Bodily injury" or "property damage" expected or intended from the standpoint of the insured_ The Damage To Premises Rented To You limit is the This exclusion does not apply to "bodily injury" higher of the Each Occurrence Limit shown in the or "property damage" resulting from the use of Declarations or the amount shown in the Declarations reasonable force to protect persons or property. as Damage To Premises Rented To You Limit_ CG 76 35 02 07 Page 3 d 4 EP REPRINTED FROM THE FORMS LIBRARY—• EXTENDED DEFINITION OF BODILY INJURY interrupted only by a street, roadway, waterway, or right�of-way of a railroad. Paragraph 3. of DEFINITIONS (Section V) is replaced by the following: INCREASED MEDICAL EXPENSE LIMIT 3. "Bodily injury" means bodily injury, sickness or The Medical Expense Limit is amended to $10,000. disease sustained by a person, including mental anguish or death resulting from any of these at KNOWLEDGE OF OCCURRENCE any time. The following is added to Paragraph 2. Duties to The TRANSFER OF RIGHTS OF RECOVERY Event Of Occurrence, Offense, Claim Or Suit of COMMERCIAL GENERAL. LIABILITY CONDITIONS The following is added to Paragraph S. Transfer Of (Section IV): Rights Of Recovery Against Others To Us of COM- MERCIAL GENERAL LIABILITY CONDITIONS (Sec' Knowledge of an "occurrence", claim or "suit" by tion IV): your agent, servant or employee shall not in itself constitute knowledge of the named insured unless an We waive any rights of recovery we may have against officer of the named insured has received such notice any person,or organization because of payments we from the agent, servant or employee. make for injury or damage arising out of your ongoing operations or "your work" done under a contract with UNINTENTIONAL FAILURE TO DISCLOSE ALL that person or organization and included in the HAZARDS "products-completed operations hazard-. This waiver applies only to a person or organization for whom you The following is added to Paragraph B. Representa- are required by written contract, agreement or permit tions of COMMERCIAL GENERAL LIABILITY CONDI- to waive these rights of recovery. TIONS (Section IV): AGGREGATE LIMITS OF INSURANCE — PER If you unintentionally fail to disclose any hazards ex- LOCATION isting at the inception date of your policy, we will not °r deny coverage under this-Coverage Form because of For all sums which the insured becomes legally obli• such failure, However, this provision does not affect gated to pay as damages caused by °occurrences" our right to collect additional premium or exercise our under COVERAGE A (Section 1), and for all medical right of cancellation or non-renewal. expenses caused by accidents under COVERAGE C (Section 1), which can be attributed only to operations LIBERALIZATION CLAUSE at a single "location": The following paragraph is added to COMMERCIAL Paragraphs 2.a. and 2.b. of Limits of Insurance (Sec- GENERAL LIABILITY CONDITIONS (Section IV): tion 111) apply separately to each of your "locations" owned by or rented to you. 10. If a revision to this Coverage Part, which would provide more coverage with no additional pre- "Location" means premises involving the same or mium, becomes effective during the policy period connecting lots, or premises whose connection is in the state shown in the Declarations, your pol- icy will automatically provide this additional cov- erage on the effective date of the revision. Pp 4of 4 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 1 H 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 1M 5D CARPENTER $43 75 1M 5D CREOSOTED MATERIAL $43.85 1M 5D DRYWALL APPLICATOR $43.79 1M 5D FLOOR FINISHER $43.75 1M 5D FLOOR LAYER $43.75 1M 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 1M 5D STATIONARY WOODWORKING TOOLS $43.75 1M 5D CEMENT MASONS JOURNEY LEVEL $44.58 1M 50 DIVERS&TENDERS DIVER $85.75 1M 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 IT 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 i 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 $5125 1E 5A JOURNEY LEVEL(TUNNEL) $55.05 1 E 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 56 FENCE ERECTORS FENCE ERECTOR $18.71 1 FENCE LABORER $12.77 1 FLAGGERS JOURNEY LEVEL $31.01 1H 5D GLAZIERS JOURNEY LEVEL $43.76 1H 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $46.59 1S 51 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 5B DECKHAND $32.42 1K 56 ENGINEER/DECKHAND $35.20 1K 5B MATE,LAUNCH OPERATOR $36 85 1K 5B 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 1H 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 1 H 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 1 H 5D EPDXY TECHNICIAN $36.24 1H 5D EROSION CONTROL WORKER $36.24 1H 5D FALLER/BUCKER,CHAIN SAW $36 75 1 H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,wndowcleaning;NOT $28.45 1H 5D construction debris cleanup) FINE GRADERS $36.24 1 H 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 $3624 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 1 H 5D HIGH SCALER $37.20 1H 5D HOD CARRIER/MORTARMAN $36.75 1H 5D JACKHAMMER $36 75 1 H 5D LASER BEAM OPERATOR $36 75 1H 5D MANHOLE BUILDER-MUDMAN $36.75 1H 5D MATERIAL YARDMAN $3624 1 H 5D MINER $3720 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 1 H 5D PIPEWRAPPER $3675 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 $3624 1H 5D SLOPER(OVER 20") $36.75 1H 5D SLOPER SPRAYMAN $36.24 1H 5D SPREADER(CLARY 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 $3624 1H 5D TRACKLABORER $36.24 1H 5D TRACK LINER(POWER) $36.75 1H 5D TRUCK SPOTTER $3624 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 $3624 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 1 H 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 BL 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 1 T 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 IT 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 8L 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 81. ROLLERS,PLANTMIX OR MULTI LIFT MATERIALS $44.50 1T 5D 8L ROTO-MILL,ROTO-GRINDER $44.92 1T 5D 8L SAWS,CONCRETE $44.50 1T 5D 81. 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 1 T 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 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 $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 1E 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 1 G 5A RESIDENTIAL SHEET METALWORKERS 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 $31.01 1B 5C RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $41.96 1 M 5A ROOFERS JOURNEY LEVEL $36 78 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $39 78 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $51 97 1E 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 51 LABORER $29.26 1B 6X MACHINIST $3029 1B 6X OPERATOR $30.22 1B 6X PAINTER $32.34 1B 6X PIPEFITTER $30.22 16 6X RIGGER $30.33 1B 6X SANDBLASTER $30.22 1B 6X SHEET METAL $30.48 113 6X SHIPFITTER $30.32 113 6X TRUCKER $30.17 1 B 6X WAREHOUSE $30.20 1 B 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 Page 1 of 1 Mal Intents & Affidavits Log Off Please print this receipt for your records. Your payment has been processed and your form has been submitted. Transaction Id 2169259380003337590823 Form Filed: llntent Form Id: 200138 Billing Information: Michael Snorsky 85 South Orcas Street Seattle, WA 98108 Card and Number: JIVISA ############0170 Amount Billed: 11$40.00 https://secureaccess.wa.gov/lni/pwia/Payment/ProcessCharge.asp 7/24/2008 ACORD CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIV YY) O5/19/200 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION IRELAND INSURANCE ASSOCIATES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 13635 NE 8TH ST STE 101 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR BELLEVUE WA 98008 ALTER THE COVERAGE AFFORDED 13Y THE P LICIES BELOW. (425)746-6047 INSURERS AFFORDING COVERAGE NAIC# INSURED IN SUURA:Ametican States'as Ca Air Tee Co.,lnc. INSURER G- 85 S.OmaS St INKIRER C: Seattle WA 98108 -INSURER 0. - SU E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT.TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 212161 CY EFFECTNE P POLICY EXPIRATION LIMIT A ENERALUABILITY 02BP4445413 05/31/2008 05/31/2009 SAW D 00,0 ERCKL BEN "UTY RENTED CLAIMS MAOEJ OCCUR Mao W wmam PERSONAL A AOV INJURY GENERAL MCI.AG T LIMIT AP 9 PER, IOP ACi(3 ICY PRO- LOC A AUTOMOBILE LIABILITY 02CE1957071 05/31/2008 05/31/2009 COMEwrm BINGLE um T ANY AUTO 0 a(xieem $ 1,000,000 ALL OWNED AUTOS BOpU-YINJURY 3 scNEDULED AUTOS (°ar Perm) HIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per aoolaeo PROPERTY DAMAGE 6 (PeraC046M) LI GARAGE ABILITY T ANY AUTO OTHER THAN EA ACC AUTO ONLY: AGG A EXCESSJUMeReLL S&MMIrr OICT0461373 05/31/2008 05/31009 EACH OCOURRFNCE_ :x:1 OCCUR U CLAIMS MADE DEOUCTISLE RETFNTIQN WORKER$COMPENSATION ANO WC STA1TJ- OTH- EMPLOYERS'LIA111LITY ANY PROPRIETORIPARTNERTMCUTNE NT OFFICERA6MOSR EXCLUDED? EMPLOY!! S yas de=uwar IS A VW' 02BP4445413 05/31/2008 05/31/2009 Speclorm 1,113,000 BPPDeductible 2,500 DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES I EXCLUSION$ADDED BY 9NDOREMENT I SPECIAL PROVISIONS Certificate holder Is additional insured as respects Job:City of KenUEast HIII Operation Center. CERTIFIGATE HOLDER CANCELLATION Al 0 SHOULD ANY OF THE ABOVE DESCRIBED PouclEs BE CANCELLED BEFORE THE EmRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN City Of Kent NOYIC!TO THE GMRTIFIGATE MOLDER NAMED TO THM LEFT,BUT FAILURE TO 1 0 SO SHALL 220 4TH AVE.SO. IMPOSE NO OBLIGATION OR LIABILITY OF ANY WHO UPON THE INSURER,ITS AGENTS OR KENT WA 98032- REPRESENTATIVES. AUYH RESENTA ACORD 25(2001/08) a ACORD CORPORATION 1988 Z0/Z0 39Cd 33Nv8nSNI GNV138I E8ZZ90L9Zb 6E:01 800Z/bZ/L0 Z00'd £8MVISE1111 Mot 800WEILO awllla3ea Xv JUL-24-08 01:32PM FROM-AirTec 206-783-1950 T-259 P 002/002 F-885 ^•RePANTODFROM fN6 PORMS LIERARr"" • SUSINESSOWNERS Insurance BP 70 67 07 02 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED ---� DESIGNATED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: BUSINESSOWNERS COVERAGE FORM —Section it — Liability SCHEDULE' Name of Person or Organization: CITY OF KENT 220 BTH AVE. SO. , RENT, WA 98032 WHO IS AN INSURED (Section C) is amended to Include as an Insured the person or organization shown in the Schedule as an Insured but only with respect to liability an6ing out of your operations or premises owned by or rented to you. Information required to complete the Schedule. if not shown on this enoorsement, will be shown in the Declarations. sliom ow Vr kow low am Daft a1M W f aloes calpawuon BP /o 51 of 02 EP Z0/Z0 Boyd 331SIVNIlSNI QNVIM11 EBZz9DLgZD LZ*ET 888Z/vZ/LA T.Im'el GVEL BORMILO a�I�aiRO XB REQUEST FOR MAYOR'S SIGNATURE KENT Please Fill in All Applicable Boxes WASH IN T. Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) s Originator: Charlie Lindsey Phone (Originator): 5081 Date Sent: 7/24/2008 Date Required: 7/29/2008 Return Signed Document to: Rosalie CONTRACT TERMINATION DATE: 8/30/08 VENDOR NAME: Geo Loop Tec Co DATE OF COUNCIL APPROVAL: n/a i � �- Brief Explanation of Document: At East Hill Operations Center perform Geothermal ground source heat exchange tests according to the attached contract. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: RECEIVED Approval of Law Dept.: JUL5 2008 2 Law Dept. Comments: KENT LAW DEPT. Date Forwarded to Kayo : Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: Aj Disposition: D� !� ).:/6 6 Date Returned: