Loading...
HomeMy WebLinkAboutPK10-153 - Original - Joe Hall Construction, Inc. - Remove Golf Course Underground Tank - 07/19/2010 Records Man n' �emen t) KENT - „ „�to„ Document W 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: Joe Hall Construction, Inc. Vendor Number: JD Edwards Number Contract Number: SIC M - I S-3 This is assigned by City Clerk's Office Project Name: Remove Underground Tank 18 Hole Golf Course Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ® Contract ❑ Other: Contract Effective Date: 7/2010 Termination Date: 10/2010 Contract Renewal Notice (Days): 90 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.): 400 W. Gowe, Kent, Wa. 98032 S Pubhc\RecordsManagement\Farms\ContractCover\adcc7832 1 11/08 t KEN T PUBLIC WORKS AGREEMENT between City of Kent and Joe Hall Construction, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Joe Hall Construction, Inc. organized under the laws of the State of Washington, located and doing business at 1317 541h Ave East, Fife, Washington, Phillip Keehnel, 253-922-6815 (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 Golf Course, will provide construction labor, construction materials and equipment to remove underground storage tank, located at 2019 W. Meeker, in the City of Kent in accordance with the proposal dated June 16, 2010, 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, Contractor shall complete the work described in Section I within 90 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $11,504.07, including 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 Payment and 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 payment and PUBLIC WORKS AGREEMENT - 1 (Under$1OK and No Performance Bond) 1 performance bond, has elected to have the owner retain the final fifty percent (5011/o) of the Contract amount for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, 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. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. 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. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be PUBLIC WORKS AGREEMENT - 2 (Under$1OK and No Performance Bond) required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. 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. 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 PUBLIC WORKS AGREEMENT - 3 (Under$1OK and No Performance Bond) require a change order within the time specified in this paragraph, the Contractor waives Cts right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY 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. PUBLIC WORKS AGREEMENT - 4 (Under$1OK and No Performance Bond) C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Upon acceptance of the contract work, Contractor must provide the City a one-year warranty bond in a form and amount acceptable to the City. The Contractor shall correct all defects in workmanship and materials within one (1) year from the date of the City's acceptance of the Contract work. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for one (1) year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the 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. PUBLIC WORKS AGREEMENT - 5 (Under$10K and No Performance Bond) 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. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. 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 PUBLIC WORKS AGREEMENT - 6 (Under$10K and No Performance Bond) 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 to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. PUBLIC WORKS AGREEMENT - 7 (Over$10K, under$35K, and No Performance Bond) 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. CONT TOR: CITY OF KENT: By: By: (s[ nature) ] (signature) Print Narzpe: �� ��e�� Print Na : Suzette Cooke Its C- • Qlt Cat Its Ma or (title) DATE: id DATE: 7 IM al--a NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Phillip E Keehnel Charles (Charlie)Lindsey, Superintendent Parks Joe Hall Construction, Inc. Facilities 1317 54t' Ave E City of Kent Fife, Washington 98424 220 Fourth Avenue South Kent, WA 98032 253-922-6815 (telephone) 253-922-6828 (facsimile) (253) 856-5081 (telephone) (253) 856-6080 (facsimile) OVED AS TO FORM: It La VP epartment [In this field,you may enter the electronic filepath where the contract has been saved] PUBLIC WORKS AGREEMENT - 8 (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. f� Dated this day of �U 1 `� , 20 JO. By: ff For: ��t //� �,�S' I'r�� Title: 0- o- Date: 7�� 1 Q6/0 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 Whize, 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, musz 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. Conzract 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 , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 3 4 White, Tammy From: Givens, Rosalie Sent: Monday, July 19, 2010 1 42 PM To: White, Tammy Subject: FW Adjust to Contract Attachments: City of Kent Tank removal contract rev 03 doc Importance: High Hi Tammy, Is this what we needed for Joe Hall? Thanks Rosalie From: Phil Keehnel [mailto:PhilK@joehall.com] Sent: Monday, July 19, 2010 1:18 PM To: Givens, Rosalie Subject: RE: Adjust to Contract Rosalie, attached is a revised copy of our proposal removing the indemnification clause You have my permission to substitute this proposal for the one that was previously attached to the signed contract Sincerely, Philip E Keehnel Chief Operations Officer Joe Hall Construction (253)922-6915 ext 3 Fax(253 922-6828 From: Givens, Rosalie [mailto:RGivens@ci.kent.wa.us] Sent: Friday, July 16, 2010 2:01 PM To: Phil Keehnel Subject: Adjust to Contract Hi Phil, Here we are again. The contract made it to Law, I am attaching a section of your Scope of Work. We have Indemnification Language in our Contract and your Language for Indemnification conflicts with what is in our Contract. Could you please remove what is underlined and says NO, then e-mail me a copy of the corrected document and an e-mail stating it is alright to take this out? Hopefully we will then get the Contract signed. Thanks Rosalie Rosalie Givens, Facilities Assistant Facilities I Parks, Recreation and Community Services 220 Fourth Avenue South, Kent, WA 98032 KENT Phone 253-856-5083 1 Fax 253-856-6080 www.choosekent.com PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL 1 Exchange Defender Message Security: Check Authenticity z EXHIBIT AFFILIATE JOE HALL CONSTRUCTION, INC. TEL` JOEHAC*259RT O-nIM EWIPMENI INS 1317 54th Avenue East FAX: (253) 922-6828 Fife, Washington 98424-1226 TOLL FREE (800) 777-6815 (253) 922-6815 www.jochall.com PROPOSAL AND CONTRACT Number: GKent 61510 Rev.03 Customer's Name Date: July 2nd 2010 City of Kent Job Address: 2019 West Meeker street Attention: David Gilmore Kent, WA 2200 4t"Ave. South Kent WA 98032 Fax (253) 856-5085 Phone (253) 856-5085 Joe Hall Construction, Inc.will provide construction labor,construction materials and equipment to complete the following for the sum of$10,506.00 Plus Washington State sales tax. Scope of Work: 1 Provide wash rinse and inert of one 1000 gallon Gasoline tank. 2. Provide Fire permit for removal. 3. Provide DOE 30 day notification. 4. Provide a Marine Chemist to insure safety and oversee cutting of tank for disposal 5. Provide Site assessment with 8 soil samples per DOE requirements. 6. Remove and dispose of one 1000 gallon tank, vent and product piping. 7. Provide 24hr sample rush 8. Provide class 2 backfill material and compaction to original grade. 9 Provide security fencing of work area during tank removal for security purposes. 10. Clean areas at completion and remove all debris 11. Provide topsoil and level area as directed by owner. 12 Provide Doe closure paper work as required 13. Prevailing wage requirements. Exclusions- 1 Contaminated soil removal handling or disposal. If contaminated soil is discovered, cost and scope of work will be discussed and agreed upon in writing, between Joe Hall Construction and the client, before proceeding. 2. De-watering is not included in the proposal, I do not for see a need for dewatering, but if it becomes necessary the cost will be agreed upon before starting the process. Initial• Racwlword\JAdmufTContI1June09RevB Page ] of 4 Contract clarifications 1. All parties agree that there will be no changes in the Scope of Work without prior written approval by the client and Joe Hall Construction, Inc 2. There will be no changes that will increase or decrease the contract amount, without prior written approval from the client and Joe Hall Construction, Inc. 3. Payment schedule to be per City of Kent Public works agreement. &J E ALH L onst Initial• RacwlwordVAdmmlPContl lJune09RevB Page 2 of 4 �a'E anst� ">� "Registration Bond Information" Joe Hall is registered with the State of Washington. Registration Number JOEHAC*259RT,as a general contractor and has posted with the State a bond or cash deposit of $6,000 001$4.000 00 for the purpose of satisfying claims against Joe Hall for breach of contract, including negligent or improper work, in the conduct of Joe Hall's business The expiration date of Joe Hall's registration is March I,2010 THIS BOND OR DEPOSIT MIGHT NOT BE SUFFICIENT TO COVER A CLAIM THAT MIGHT ARISE FROM THE WORK DONE UNDER YOUR CONTRAT. This bond is not for your exclusive use because it covers all work performed by Joe Hall The bond or deposit is mtended to pay valid claims up to$6,000/$4,000 that you and other customers, suppliers, subcontractors.or taxing authorities may have YOUR PROPERTY MAY BE LIENED.If a supplier of materials used in your construction project or an employee or subcontractor or your contractor or subcontractor is not paid,your property may be liened to force payment and you could pay twice for the same work FOR ADDITIONAL PROTECTION,YOU MAY REQUEST THE CONTRACTOR TO PROVIDE YOU WITH ORIGINAL`LIEN RELEASE' DOCUMENTS FROM EACH SUPPLIER OR SUBCONTRACTOR ON YOUR PROJECT. We are required to provide you with further information about hen release documents if you request it General information is also available from the state Department of Labor and Industries I have received a copy of the disclosure statement. Initial: Washington law requires contractors and lending institutions to give you this notice if your contract price exceeds$1,000 00(RCW 18 27 114(1)(b)and(RCW 60 04 255) This notice explains the basics of the construction lien law to help you protect yourself This notice isn't a reflection upon the abilities or credit of Joe Hall If you are dealing with a lending institution,ask your loan officer what procedure the institution follows to verify,that subcontractors and material suppliers are being paid when mortgaging money is paid to Joe Hall Construction, Inc,your contractor Request lender supervision when dealing with a lending institution that provides interim or construction financing See RCW 60 04 200-210 You may ask Joe Hall Construction Inc to disclose all potential hen claimants as a condition of payment. For an additional cost,you may request Joe Hall Construction Inc.to post a performance bond. This will give you recourse in the event that Joe Hall Construction, Inc fails to complete the proposal and contract agreement This will increase the price of the construction project. You may not receive a notice of a lien based on a claim by a contractor or material handler Be aware that a hen may be claimed even though you have not received a notice Racw\word\JAdmin\PCOntI1June09RevB Page 3 of r n CIOE HALL onst Authority to Start Joe Hall is hereby granted by the Client to commence work and to purchase and furnish all materials and labor required to complete the work described in the Scope of Work. Client agrees to the terms set forth in this Proposal and Contract. PROPOSAL AND CONTRACT Number: GKent 61510 Rev.03 Customer's Name Date: July 2nd 2010 City of Kent Job Address: 2019 West Meeker Street Attention: David Gilmore Kent, WA 2200 4th Ave South Kent WA 98032 Fax (253) 856-5085 Phone (253) 856-5085 Respectfully submitted, Joe Hall Construction,Inc. By Philip E Keehnel Customer Print Name Position C.O.O Signature Date- July 2°d 2010 Date Joe Hall Construction, Inc. Contractor's Registration: JOEHAC *259RT This price will be honored for 30 days. If this scope of work is acceptable please initial all pages and sign above. Please return to Joe Hall Construction, Inc. Racwlword\JAdmm\PCom1IJune09RevB Page 4 of 4 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 fozm providing equivalent liability coverage If necessary, the policy shall be endorsed to provide contractual liability coverage hh I� 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 piovidmg 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 Iimits- 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 EAHIBI'I' 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 piior 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 whatsoevei to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other. for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise F. Acceptability of Insurers Insurance is to be placed with insurers with a current A M Best rating of not less than A•VII G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work Before any exposure to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to tins 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 sub}ect to all of the same insurance requirements as stated herein for the Contractor 1` • I CERTIFICATE OF LIABILITY INSURANCE 07/0Al/DO/YlW) 7/07/l0 PRODUCER 1-253-627-7193 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J. Gallagher Risk Managafent Sarvicss, Inc ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER- THIS CERTIFICATE DOES NOT AMEND, EXTEND OR P.0 Boz 2925 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Tacoma, NA 58401-2925 Paz: 253-572-1430 _ INSURERS AFFORDIN_GCOVERAGE NAIC# INSURED INSURERA STEADFAST 1715 CO 26387 Soo Hall Construction, Inc. INSURERS ALAS" EATL 1219 CO 38733 1317 54th Ave E. INSURER Fife, MA 98424 INSURER D- NSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE NSUREO 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 POLICES 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 DOL TYPE OF IINSURANCE POLICY NUMBER POLICYEFFECTIVE POLICYEXPIRATON LU.45 A GENERAL LIABILITY GPL287512711 03/01/10 03/01,111 EACH OCCURRENCE 52,000,000 E COMMERCIAL GENERAL LIABILITY PREMISES aoowrrence 5100,000 CLAIMS MADE 1XI OCCUR MED EYf(Am/we parson) $5,000 8 Omar/Coat Prot. PERSONAL A ADV INJURY $2,000,000 GENERAL AGGREGATE 5 2,000,000 GEML AGGREGATE LIMIT APPLIESPER PRODUCTS-COMP/OP AGG S2.000,000 POLICY X PRO LOC 8 AUTOMOBILE LIABILITY 10CAS32107 03/01/10 03/01/11 COMBINED SINGLE LIMIT 5 1,000,000 8 ANY AUTO CEa�W) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS Pw Pam) S 8 HIRED AUTOS BODILY INJURY $ 8 NON-OWNED AUTOS I�Bi1) PROPERTY DAMAGE $ (Par acaid m) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC S AUTO ONLY AGG S EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE S OCCUR CLAIMS MADE AGGREGATE S i DEDUCTIBLE 5 RETENTION $ s A WORKERS COMPET"TIGN GPL287512711 FA STOP GAP WC STAiU- OTH- ANDEMPLOYERS'LIABILiTY 03/Ol/10 03/Ol/11 8 YIN ER ANY PERMEMTOR/EXCI-MR/EXECUTIVE❑ EL EACH ACCIDENT S1,000,000 OFFICERAAEMBER IXCLUOEJI! (Mandmory In NH) EL DISEASE-EAEMPLOYE i 1,000,000 8yyeeaa��des=ands: SPECAL PROYI.SIONS below ELDISEASE-POLICY LIMIT 51,000,000 OTHER A Contractor's Pollution GPL287512711 03/01/10 03/01/11 Licit: 2,000,000 Deductible.- 15,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHCLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Project 2019 Feat Ysaker, bent NA 98032 Certificate Holder is named additional insured par the attached andorsoment CERTIFICATE HOLDER CANCELLATION SHOULDANYOFTHEABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURE=R WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT BUT FAILURE TO DO SO SHALL Charles Lindsay IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER ITS AGENTS OR 220 Fourth Avenue South REPRESENTATNES Kent, FA 98032 AUTHORIZED REPRESENTATIVE USA ACORD 25(2UC9/01)bwhitt ©1988-2DO9 ACORD CORPORATION All rights reserved 16583315 The ACORD name and logo are registered marks of ACORD IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the poficy(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 t require an endorsement A statement on this certificate does not confer rights to the certificate holder in Beu of such endorsement(s) DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s),authorized representative or producer,and the certificate holder,nor does it of irmaWely or negatively amend, extend or alter the coverage afforded by the policies listed thereon ACORD 25(2009101) Additional Insured-Automatic-Owners, Lessees Or Contractors Coverage Put One-C M[Gme rd Unbf{HT Z[�IZI C I• Coverage Part Two-Coatradoes Pollution Iaa65Ety Porccy W. M Dare of FbL FxW-Dal:of PoL ER.Date of End Prodtrcer Adds Plan. ReLm Prrnr. GPL287512711 IIIII0 Wj/11 ] ffl i 11729W0 WA WA Named Insured and Mailing Addreaw Producer: JOE HALL CONSTRUCTION,INC. ARTULaJ.GATSAGEM 1317 5e AVENUE EAST RISKMANAGRAENT URVICES,INC. FIFE,WA 9B424 P.O.BOX 2925 TACOMA,WA 9MI-2925 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This r xldousetrnerd moOm ataureum provided under the following: Services Package Policy [X]COVERAGE PART ONE-COMMERCIAL GENERAL LIABILITY _-- - LJC]-COVERAGE PART TWO-COhITRACT-OR5 POLLUTION LIABILITY- --- ------ In consideration of the payment of premium and the-Deductible by you and in reliance upon the statements In the Application made a part hered,we Agee with you,subject to all the terms,waitslans and mans of the policy and the terms and conditions of this endorserrr that with respect to the coverage parts indicated above the following changes Bhaff apply. 1. Prrauant to Who is an Insured (Section L) In the COMMON POLICY PROVISIONS paragraph 4., any person or organization whom you are required to add as an additional kwxed an this policy under a written contiad or written agreement executed and effective prior to the performance of your*covered operations'which is the subject of such written contract or written agnumnent is added as an additional Instred. 2. The Insurance provided to the additional Insured person or organization applies only to: a. Under COVERAGE PART ONE-COMMERCIAL,GENERAL LIABILITY COVERAGE A-BODILY INJURY AND PROPERTY DAMAGE LIABILITY and COVERAGE B-PERSONAL AND ADVERTISING INJURY LIABILITY, � "dalms"for'bodly k*xy; 'property damage'or'persorrai and adverbing injtry'resu lit directly from: (1) Your ongoing operations,or (2) 'Your wale completed as irduded in the"products-completed operations hazard';ardfor b. Under COVERAGE PART TWO-CONTRACTORS POLLUTION LIABILITY,"clatms'artskV out of a"pollution event'resiftV directly from your. (1) "Coveredopmations';or (2) "Comphated operations"of the"covered operations,' Performed for the awl Insured which is Ifre subject of the written contract or written agreement end only if the "ctarrn"Is otherwise covered under the terms and conditions dthis policy. 3. Regardless at the provisions of parag:Whs 1•.and 2.above: a. We will not extsrnd arty insurance coverage to the additional instead person or organization: (1) That Is not provided to you In M policy,or i (2) That is broader coverage than you are required to provide to the additional Insured person or organization In the written contract or written agreement and SrF-ESP-101-cow (0el)8) Page 1 of 2 b. We renl not provEde Units of Isuance to the adddthoral In%red person or amen that exceed the low ofi (1) The tkT is of Insurance provided bo you In tixs policy,or (2) The Limits of ins you are requaed to provide in the wddtten conftad or written 89-8ernert. A. The insurance provided to the addtiarat insured person or organtratdon does not apply to'claims"as a result of arry negligernce,ad,aror or ornWon,or strict ifablifty of the additional insured person or crganfzation. 5. The irmurence provided by this andiorsernert is pdmary insurance and we will not seek cu trdtwflon train any other insurance avaUA to any additional Irmrad person or orgattzation unless the other Insurance is provided by a =*actor otfner than you for the same operations, 'tiered ogaatlorrs' or°completed operatics"of the"covered iopan.tonsa and job location-m {Seder V)of th COMMON YAN COVERRAG that EPOVPROVISIONS.rance by �,e rrre(Ima descxined en otter 6. Both you and the additional kmffed person or organ &bon agme to cooperate wHh eadi other and us with rasped to all aspects of coverage provided larder this policy In the event tot you and the additional Insured person or orgugmtion ere named as defer In a`daim,"and are bath entafed to defense under this policy for such'ohalm,' vve aheti provide common camsel to represent you and to addlttorrai insured person or aWi mlim In a Joint deft nse. If you and the addttionai insured pason or organization adapt positions materiafly adverse to each other with respect to the 'rim,' we shall provide the defense and make payments for wck*n expenses,' or any other associated casts of defense payable under this pdicy,only to you from the point of adversity forward. The Mft and cbtlgadons above small apply in any proceeding and In any fawn In which you and fhe additional insured person or organbstion am a party to a"cam_'ALL OT'rIER TERMS AND COND MONS OF THE POLICY SHALL APPLY AND P,-3L0.1N UNCHANGED. i i Signed by. Authored Representatwe Cate STF-ESP-101-0 MY (D&W) Page 2 of 2 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevai,ing Wage Se-tioq-Telephone(360)9C2-5335 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 benent rates must add to not less than th;s total A brief description of overtime calculation requirements is provided on the Benefit Code Key KING COUNTY EFFECTIVE 3-03-2010 (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 $56 53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39 49 1M 5A JOURNEY LEVEL $46 35 1 M 5A BUILDING SERVICE EMPLOYEES JANITOR $17 98 2F 5S TRAVELING WAXER/SHAMPOOER $18 39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22 65 2F 5S WINDOW CLEANER(SCAFFOLD) $23 51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16 67 1 CARPENTERS ACOUSTICAL WORKER $48 60 1H 5D BRIDGE DOCK AND WARE CARPENTERS $48 47 1H 51) CARPENTER $48 47 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 50 FLOOR FINISHER $48 60 1H 5D FLOOR LAYER $48 60 1H 5D FLOOR SANDER $48 60 1H 5D MILLWRIGHT AND MACHINE ERECTORS $49 47 1H 5D PILEDRIVERS, DRIVING, PULING PLACING COLLARS AND WELDING $48 67 1H 5D SAWFILER $4860 1H 5D SHINGLER $4660 1H 5D STATIONARY POWER SAW OPERATOR $48 60 1H 5D STATIONARY WOODWORKING TOOLS $48 60 1H 5D CEMENT MASONS JOURNEY LEVEL $4915 1M 5D DIVERS &TENDERS DIVER $10028 1M 5D 8A DIVER ON STANDBY S56 68 1M 5D DIVER TENDER $52 23 1M 5D SURFACE RCV&ROV OPERATOR $52 23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48 85 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49 57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49 06 1T 5D 8L BOATMEN $4957 1T 5D 8L ENGINEER WELDER $49 62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49 06 1T 5D 8L MATES $/-9 57 1T 5D 8L OILER $4919 1T 5D 8L DRYWALLTAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25 34 1E 5L 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 25 2W 5L CONSTRUCTION STOCK PERSON $31 83 2W 5L JOURNEY LEVEL $57 74 2W 5L JOURNEY LEVEL(TUNNEL) $61 95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $1537 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 $3907 4A 5A HEAD GROUNDPERSON $41 22 4A 5A HEAVY LINE EQUIPMENT OPERATOR S54 59 4A 5A JACKHAMMER OPERATOR $4122 4A 5A JOURNEY LEVEL LINEPERSON $54 59 4A 5A LINE EQUIPMENT OPERATOR $46 32 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 $67 91 4A 60 MECHANIC IN CHARGE $73 87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $1360 2K 5B FENCE ERECTORS FENCE ERECTOR $15 18 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT &FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $5028 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC 55932 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41 28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 t KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Nate Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $4839 1K 5B COOK $45 36 1K 5B DECKHAND $4536 1K 5B ENG,NEER/DECKHAND $4625 1K 5B MATE, LAUNCH OPERATOR $47 35 1K 5B 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 $2491 1 TECHNICIAN $19 33 1 TV TRUCK OPERATOR $20 45 1 INSULATION APPLICATORS JOURNEY LEVEL $48 47 1M 5D IRONWORKERS JOURNEY LEVEL $54 27 10 5A LABORERS ASPHALT RAKER $4128 1H 5D BALLAST REGULATOR MACHINE $4003 1 H 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 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $4003 1H 5D CHIPPING GUN(OVER 30 LBS) $4D 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 $40 03 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 $4128 1H 5D DUMPMAN $4003 1H 5D EPDXY TECHNICIAN $4003 1 H 5D EROSION CONTROL WORKER $4003 1H 5D FALLER/BUCKER,CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming, wincow cleaning,NOT $30 84 1 H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $4003 1 H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $4003 'H 5D GABION BASKET BUILDER $4003 1 H 5D GENERAL LABORER $4003 1H 5D GRADE CHECKER&TRANSIT PERSON $41 28 1H 5D GRINDERS $4303 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 $d0 03 1H 51) HIGH SCALER $d1 28 1H 5D HOD CARRIER/MORTARMAN $4128 1H 5D JACKHAMMER $4077 1H 5D LASER BEAM OPERATOR $4077 1H 5D MANHOLE BUILDER-MUDMAN $4077 1H 5D MATERIAL YARDMAN $4003 1H 5D MINER $4128 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $4077 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK, SANDBLAST, GUNITE SHOTCRETE, JJATER BLASTER PAVEMENT BREAKER $4077 1H 5D PILOT CAR $33 93 1H 5D PIPE POT TENDER $4077 1H 51) PIPE RELINER(NOT INSERT TYPE) $4077 1H 5D PIPELAYER&CAULKER $4077 1H 5D PIPELAYER S.CAULKER(LEAD) $4128 1H 5D PIPEWRAPPER $4077 IH 5D POT TENDER S40 03 1H 5D POWDERMAN S4128 1H 5D POWDERMAN HELPER $4003 1H 5D POWERJACKS S4077 1H 5D RAILROAD SPIKE PULLER(POWER) $4077 1H 5D RE-TIMBERMAN S4128 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(CLARY 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 Page 4 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Nate Classification WAGE Code Code Code TRUCK SPOTTER $40 03 1 H 5D TUGGER OPERATOR $40 77 1H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40 03 1H 5D VIBRATOR $4077 1H 5D VINYL SEAMER $40 03 1H 5D WELDER $4003 1H 5D WELL-POINT LABORER $40 77 1H 5D LABORERS -UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $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 74 1H 5D MARBLE SETTERS JOURNEY LEVEL $46 35 1M 5A 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 1R 5B PLAYGROUND &PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8 55 1 PLUMBERS &PIPEFITTERS JOURNEY LEVEL $66 44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50 39 1T 5D 8P 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 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49 48 1T 5D 8P B. CKHOE,EXCAVATOR,SHCVEL,TRACTORS 15 TO 3U METRIC TONS $49 90 1l 5D 8P BARRIER MACHINE(ZIPPER) $49 90 1T 5D 8P Page 5 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR,CONCRETE $4990 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 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $4990 1T 5D 8P CABLEWAYS S5039 1T 5D 8P CHIPPER $4990 1T 5D 8P COMPRESSORS $2712 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $Z7 12 1T 5D 8P CONCRETE PUMPS $49 48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $4990 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50 39 1T 5D 8P METERS CONVEYORS $4948 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 8P 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 S51 51 1T 5D BP CRUSHERS $4990 1T 5D 8P DECK LNGINEERIDECK WINCHES(POWER) $4990 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER,QJAD 9, D-10,AND HD-41 $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) $49 48 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) S47 12 1T 5D 8P GRADE ENGINEER $4990 1T 5D 8P GRADECHECKER AND STAKEMAN $4712 1T 5D 8P GUARDRAIL PUNCH $4990 1T 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49 48 1T 5D 8P HORIZONTAIJD'RECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORVONTAL/DIRECTIONAL DRILL OPERATOR $4990 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47 12 1T 5D 8P Page 6 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49 48 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50 39 IT 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50 94 1T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD), PLANT FEED $49 90 1T 5D 8P LOCOMOTIVES,ALL $49 90 1T 5D 8P MECHANICS,ALL $50 94 1T 5D 8P MIXERS,ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49 48 1T 5D BP MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50 39 1T 5D 8P 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 SP 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 SP EQUIP RIGGER AND BELLMAN $47 12 1T 5D 8P ROLLAGON $50 39 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-MALL, ROTC-GRINDER $49 90 1T 51) 8P SAWS,CONCRETE $49 48 1T 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50 39 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $49 48 1T 5D SP SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49 90 1T 50 Sp OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE $47 12 1T 5D SP SLIPFORM PAVERS $50 39 1T 5D SP SPREADER TCPSIDER&SCREEDMAN $50 39 1T 5D 8P SUBGRADE TRIMMER $49 90 1T 5D 8P TOWER BUCKET ELEVATORS $49 48 1T 5D 8P TRACTORS, (75 HE &UNDER) $49 48 1T 51D 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 $49 48 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 WELDER $5039 1T 5D 8P WHEEL TRACTORS, FARMALL TYPE $47 12 1T 5D 8P YO YO PAY DOZER $49 90 1T 5D 8P POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40 79 4A 5A SPRAY PERSON $38 73 4A 5A TREE EQUIPMENT OPERATOR $39 25 4A 5A TREE TRIMMER $36 50 4A 5A Page 7 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER GROUNDPERSON $27 55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $37 91 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $23 47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22 64 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $34 54 1 rl 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17 60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $23 03 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24 09 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $24 46 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34 69 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIE''LD OR SHOP) $35 25 1 R 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNE"LEVEL $36 81 2R 50 RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $2146 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $2517 1 ROOFERS JOURNEY LEVEL $40 05 1 R 5A USING IRRITABLE BITUMINOUS MATERIALS $43 05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59 32 1E 61- SHIPBUILDING&SHIP REPAIR 301_ERMAKER $3256 1H 6W CARPENTER $3359 1B 6X ELECTRICIAN $3345 1B 6X HEAT&FROST INSULATOR $50 28 1S 5J LABORER $3217 1B 6X Page 8 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cade Coe Code MACHINIST $3328 1B 6X OPERATOR $3561 1B 6X PAINTER $3321 1B 6X PIPEFITTER $3318 13 6X RIGGER $3317 1B 6X SANDBLASTER $32 16 1B 6X SHEET METAL $3319 113 6X SHIPFITTER $3317 1B 6X TRUCKER $3304 16 6X WAREHOUSE $33 09 1B 6X WELDER,/BURNER $3317 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 $3919 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12 44 1 5S SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $64 29 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13 23 1 STONE MASONS JOURNEY LEVEL $46 35 1 M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19 09 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 28 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 SA 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 09 213 5A TELEVISION TECHNICIAN $24 35 2B 5A TREE TRIMMER $30 02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A Page 9 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE SETTERS JOURNEY LEVEL $21 65 1 TILE, MARBLE&TERRAZZO FINISHERS FINISHER $3909 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38 90 1 K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45 63 IT 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 S46 47 IT 5D 8L TRANSIT MIXER $23 45 1 WELL DRILLERS &IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17 71 1 OILER $12 97 WELL DRILLER $18 CO Page 10 Statement or tntent ro ray rrevarnng w ages r agc i vi A Prevailing Wage Section Department of Labor& Statement of Intent to Pay Industries Prevailing Wage PO Box 44540 Olympia, WA 98504-4540 (360) 902.5335 Received: Intent Id: Status: 07/07/2010 298361 Approved on 07/08/2010 COMPANY Company infonnation: JOE HALL CONSTRUCTION INC JOEHAC"259RT 600 177 955 216,690-00 1317 54TH AVE E FIFE, WA 984241226 (253) 922-6815 Payment Type: Electronic Company Signature: Electronic PROJECT Public Agency. KENT, CITY OF 220-4TH AVE S KENT, WA 98032-5895 Agency Contact Name: Charles Lindsey Agency Contact Phone: (253) 856-5081 County., KING Multiple Counties?No City. Kent Job Site Address/Directions: 2019 West Meeker Street-Kent, Washington Project Name: Underground Storage Tank Removal Contract Number: GKent 61510 Rev 10 Bid Due Date: 06/16/2010 Award Date: 07/07/2010 Expected Job Start Date: 08/01/2010 Prime Contractor: Joe Hall Construction, Inc N/A (253) 922-6815 Does Your Company Intend To Hire Subcontractors To Perform No All Work? Does Your Company Intend To No Hire Any Subcontractors? Apprentices? No $Amount of your contract $11,504.07 Time and Materials No (including sales fax): Number of Owners/Operators Performing Work on the Project 0 that Own 30% or More of the Company. https//secureaccess wa gov/Iru/pwia/Intent/IntentPrint asp'�ID=298361 7/8/2010 34UUMMIL U1 UILULIL iu ray ricvauius •I a6l. 0 c i u(Jc .vr Will your company have employees perform work on this project? Yes Does this project utilize American Recovery and Reinvestment Act (ARRA)funds? No More specifically, does this project utilize any weatherization or energy efficiency upgrade funds(ARRA or otherwise)? No Filed by: Charies Wafton EMPLOYEES" WAGES Journey Level Trades/Occupations County Trade Occupation Wage Fringe # Workers KING TRUCK DRIVERS DUMP TRUCK $45.63 $0 00 1 KING POWER EQUIPMENT TRACTORS, (75 HP & W 48 $0 00 1 OPERATORS UNDER) KING ILABORERS IGENERALLABORER 1 $40 03 $0 00 2 https//secureaccess wa gov/Ini/pwia/Intent/IntentPrint asp?ID=298361 7/8/2010 REQUEST FOR MAYOR'S SIGNATURE ���� Please Fill in All Applicable Boxes Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENT) Originator: Charlie Lindsey Phone (Originator): 5081 _ Date Sent: -/9/2010— "T 11 Date Required: 7/15/2010 Return Signed Document to; Rosalie CONTRACT TERMINATION DATE: 10/2010 VENDOR NAME: Joe Hall Construction, DATE OF COUNCIL APPROVAL: N/A under Inc. 25 Brief Explanation of Document: At City of Kent Golf Course, will provide construction labor, construction materials and equipment to remove underground storage tank, located at 2019 W. Meeker, in the City of Kent in accordance with the proposal dated June 16, 2010, which is attached and incorporated as Exhibit A. 0-F%0% + I<.0 c t c✓�Fa -!mac rc.C�4C_CAQ W�Itt,. 0. sVIA IA- lot +4*-,L • All Contracts Must Be Routed Through The Law Department (This area to be compieted by the Law Department) Received: Approval of Law Dept.: � 4 =? (G2Lf�cur-> Laws /De ent I1;L i L� Date For je to yor. �Jl���/®(!� ��itt GLGry aGtO �i=VFi Cs:1 Shaded Areas To Be Completed By Administration Staff s Received: City of Kent office of the [Mayor Recommendations and Comments: -�4, ��-- Disposition: �n�'/ � 6( w-? Date Returned: I `' GONTRAC74RSINC 3852 South 66"'St,Tacoma,WA 98409 Phone(253)531-2144•Fax(253)536-2068 June 23,2010 City of Kent Attn David Gilmore Phone (253) 740-7504 Email dgilmore cr ci kent wa us PROPOSAL FOR UST REMOVAL Location Kent Municipal Golf Course—2019 W Meeker,Kent WA SCOPE OF WORK: Provide all labor&materials necessary to decommission the one thousand(1,000)gallon gasoline Underground Storage Tank(UST)as follows. • Obtain City of Kent tank removal permit • Strip &Rinse UST. • Inert the tank utilizing a Marine Chemist per fire code requirements. • Demolish&remove from the site the existing concrete slab located above the tank • Excavate,remove, &properly dispose of one(1) 1,000 gallon UST. • Cut& cap underground fuel suction piping at the edge of the excavation • Excavate and remove underground vent line piping including aboveground vent riser. • Backfill with the clean excavation spoils &imported type-17 pit run rock to sub-grade • Restore site with four inches (4") of three-way nix topsoil Seeding to be provided by City of Kent • Complete the required Washington State Department of Ecology tank closure forms • Complete the necessary soil sampling& environmental site assessment report as required by the Washington State Department of Ecology • Provide other tank closure related documentation, e.g tank cleaning certificate,tank disposal certificate, etc CLARIFICATIONS: • This proposal is based on the site visit conducted by Eric Martin of Saybr Contractors,Inc. and David Gilmore of City of Kent on June 17,2010 • All tank removal activities to be supervised by a competent person certified by the ICC for Underground Storage Tank Decommissioning as required by the Washington State Department of Ecology. • All soil sampling activities to be conducted by a registered Site Assessor& Industrial Hygienist GENERAL INCLUSIONS: • Temporary barricades at tank excavation for safety • Level"D"Personal Protective Equipment • The writing&implementing a site-specific health&safety plan. • Pollution Liability Insurance • Prevailing Wage &associated paperwork ENCLUSIONS: • Washington State Sales and/or Use Tax • Removal and/or disposal of products other than non-contaminated gasoline • Removal and/or disposal of residual tank sludge. • Dewatenng Page 1 of 2 EXCLUSIONS(CONTINUED): • Sieve/proctor analyses and/or compaction testing • Special Inspections • Grass seeding and/or hydro-seeding • Payment and/or Performance Bonds. • Additional services/costs incurred due to unknown underground conditions including, but not limited to below grade hardpan(subsurface rock), unstable soils, sloping, sloughing, shoring, contaminated sod and/or water,high water table (dewatermg), buried objects, other underground storage tanks,water/sewer/gas/utility lines,pipe, conduit,or other similar conditions COST OF SERVICES: Saybr hereby proposes to complete the scope of work for the sum of ELEVEN THOUSAND FOUR HUNDRED FORTY& 00/100 DOLLARS S11,440.00 (Plus Washington State& Local Sales Tax) Digitally signed by Eric Martin cu cn=Enc Marlin,o=Saybr Contractors.Inc, ou=Project Manager,email=emarnn@saybr coin, (f4- c=Us Respectfully Submitted By Date 2010 06 23 11 19 35-0700' Eric G Martin CONDITIONS: All materials are guaranteed as specified All work to be completed in a professional manner according to standard practices. Any alteration or deviation from specifications above involving extra costs will be executed upon authorization, and will become an extra charge over and above this proposal All agreements contingent upon strikes, accidents or delays beyond our control Owner to carry fire,tornado and other necessary insurance Our workers are fully covered by Worker's Compensation Insurance. Saybr may withdraw this proposal if not accepted within thirty(30)days PAYMENT TERMS: Net thirty days. Accounts overdue will be charged 1.5%per month. Acceptance of Proposal The proposed scope of work,prices,and conditions stated herein are satisfactory and are hereby accepted Client Authorization Contractor Authorization Signature Signature Title Title Date Date Purchase Order Number I Page 2 of 2 TX��71 �',� z J Evergreen Environmental Services, Inc. 17108—9th Ave. SE • Mill Creek,WA 98012 (800) 457-8986 or (425) 787-8987 • Fax (425) 787-7812 PROPOSAL Customer: Dave Gilmore Date: 6/28/10 City of Kent E-mail: dgilmore(a,ci.kent.wa.us Cell: (253) 740-7504 Site Address: Rrverbend Golf Course Kent. WA Subject: Removal of(1) 1-gallong UST from golf course SCOPE OF WORK 1. Secure all necessary permits, including City of Kent IFC/UST removal permit, 30 day DOE closure notice ($100.00 fee). PSCAA closure and assessment notice. 2. Mobilize onto site (No construction fencing or barricades required per Dave Gilmore. 3. Blow all product lines back to tanks. 4. Disconnect, remove and dispose of the existing vent line/rack (product piping is already disconnected & capped and tank is electrically disconnected) Note: The owner will take care of disconnecting any monitoring system that is currently in place. 5. Demo and remove (1) 4'x 18'x 8" concrete tank slab 6. Remove, haul and dispose of all concrete on site. 7. Wash, triple rinse, vacuum and dispose of the existing material from each tank. Assumes tank will be pumped down or emptied to 1-2" of product remaining prior to EES cleaning tank. Material removed will be handled per DOE regulations. Page 1 8. Excavate and expose tank top to disconnect piping and plug tanks for removal EES will provide a certified chemist to inert the tanks and sign off for disposal. After inspection by the local Fire Marshal, we will remove tanks. 9. Remove and dispose of(1) 2,000-gallon fuel tank, all related fuel piping. The fuel tank is assumed single wall steel tank. 10. Assist in soil sampling (provided by owner): we assume a 1-3 day turn around for samples so we can backfill the excavation. We assume all excavated soil to be clean and will be reused for backfill. Note: Should we encounter contaminated soils, the removal of which will be handled as an extra to the contract on a T/M basis. 11. B/F tank hole using native B/F material Provide and B/F 3-wav soil or topsoil to grade to offset displacement of tank to finish grade. Go over B/F with 5-ton roller. Note: Owner will take care of seeding of the excavation area. 12. Clean up construction area. Price for work included in items listed above. $15,603.00 (Plus WSST) Evergreen Environmental Services, Inc. hereby proposes to provide material, labor, and equipment per the Scope of Work above contingent upon the following qualifications: 1. This proposal is valid for thirty (30) days from the date stated above. 2. The following items are not included in this proposal: Special inspections Soil testing and profiles. ® Contaminated soil or water removal. Dewatering WSST Any Shoring of Tank Hole. Asphalt or concrete installation. 3. General Conditions. Any delays beyond our control resulting in services or costs incurred, due to Permitting Authority delays, unknown underground conditions, or any additional work requested by the Customer, will be billed as Time &Material at Evergreen Environmental Services, Inc. then current published rate. 4. Supplemental Conditions: Proposal is per scope of work by the Customer. Additional requirements or changes as specified on approved Permit drawings are excluded. Engineer's as-built drawings are excluded. Special inspections/testing by others Soil compaction testing by others. 5. Payment terms: 30%Due at pre-con, 30% Due upon completion of project and remaining 40%Net 30 Days Page 2 6. Any dispute arising out of the Agreement shall be resolved by binding arbitration before the American Arbitration Association in Seattle, Washington The arbitration award shall include reasonable attorney's fees, and travel expenses to the prevailing party and be enforceable in any court having jurisdiction. In the event of court action the prevailing party shall be entitled to recover its reasonable attorney fees. We thank you for the opportunity to present this Proposal We know you will be pleased with the professionalism and quality of our work If you have any questions, or if I can be of any further assistance, please do not hesitate to call. Evergreen Environmental Services, Inc (425) 787-8987 By: Joe Hempel Accepted By: Date: (Authorized signature) _4 i i I' Page 3