Loading...
HomeMy WebLinkAboutPK09-262 - Original - Legends Roofing Co., Inc. - Removal/Disposal of existing roof at Neely Soames House - 10/26/2009 wt Records Man-n-a- geni6rit ZKENT WA,„,H4TON = 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 City Clerk's Office. Vendor Name: Legends Roofing Co., Inc. Vendor Number: 105264 JD Edwards Number Contract Number: A -bq- ;�-)-(po), This is assigned by City Clerk's Office Project Name: Reroof Neely Soames House Description: ❑ Interlocal Agreement ® Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 10/2009 Termination Date: 11/2009 Contract Renewal Notice (Days): 30 Number of days required notice for termination or renewal or amendment Contract Manager: Charlie Lindsey Department: Parks/Facilities Detail: (i.e. address, location, parcel number, tax id, etc.): Neely Soames Historical House located at 5311 S 237th PI Kent 5 Public\RecordsManagement\Forms\ContractCover\adcc7832 1 11/08 KENT WASHI IGT'JN PUBLIC WORKS AGREEMENT between City of Kent and LEGENDS ROOFING COJNC. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and LEGENDS ROOFING Co , Inc. organized under the laws of the State of Washington, located and doing business at (PO Box 731249)6005 Bst E., Puyallup, Wa., 98373, 253-548-3197, Bryan Ratigan (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 Neely Soames House remove exisiting roofing and dispose of it properly. Inspect all sheathing, repair any damaged or rotten sheathing as necessary. Install CCA Treated Heavy Cedar Shakes. Located at 5311 S 237`h PI , in the City- of Kent in accordance with the proposal dated September 2, 2009, which is attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I within 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Twenty- thousand, five hundred-thirty-nine dollars ($20,539), plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, and the remainder upon fulfillment of the conditions listed below and throughout this Agreement. A. No Performance Bond. Because this contract, including applicable sales tax, is less than $25,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a performance bond, has elected to have the owner retain the final fifty percent (50%) of the PUBLIC WORKS AGREEMENT- 1 (Over$IOK, under$25K, and No Performance Bond) Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation work and materials that do not conform to the requirements of this Agreement: and extra work and materials furnished without the City's written approval If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Pavment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. PUBLIC WORKS .AGREEMENT-2 (Over$10K, under$25K, and No Performance Bond) VI. PREVAILING WAGES. Contractor shall file a"Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its nght 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$10K, under$25K, and No Performance Bond) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: I. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined, and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim The City shall have access to any of the Contractor's records needed for evaluating the protest The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one- year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to PUBLIC WORKS AGREEMENT-4 (Over$1OK, under$25K, and No Performance Bond) 1 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$IOK, under$25K, and No Performance Bond) XV. MISCELLANEOUS PROVISIONS. A. Recvclable 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. Assig`nment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. PUBLIC WORKS AGREEMENT-6 (Over$10K, under$25K, and A'o Performance Band) H Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. IN WITNESS, the parties below execute this Agreement,which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: (,: 7�- By: ;'� _ By: 4(14 - -� � L (signature) (signature) Print Print ame S zette Cooke Its -�[� f' Its lavor �(itle) ale) DATE: I QI�T(0q DATE. 42 09 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Bryan Ratigan Charles Lindsey, Superintendent of Facilities LEGENDS ROOFING Co., INC. City of Kent PO Box 731249 220 Fourth Avenue South Puyallup, Wa 98373 Kent, WA 98032 (253)548-3197 (telephone) (253) 856-5081 (telephone) (253)548-3211 (facsimile) (253) 856-6080 (facsimile) AP,RROVEV AS TO FORM: Ke t awb p rtment Contract Legends Roof Neely SoamesHouse PUBLIC WORKS AGREEMENT-7 (Over$]OK, under$25K, and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement, The questions are as follows: 1. 1 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_ l J ' 20CICt. By: For: J911P "A Title: �f Pes A, v+' Date: ID 2�Q�) EEO COMPLIANCE DOCUMENTS- 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 i 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 (datel , 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 1200 ._ By: For. Title: Date: EEO COMPLIANCE DOCUMENTS-3 LEGENDS ROOFINGca., INC. Proposal Shake Reroof PO Box 731249,Puyallup,WA 98373 Date September 2, 2009 (253)548-3197 Fax(253)548-3211 WA State Cent Lic LEGENRC984DN PROPOSAL SUBMITTED TO WORK TO BE PERFORMED AT NAME City of Kent (c/o Charlie Lindsey) JOB Neely Home STREET STREET 5311 So.237th Pl. CITY ST ZIP CITY ST ZIP Kent,WA.98032 PHONE (253)856-5081 PHONE WE HEREBY PROPOSE TO Furnish labor and materials as follows. 1 Tear off existing(1)Layer(s)of existing roofing(Shakes)and dispose of properly. 2 Inspect all sheathing Repair any damaged or rotten sheathing as necessary See note below 3 Install one layer of A S T M 18"-30#shakeliner over entire roof deck as per manufacture specs 4 Install#1 wood shingle starter at all eave Lines 5 Install 26 gauge roof flashings as necessary i e(W-valley step-flashing,roof to wall and pan metal)lncludes(2)Chimneys(1)Skylights 6 Install#1, 1/2" Medium grade Cedar Shakes @ 10"exposure as per manufacture specs 7 Install New Roof Vents for attic ventilation where needed (Upto 12 Vents) 8 Install 5/8"tapersawn hip and ndge shingles as necessary 9 Protect Deck(s)and Landscaping during Re-roof 10 Clean up and haul away roofing debris in a timely manner Base Bid Install Raw#1 Medmm Cedar Shakes BID PRICE $18,449.00 plus tax OPTION InstalICCA Treated Medium Cedar Shakes BID PRICE $19,227.00 plus tax OPTIO AVY Cedar Shakes BID PRICE- $19,439.00 plus OPTION Install CCA Treated Heavy Cedar Shakes BID PRICE 9.00 plus tax✓ ** Note Necessary repairs will be billed at cost plus 25%in addition to bid price Initial ** note Bid Assumes roof has(1)Layer on existing Roof Only or Additonal charge will Apply .. ** Note CCA Treated to be install with stainless steel Fastners as necessary. ** Note **ROOFERS TO BE PAID CURRENT PRE-VAILING WAGE** TERMS: Due on completion Terms are net A FINANCE CHARGE OF 1-1/2% PER MONTH Ai ILL BE CHARGED ON ALL ACCOUNTS PAST DUE. ANY ALTERATIONS OR DEVIATION FROM ABOVE SPECIFICATIONS INVOLVING EXTRA COST WILL BE EXECUTED ONLY UPON WRITTEN ORDERS AND WILL BECOME AN EXTRA CHARGE OVER AND ABOVE THE ESTIMATE ALL AGREEMENTS CONTINGENT UPON STRIKES,ACCIDENTS OR DELAYS BEYOND OUR CONTROL OWNER TO CARRY FIRE,TORNADO AND OTHER NECESSARY INSURANCE UPON ABOVE WORK WORKER COMPENSATION AND PUBLIC LIABILITY INSURANCE ON ABOVE WORK TO BE TAKEN OUT BY LEGENDS ROOFING CO,INC. Respectfully Submitted PER LEGENDS ROOFING CO.,INC. Bryan Ratigan NOTE-THIS PROPOSAL MAYBE WITHDRAWN BY US IF NOT ACCEPTED WITHIN 7 DAYS ACCEPTANCE OF PROPOSAL THE ABOVE PRICES,SPECIFICATIONS AND CONDITIONS ARE SATISFACTORY AND HEREBY ACCEPTED YOU ARE AUTHORIZED TO DO THE ABOVE WORK AS SPECIFIED PAYMENT WILL BE MADE AS OUTLINED ABOVE BY SIGNING THIS PROPOSAL AND BEING ACCEPTED,UW E GUARANTEE PAYMENT AND AGREE TO THE TERMS AND CONDITIONS SIGNATURE- DATE [ SIGNATURE DATE 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. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liabilitv 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 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 AM Best rating of not less than ANII. 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. ClienW:343M LEGEROO ACORD, CERTIFICATE OF LIABILITY INSURANCE 1010110°�""' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bell-Anderson Ins.-Kent CIL ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O.Box 887 HOLDER THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 724 West Smith St. Kent,WA 98035.0867 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA Century Surety Company Legends Roofing Co., Inc INSURER American States Insurance Company PO Box 731249 INSURER a Puyallup,WA 98373-0150 INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INU N R TYPE OF INSURANCE POLICY NUMBER PO ICPAT MEFFECTIVE POLICY EMMOrM DATE XPIRATION LIMITS LTRA GENERAL LIABILITY CCP605266 06/30109 06/30/10 EACH OCCURRENCE $1 DUD 000 X COMMERCIILLGENERAL LIABILITY Drr AMAGETO RENTED s50 Q0o CLAIMS MADE Fx1 OCCUR MED EXP(Any one person) $5 000 X BI/PD Ded:5,000 PERSONAL&ADV INJURY $1 000 000 GENERAL AGGREGATE s2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER. PRODUCTS-COMPMPAGG $2000000 POLICY X JECT PRO- R LOG B AUTOMOBILE LIABILITY 01 CG36354480 06130/09 06/30/10 COMBINED SINGLE OMIT $1,000,000 X ANY AUTO (Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Per accident) $ PROPERTY DAMAGE $ (Par agent) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC 0 $ AUTO ONLY AGG $ EXCESSNNBRELLA LIABILITY EACH OCCURRENCE $ OCCUR CLAIMS MADE AGGREGATE $ a DEDUCTIBLE $ RETENTION f $ WORKERS COMPENSATION AND CCP605266 06/30/09 06130/10 WTATUS CsLIMIT OEEL TH A EMPLOYERS'LIABILITY WA Stop Gap E L EACH ACCIDENT $1,000 000 ANY PROPRIETOR/PARTNER/EXECUTNE OFFICERWEMBER EXCLUDED? EL DISEASE-EAEMPLOYEE $1,000,000 If yas,descnbe under SPECIAL PROVISIONS below E L DISEASE-POLICY LIMIT $1 000 000 OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES f EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS RE:Neely Home The certificate holder is additional Insured for general liability, but only if required by written contract or written agreement per the attached endorsement#CG20370704. Coverage provided will be primary and non-contributory per the attached policy provision (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL _A5_ DAYSWRITTEN 220 4th Ave S NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Kent,WA 98032 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25(2001/08)1 of 3 #S235886/M225874 KLP 0 ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s) DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer,and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25•S(2001/08) 2 of 3 #S235886/M225874 'h�Q"R'<i����Y� f Sy.IY-t . •L' 4.�` ' CW d8. f L CLG18161106.Waiver of Transfer of Rights of Recovery is provided per the attached policy provision CGL18181107. Per Project Aggregate applies per the attached policy provision CGL18171107. I AMS 25 3(2001108) 3 of 3 #S235886/M225874 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modes insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Parson(s) Location And Description Of Completed Opera- OrOr anization s : lions BLANKET AS REQUIRED BY VIRTUE OF WRITTEN VARIOUS CONTRACT. Information required to complete this Schedule,if not shown above will be shown In the Declarations. Section 11 — Who Is An Insured is amended to Include as an additional insured the person(s) or organization(g)shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage"caused, in whole or in part, by'yrour word' at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products- completed operations hazard" CO 20 37 07 04 0 150 Properties, [no,2004 Page 1 of 1 ❑ CGL 1816 0106 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION - PRIMARY AND NON-CONTRIBUTORY COVERAGE This endorsement modifies insurance provided under the following: CONTRACTORS LIMITED CLAIMS MADE GENERAL LIABILITY COVERAGE FORM CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE FORM COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or O anization s : Locations Of Covered Operations BLANKET AS REQUIRED BY VIRTUE OF WRITTEN VARIOUS CONTRACT A. Section II — Who Is An Insured is amended to 2. That portion of "your work" out of which the include as an additional insured the person(s) or injury or damage arises has been put to Its organization(s) shown in the Schedule, but only Intended use by any person or organization with respect to liability for"bodily injury", "property other than another contractor or subcontractor damage" or "personal and advertising injury" engaged In performing operations for a caused, In whole or in part, by principal as a part of the same project 1. Your acts or omissions, or 2. The acts or omissions of those acting on your C. It agreed that the insurance provided for the behalf; benefit of the above additional insured(s)shall be primary and non-contributory, but only with in the performance of your ongoing operations for respect to liability for "bodily Injury", "property the additional insured(s) at the location(s) damage" or "personal and advertising injury" designated above. caused, in whole or in part, by B. With respect to the insurance afforded to these 1. Your acts or omissions;or additional insureds, the following additional 2. The acts or omissions of those acting on your exclusions apply: behalf, This insurance does not apply to "bodily Injury"or in the performance of your ongoing operations for "property damage"occurring after. the additional insured(s) at the location(s) 1. All work, including materials, parts or designated above equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed, or CGL 1816 0106 Includes copyrighted material of Insurance Services Office,Inc with its Page 1 of 1 [] permission ®180 Properties,Inc,2004 CGL 1818 1107 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER RIGHTS OF RECOVERY AGAINST OTHERS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS LIMITED CLAIMS MADE GENERAL LIABILITY COVERAGE PART CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Blanket when required by written contract The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL GENERAL LIABILITY CONDITIONS) is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above CGL 1818 11 07 Contains wording 0 Insurance Services Office, Inc, 1992 Page 1 of 1 COMMERCIAL GENERAL LIABILITY CGL 1217 1107 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT ` This endorsement modifies insurance provided under the following• CONTRACTORS LIMITED CLAIMS MADE AND REPORTED GENERAL LIABILITY COVERAGE FORM CONTRACTORS COMMERCIAL GENERAL LIABILITY COVERAGE FORM SCHEDULE Designated Construction Projects: All Operations of the Named Insured 3- Any payments made under COVERAGE Afor A. For all sums which the Insured becomes legaRy damages shall reduce the Designated Con- obligated to pay as damages caused by `occur- struction Project General Aggregate Limit for rences" under COVERAGE A (SECTION 1), that designated construction project Such which can be attributed only to ongoing opera- payments shall not reduce the General Ag• tions at a single designated construction project gregate Limn drown in the Declarations nor shown in the Schedule above: shall they reduce any other Designated Con- t struotlon Project General Aggregate Limit for . Aseparate Designated Construction Project any other designated construction project General Aggregate Lend applies to each des- shown in the Schedule above ignated construction project, and that limn is equal to the amount of the General Aggregate 4. The limns shown in the Declarations for Each Limit shown In the Declarations. Occurrence and Damage To Premises Rented To You continue to apply However, 2. The Designated Construction Project General Instead of being subject to the General Ag- Aggregate Limit is the most we will pay for the gregate Limit shown in the Declarations, such sum of all damages under COVERAGE A, limb will be subject to the applicable Desig- except damages because of"bodily injury" or hated Construction Project General Aggre- 'property damage" included in the "products- gate Limit completed operations hazard", regardless of B. For all sums which the Insured becomes legally the number of. g y obligated to pay as damages caused by "occur- a. Insureds; rences" under COVERAGE A (SECTION 1), b. Claims made or"suns" brought; or which cannot be attributed only to ongoing opera- c. Persons or organizations matting claims or tions at a single designated construction project bringing„suits„ shown in the Schedule above- 1. Any payments made under COVERAGE A for damages shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit, whichever Is applicable,and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit, CGL 1817 1107 Includes copyrighted material of Insurance Services Office,Inc.wdh its permission. Page 1 of 2 Copyright,Insurance Services Office,Inc., 1M COMMERCIAL GENERAL LIABLITY COL 1817 1107 C. When coverage for liability arising out of the "products-completed operations hazard" is pro- *ad, any payments for damages because of "badly injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-Completed Operations Ag- gregate Limit and not reduce the Genaral Aggre- gate Limit nor the Designated Construction Pro- ject General Aggregate Lim? D, If the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- Ing parties deviate from plans, blueprints, de- signs, specillcations or timetables, the project wit still be deemed to be the some construction pro- ject E. The provisions of Limits Of Insurance (SECTION 111) not otherwise modified by this endorsement shall continue to apply as stipulated COL 1817 1107 Includes copyrighted material or Insurance services Office,Inc with Its pmrmsslon. Page 2 of 2 Copyright,insurance SeMm Office,Inc., 199a Statement of Intent to Pay Prevailing Wages https•//fortress.wa.gov/lni/pwiapub/IntentPrintasp?ID=260712 Prevailing Wage Section Statement of Intent to Pay Department of Labor a Industries PO Box Prevailing Wage Olympia,,WA WA 965D44540 J M (360(902 SJJS •.ve, Received: Intent kj: Status: 10/09/2009 260712 Approved on 10/14/2009 COMPANY Company information LEGENDS ROOFING CC INC LEGENRC984DN License History 602 184 840 PO BOX731249 - ------s------- Searchforindustnal PUYALLUP,WA 98373 I PnntFo rm New search Insurance Premium Status(253)548-3197 1 --- ----___ _ Payment Type, Electronic Company Signature- Electronic PROJECT Public Agency: KENT,CITY OP/PARKS&REC 220-4TH AVE S KENT,WA 98032 County: KING Multiple Counties?No City: Kent Project Name: Neely Soames House Contract Number: WA Bid Due Date: 09/02/2009 Award Date, 09116/2009 Prime Contractor: LEGENDS ROOFING CO INC LEGENRC984DN (253)548-3197 Does Your Company Intend To Hire Subcontractors To Perform All Work? No Does Your Company Intend To Hire Any Subcontractors? No Apprentices? No $Amount. $20,539 00 Time and Materials No Number of Owners 0 Will your company have employees perform work Yes on this project? Filed by: Donald Vose EMPLOYEES' WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING ROOFERS JOURNEY LEVEL $40 05 $0 00 1 4 l of 1 10/15/2009 11:09 AM 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 protects,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 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40 03 1H 5D BOILERMAKERS JOURNEY LEVEL $33 32 1 BRICK AND MARBLE MASONS BRICK&BLOCK FINISHER $39 49 1M 5A JOURNEY LEVEL $46 35 1M 5A CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $48 63 1M 5D BRIDGE,DOCK AND WARF CARPENTERS $4847 1M 5D CARPENTER $4847 1M 5D CREOSOTED MATERIAL $48 57 1M 5D DRYWALL APPLICATOR $4847 1M 5D FLOOR FINISHER $4860 1M 5D FLOOR LAYER $4860 1M 5D FLOOR SANDER $4860 1M 5D MILLWRIGHT AND MACHINE ERECTORS $4947 1M 5D PILEDRIVERS, DRIVING,PULLING,PLACING COLLARS AND WELDING $48 67 1M 5D SAWFILER $4860 1M 5D SHINGLER $4860 1M 5D STATIONARY POWER SAW OPERATOR $4860 1M 5D STATIONARY WOODWORKING TOOLS $4860 1M 5D CEMENT MASONS JOURNEY LEVEL $4915 1M 5D DIVERS&TENDERS DIVER 610028 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52 23 1M 5D SURFACE RCV&ROV OPERATOR $52 23 1 M 5D SURFACE RCV&ROV OPERATOR TENDER $50 72 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49 06 1T 5D 8L BOATMEN $49 57 1T 5D 8L ENGINEER WELDER $4962 1T 5D 8L LEVERMAN,HYDRAULIC $5119 1T 5D 8L MAINTENANCE $4906 1T 5D 8L MATES $49 57 1T 5D 8L OILER $4919 1T 50 8L Pagel KING COUNTY y EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $18 69 1 ELECTRICIANS-INSIDE CABLE SPLICER $61 95 2W 5L CABLE SPLICER(TUNNEL) $66 57 2W 5L CERTIFIED WELDER $59 85 2W 5L CERTIFIED WELDER(TUNNEL) $64 13 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 51- JOURNEY LEVEL $57 74 2W 5L JOURNEY LEVEL(TUNNEL) $61 95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15 37 2A 6C JOURNEY LEVEL $14 69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59 79 4A 5A CERTIFIED LINE WELDER $54 59 4A 5A GROUNDPERSON $39 07 4A 5A HEAD GROUNDPERSON $41 22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 59 4A 5A JACKHAMMER OPERATOR $41 22 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 33 4A 5A POLE SPRAYER $54 59 4A 5A POWDERPERSON $41 22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $64 81 4A 6Q MECHANIC IN CHARGE $70 60 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13 60 2K 5B FENCE ERECTORS FENCE ERECTOR $18 71 1 FENCE LABORER $12 77 1 FLAGGERS JOURNEY LEVEL $33 93 1 H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48 28 1s 51 HEATING EQUIPMENT MECHANICS MECHANIC $33 65 1 HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $4128 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $48 39 1K 5B Page 2 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code COOK $45 36 1K 5B DECKHAND $45 36 1K 5B ENGINEERIDECKHAND $4625 1K 56 MATE, LAUNCH OPERATOR $4735 1K 5B INSPECTION/CLEANINGISEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR FCAMER 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 $4847 1M 5D IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $41 28 1H 5D BALLAST REGULATOR MACHINE $4003 1H 5D BATCH WEIGHMAN $33 93 1H 5D BRUSH CUTTER $4003 1H 5D BRUSH HOG FEEDER $4003 1H 5D BURNERS $4003 1H 5D CARPENTER TENDER $4003 1H 5D CASSION WORKER $41 28 1H 5D CEMENT DUMPER/PAVING $40 77 1H 5D CEMENT FINISHER TENDER $4003 1 H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $4003 1H 5D CHIPPING GUN(OVER 30 LBS) $40 77 1H 5D CHIPPING GUN(UNDER 30 LBS) $4003 1H 5D CHOKER SETTER $4003 1H 5D CHUCK TENDER $4003 1H 5D CLEAN-UP LABORER $4003 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40 77 1H 5D CONCRETE FORM STRIPPER $4003 1H 5D CONCRETE SAW OPERATOR $40 77 1H 5D CRUSHER FEEDER $33 93 1H 5D CURING LABORER $4003 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $4003 1H 5D DITCH DIGGER $4003 1H 5D DIVER $4128 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $40 77 1H 5D DRILL OPERATOR,AIRTRAC $41 28 1H 5D DUMPMAN $4003 11 5D EPDXY TECHNICIAN $4003 1H 5D EROSION CONTROL WORKER $4003 1H 5D FALLER/BUCKER,CHAIN SAW $40 77 1 H 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning,NOT $30 84 1 H 5D construction debris cleanup) FINE GRADERS $4003 1 H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $4003 1H 5D GABION BASKET BUILDER $4003 1H 5D Page 3 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code GENERAL LABORER $4003 1H 5D GRADE CHECKER&TRANSIT PERSON $41 28 1H 5D GRINDERS $4003 1H 5D GROUT MACHINE TENDER $4003 1H 5D GUARDRAIL ERECTOR $4003 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $4077 1H 5D HAZARDOUS WASTE WORKER LEVEL C $4003 1H 5D HIGH SCALER $41 28 1H 5D HOD CARRIER/MORTARMAN $41 28 1H 5D JACKHAMMER $4077 1H 5D LASER BEAM OPERATOR $4077 1H 5D MANHOLE BUILDER-MUDMAN $4077 1H 5D MATERIAL YARDMAN $4003 1H 5D MINER $41 28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $4077 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK, SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $4077 1H 5D PILOT CAR $33 93 1H 5D PIPE POT TENDER $4077 1H 5D PIPE RELINER(NOT INSERT TYPE) $4077 1H 5D PIPELAYER&CAULKER $4077 1H 5D PIPELAYER&CAULKER(LEAD) $41 28 1H 5D PIPEWRAPPER $4077 1H 5D POT TENDER $4003 1H 5D POWDERMAN $41 28 1H 5D POWDERMAN HELPER $4003 1H 5D POWERJACKS $4077 1H 5D RAILROAD SPIKE PULLER(POWER) $4077 1H 5D RE-TIMBERMAN $41 28 1H 5D RIPRAP MAN $4003 1H 5D RODDER $4077 1H 5D SCAFFOLD ERECTOR $4003 1H 5D SCALE PERSON $4003 1H 5D SIGNALMAN $4003 1H 5D SLOPER(OVER 20") $4077 1H 5D SLOPER SPRAYMAN $4003 1H 5D SPREADER(GLARY POWER OR SIMILAR TYPES) $4077 1H 5D SPREADER(CONCRETE) $4077 1H 5D STAKE HOPPER $4003 1H 5D STOCKPILER $4003 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $4077 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $4077 1H 5D TOOLROOM MAN(AT JOB SITE) $4003 1H 5D TOPPER-TAILER $4003 1H 5D TRACK LABORER $4003 1H 5D TRACK LINER(POWER) $4077 1H 5D TRUCK SPOTTER $4003 1H 5D TUGGER OPERATOR $4077 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $4003 1H 5D VIBRATOR $4077 1H 5D Page 4 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cade Code Code VINYL SEAMER $40 03 1H 5D WELDER $4003 1H 5D WELL-POINT LABORER $40 77 1H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER $40 03 1H 5D PIPE LAYER $40 77 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 $48 47 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 $34 87 2B 6Z PLASTERERS JOURNEY LEVEL $46 63 1 R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $64 84 1G 5A POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $47 12 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50 94 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51 51 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS 15 TO 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE(ZIPPER) $49 90 1T 5D 8P BATCH PLANT OPERATOR,CONCRETE $49 90 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $49 48 1T 5D 8P BOBCAT(SKID STEER) $47 12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47 12 1T 50 8P BROOMS $4712 1T 5D 8P BUMP CUTTER $49 90 1T 5D 8P CABLEWAYS $50 39 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Cade CHIPPER $4990 1T 5D 8P COMPRESSORS $4712 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47 12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4990 1T 5D 8P CONVEYORS $49 48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51 51 1T 5D 8P CRANE,FRICTION OVER 200 TONS $52 07 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49 48 1T 5D 8P CRANES 20-44 TONS,WITH ATTACHMENTS $4990 1T 5D 8P CRANES 45 TONS-99 TONS, UNDER 150 FT OF BOOM(INCLUDING JIB $50 39 1T 5D 8P WITH ATACHMENTS) CRANES, 100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50 94 1T 5D 8P WITH ATTACHMENTS) CRANES 200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51 51 1T 5D SIP WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47 12 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $49 48 1T 5D 8P CRANES OVER 300 TONS OR 300'OF BOOM INCLUDING JIB WITH $52 07 1T 5D 8P ATTACHMENTS CRANES OVERHEAD,BRIDGE TYPE(20-44 TONS) $4990 1T 5D 8P CRANES,OVERHEAD, BRIDGE TYPE(45-99 TONS) $50 39 1T 5D 8P CRANES,OVERHEAD, BRIDGE TYPE(100 TONS&OVER) $50 94 1T 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT,BASE TO BOOM $50 94 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51 51 1T 5D 8P CRUSHERS $4990 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $4990 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZERS,D-9&UNDER $49 48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49 48 1T 5D 8P DRILLING MACHINE $4990 1T 5D 8P ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $4948 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $4990 1T 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47 12 1T 5D 8P GRADE ENGINEER $49 48 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $4990 1T 5D 8P HOISTS, OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $4990 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47 12 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49 48 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50 39 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50 94 1T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD) PLANT FEED $4990 1T 5D 8P LOCOMOTIVES,ALL $4990 1T 5D 8P MECHANICS,ALL $50 94 1T 5D BP MIXERS ASPHALT PLANT $4990 1T 5D BP MOTOR PATROL GRADER(FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49 48 1T 5D 8P MUCKING MACHINE, MOLE,TUNNEL DRILL AND/OR SHIELD $50 39 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47 12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47 12 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49 48 1T 5D 8P POSTHOLE DIGGER,MECHANICAL $47 12 1T 5D 8P POWER PLANT $47 12 1T 5D 8P PUMPS,WATER $47 12 1T 5D 8P QUAD 9, D-10,AND HD-41 $50 39 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47 12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50 39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $5039 1T 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49 48 1T 5D 8P ROTO-MILL,ROTO-GRINDER $49 90 1T 5D 8P SAWS,CONCRETE $49 48 1T 50 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50 39 1T 50 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D 8P SCREED MAN $50 39 1T 5D 8P SHOTCRETE GUNITE $47 12 1T 5D 8P SLIPFORM PAVERS $50 39 1T 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D SP TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS,(75 HP&UNDER) $49 48 1T 5D 8P TRACTORS, (OVER 75 HP) $49 90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49 90 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50 39 1T 5D 8P TRENCHING MACHINES $4948 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49 48 1T 5D 8P TRUCK CRANE OILER/DRIVER(100 TON&OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER EQUIPMENT OPERATORS-UNDERGROUND SEWER&WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39 33 4A 5A SPRAY PERSON $37 24 4A 5A TREE EQUIPMENT OPERATOR $37 85 4A 5A TREE TRIMMER $35 21 4A 5A TREE TRIMMER GROUNDPERSON $26 58 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $6056 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 Page 7 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $33 29 1H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $1812 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $18 36 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $22 95 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $60 56 1 G 5A RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $19 48 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $32 56 2R 5C RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $26 30 1 RESIDENTIAL TERRAZZO/TILE SETTERS JOURNEY LEVEL $45 26 1M 5A ROOFERS JOURNEY LEVEL $40 05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43 05 1R 5A SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $59 32 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32 56 1H 6W CARPENTER $33 66 16 6X ELECTRICIAN $33 34 1B 6X HEAT&FROST INSULATOR $48 28 1S 5J LABORER $3217 1B 6X MACHINIST $3329 1B 6X OPERATOR $35 61 1B 6X PAINTER $3321 1B 6X PIPEFITTER $3323 1B 6X RIGGER $3324 1B 6X SANDBLASTER $3324 1B 6X SHEET METAL $3324 1B 6X SHIPFITTER $3324 1B 6X TRUCKER $3306 1B 6X WAREHOUSE $3311 113 6X WELDER/BURNER $3324 1B 6X SIGN MAKERS &INSTALLERS(ELECTRICAL) SIGN INSTALLER $22 92 1 SIGN MAKER $21 36 1 Page 8 KING COUNTY EFFECTIVE 09/02/2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cade Code SIGN MAKERS&INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27 28 1 SIGN MAKER $33 25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $59 74 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $1323 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 $32 27 2B 5A HOLE DIGGER/GROUND PERSON $18 10 2B 5A INSTALLER(REPAIRER) $30 94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30 02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32 27 2B 5A SPECIAL APPARATUS INSTALLER II $31 62 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32 27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30 02 2B 5A TELEVISION GROUND PERSON $17 18 2B 5A TELEVISION LINEPERSON/INSTALLER $22 73 2B 5A TELEVISION SYSTEM TECHNICIAN $27 09 2B 5A TELEVISION TECHNICIAN $24 35 2B 5A TREE TRIMMER $30 02 2B 5A TERRAZZO WORKERS&TILE SETTERS JOURNEY LEVEL $45 26 1M 5A TILE, MARBLE&TERRAZZO FINISHERS FINISHER $3909 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45 63 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46 47 1T 5D 8L DUMP TRUCK $45 63 1T 5D 8L DUMP TRUCK&TRAILER $46 47 1T 5D 8L OTHER TRUCKS $46 47 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 REQUEST FOR MAYOR'S SIGNATURE Please Fill in All Applicable Boxes KENT Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: Charlie Lindsey Phone (Originator): 5081 Date Sent: 10/16/09 Date Required:.10/21/09 Return Signed Document to: Rosalie CONTRACT TERMINATION DATE: 30 days VENDOR NAME: Legends Roofing Co. Inc. DATE OF COUNCIL APPROVAL: N/A (, 4 SV'(i7r) Brief Explanation of Document: This contract is for reroofing the Neely Soames House. The existing roof is in very bad shape. They will remove the existing roofing and dispose of it. They will inspect all sheathing, repair any damaged or rotten sheathing as necessary. Install CCA Treated Heavy Cedar Shakes. All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) jgj(Q I tq - Received: `€ Approval of Law Dept.: !mil Law Dep C mme to s: � L EN7 i V Date Forwa �� to Mayor: I VkCU� Shaded Areas To Be Completed By Administration Staff Received: / i Recommendations and Comments: mcry- Disposition: @(E��Cs 0� ►� {U�a� (o� , v Date Returned: