Loading...
HomeMy WebLinkAboutPK10-155 - Original - Holmes Electric - Centennial Building Parking Garage Lighting - 06/21/2010 ' Cg 5o88g KENT W ASH INGTON PUBLIC WORKS AGREEMENT between City of Kent and Holmes Electric THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Holmes Electric organized under the laws of the State of Washington, located and doing business at PO Box 338 Kent, WA 98035, Briget Caudill (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: Replace lighting in Centennial Center parking garage with energy efficient equipment, as described in contractors quote dated May 5, 2010 attached and incorporated as exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I within 60 days from the "notice to proceed". III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $10,578.94, plus any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (500/0) 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 $35,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the owner retain the final fifty percent (50%) of the Contract amount for a period of sixty (60) days after PUBLIC WORKS AGREEMENT - 1 (Over$1OK, under$35K, and No Performance Bond) 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 required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. PUBLIC WORKS AGREEMENT - 2 (Over$1OK, under$35K, and No Performance Bond) 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 require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the PUBLIC WORKS AGREEMENT - 3 (Over$1OK, under$35K, and No Performance Bond) I 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 (Over$1OK, under$35K, 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 (Over$1OK, under$35K, 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 (Over$1OK, under$35K, and No Performance Bond) 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. hJ" CONTRACTOR: CITY OF KENT: By: By: (signat r (signature) Print Name: R '�' tl1LT Pri Na e- zette Cooke Its It ag a or title) DATE: /off /4 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Briget Caudill Mike Hattrup Holmes Electric City of Kent PO Box 338 220 Fourth Avenue South Kent, WA 98035 Kent, WA 98032 253-479-4000 (telephone) (253) 856-5082 (telephone) (253) 856-6080 (facsimile) A PROVED AS TO FORM: K nt aw De artment __A [In thus 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. Dated this day of , 20 /0 . By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the Ilty 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: FFn ( nmPI TANCF r)n('UMFNTS - 3 } HOUVIES ELECTRIC P O Box 338 "Kent, WA 98035 a (253)479-4000 I Attn, Mike Hattrup Date* 05/05/10 Company City of Kent Re, Lighting Rebate Address: 220 Fourth AVE S File Number: 10041040 Kent,WA 98032 From, Briget Caudill Phone. 253.856.5082 E-Mall briget.caudilll@holmes.com Via- E-Mall: mhattrup@ci.kent.wa.us As requested,we are pleased to offer our electrical proposal for the above referenced project as follows: SPECIFIC INCLUSIONS 1. Demo and remove(50)fifty HPS fixtures in parking garage 1 ! 2. Provide and install(50) fifty 4' T8 2-lamp fluorescent strip fixtures in garage. 3. Demo and remove(10)ten HPS fixtures in stairwells,five fixtures per stairwell 4. Provide and install(10)ten 2'T8 2-lamp fluorescent wall mount strip fixtures in stairwells. 5. Provide State of Washington electrical permit. QUALIFICATIONS 1. Our offer is firm for(30)thirty days from the date listed above. 2. Our offer is predicated upon a clear and accessible area that will be made available by others,where our work is to be performed. 3. Unless noted in the specific inclusions,our work will be performed during our normal working hours and workweek SPECIFIC EXCLUSIONS 1 Hazardous materials handling. 4. Standby,overtime,and shift work. 2. Utili 5 Hidden di char es. . en conditions. Y g �1 3. All work of other crafts. I Pl Total Proposal as Outlined Above w/Tax........................ ................................. . . ........... ..... $11,583.94 Estimated PSE rebate of$5,791,97,00,Estimated pay back of 4.1years. Estimated energy savings of 38,807kWh/yr which equals$2,822.26 savings per year. Our goal is to provide quality electrical construction and competitive pricing. We will accomplish this by performing efficiently,timely,safely and to your complete and total satisfaction. Thank you for allowing us to proceed by authorizing the work in the space provided below. Sincerely, {+ HOLMES ELECTRIC CO Briget Cau ill Estimator ACCEPTANCE OF PROPOSAL Authorized Signature: Date: This proposal represents the entire agreement between the parties There are no representations,promises or other undeistandings unless expressly included herein. Page 1 of 1 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS 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. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability 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. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. 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 insurance requirements of the Contractor before commencement of the work. F. 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. ACORO. CERTIFICATE OF LIABILITY INSURANCE D 06/08/10ATE(M10 YYYY) PRODUCER 1-425-369-1245 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bacic Group LLC ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Bacic Pacific Insurance Services, LLC #OF82099 HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1011 NE High St. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW Suite 101 Issaquah, WA 98029 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA PHOENIX INS CO 25623 Holmes Electric Company INSURERB Travelers Ind Co Of Amer 25666 PO Box 338 INSURERC TRAVELERS PROPERTY CAS CO OF AMER 25674 Kent, WA 98035 INSURER NSURER 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,EXCLLSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR ADD'I POLICYEFFECTIVE POLICY EXPIRATION LTR NSRO TYPED INSURANCE POLICYNUMBER DATEWMIDD/YY AT MIDD'YY LIMITS A GENERAL LIABILITY DTC0526D9045PHX09 10/01/09 10/01/10 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED X COMMERCIAL GENERAL LIABILITY PREMISES(Ea occurence S300,000 CLAIMS MADE R OCCUR MED EXP iAny one Person) $10,000 X WA Stop Gap PERSONAL B AOV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN L AGGREGATE LIM T APPLIES PER PRODUCTS COMPIOPAGG $2,000,000 POLICY X PR EC T O- LOC B AUTOMOBILE LIABILITY DT810526D9045TIA09 10/01/09 10/01/10 COMBINEDSINGLE LIMIT $1,000,000 X ANY AUTO Ea accident) ALL OWNED AUTOS BODILY INJURY $ SCHEDULEDAUTOS (Per person) X HIREDAUTOS BODILY INJURY $ X NON-OWNEDAUTOS (Peracadent) X $1000 Comp Deduct PROPERTY DAMAGE $ X $1000 Coll Deduct (Peracadent) GARAGE LIABILITY AUTO ONLY-EAACCIDENT $ ANYAUTO OTHERTHAN EAACC $ AUTO ONLY AGG $ C EXCESSIUMBRELLA LIABILITY DTSMCUP52GD9045TIL09 10/01/09 10/01/10 EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 DEDUCTIBLE $ X RETENTION $ 10,000 $ WORKERS COMPENSATIONAND WC STATU- OTH- T RV LIMITS ER EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ OFRCER,MEMBER EXCLUDED EL DISEASE-EA EMPLOYEE $ If yes describe under SPE SPECIAL PROVISIONS below EL DISEASE-POLICY LI^dIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS HEC job #CS-50888 Centennuial Center Parking Garage Per the attached endorsement the following are included as Additional Insured'e: City of Kent This insurance is Primary & Non-Contributory CERTIFICATE HOLDER CANCELLATION 10 CS50888 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Kent DATE THEREOF,THE ISSUING INSURER WILL 6MAM *Ni MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LErT,K)W WYLUN`4-�"IrLXX 2202 4th Avenue South ffixffi��xIKX#Y3SXIY174ffiX �I4XtydXXi7lxkSXVfgMffi�X xxm lMKPWVV"XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Kent, WA 98032-5895 7,rJC AUTHORIZED REPRESENTATIVE �� (1 USA !/owr C.J � ACORD 25(2001108)robertatansey / ©ACCORD CORPORATION 1988 16112001 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 msurer(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 -ORD 25(2001108) COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modi- fied by the endorsement GENERAL DESCRIPTION OF COVERAGE—This endorsement broadens coverage However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement The following listing is a general cover- age description only Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered A. BROAD FORM NAMED INSURED H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE—INCREASED LIMIT B. BLANKET ADDITIONAL INSURED 1. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES—INCREASED LIMIT C. EMPLOYEE HIRED AUTO J. PERSONAL EFFECTS D. EMPLOYEES AS INSURED K. AIRBAGS E. SUPPLEMENTARY PAYMENTS — INCREASED L. NOTICE AND KNOWLEDGE OF ACCIDENT LIMITS OR LOSS F. HIRED AUTO — LIMITED WORLDWIDE M. BLANKET WAIVER OF SUBROGATION COVERAGE—INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE—GLASS N. UNINTENTIONAL ERRORS OR OMISSIONS PROVISIONS A. BROAD FORM NAMED INSURED executed by you before the "bodily injury" or The following is added to Paragraph A.1., Who Is "property damage" occurs and that is in effect An Insured, of SECTION 11 — LIABILITY COV- during the policy period, to be named as an addi- ERAGE: tional insured is an 'insured" for Liability Cover- Any organization you newly acquire or form dur- age, but only for damages to which this insurance applies and only to the extent that person or or- ing the policy period over which you maintain ganization qualifies as an "insured" under the 50% or more ownership interest and that is not Who Is An Insured provision contained in Section separately insured for Business Auto Coverage II Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- C. EMPLOYEE HIRED AUTO ganization or the end of the policy period, which- 1. The following is added to Paragraph A.1., ever Is earlier Who Is An Insured, of SECTION 11 — LI- B. BLANKET ADDITIONAL INSURED ABILITY COVERAGE: The following is added to Paragraph c. in Al., An "employee" of yours is an "insured" while Who Is An Insured, of SECTION II— LIABILITY operating an "auto" hired or rented under a COVERAGE contract or agreement in that "employee's" name, with your permission, while performing Any person or organization who is required under duties related to the conduct of your busi- a written contract or agreement between you and ness. that person or organization, that is signed and CA T3 53 06 09 C 2009 The Travelers Companies,Inc Page 1 of 4 Includes the copyrighted material of Insurance Services Office, Inc with its permission 41 COMMERCIAL AUTO 2. The following replaces Paragraph b in B.5 , United States of America applies to and pro- Other Insurance, of SECTION IV — BUSI- hibits the transaction of business with or NESS AUTO CONDITIONS within such country or jurisdiction, for Liability b. For Hired Auto Physical Damage Cover- Coverage for any covered "auto" that you age, the following are deemed to be cov- lease, hire, rent or borrow without a driver for ered"autos"you own- a period of 30 days or less and that is not an {1) Any covered "auto" you lease, hire, "auto" you lease, hire, rent or borrow from rent or borrow; and any of your "employees", partners (if you are a partnership), members (if you are a limited (2) Any covered "auto" hired or rented by liability company) or members of their house- your "employee" under a contract in holds. that individual "employee's" name, (1) With respect to any claim made or "suit" with your permission, while perform- brought outside the United States of ing duties related to the conduct of America, the territories and possessions your business. of the United States of America, Puerto However, any"auto" that is leased, hired, Rico and Canada rented or borrowed with a driver is not a covered "auto". (a) You must arrange to defend the "insured' against, and Investigate D. EMPLOYEES AS INSURED or settle any such claim or "suit" The following is added to Paragraph AA., Who Is and keep us advised of all pro- An Insured, of SECTION II — LIABILITY COV- ceedings and actions ERAGE (b) Neither you nor any other in- Any "employee" of yours is an "insured" while us- volved 'insured" will make any ing a covered "auto"you don't own, hire or borrow settlement without our consent_ in your business or your personal affairs (c) We may, at our discretion, par- ticipateE. SUPPLEMENTARY PAYMENTS — INCREASED against in defending the 'insured, against, or m the settlement of, LIMITS any claim or"suit" 1. The following replaces Paragraph A.2.a.(2), (d) We will reimburse the"insured" of SECTION It—LIABILITY COVERAGE: (i) For sums that the "insured" (2) Up to S3,000 for cost of bail bonds (in- legally must pay as damages cluding bonds for related traffic law viola- because of "bodily injury" or tions) required because of an "accident" "property damage" to which we cover We do not have to furnish this insurance applies, that these bonds. the 'insured" pays with our 2. The following replaces Paragraph A.2.a.(4), consent, but only up to the of SECTION II—LIABILITY COVERAGE limit described in Paragraph C., Limit Of Insurance. of (4) All reasonable expenses incurred by the SECTION II — LIABILITY "insured" at our request, including actual COVERAGE, loss of earnings up to $500 a day be- cause of time off from work. (ii) For the reasonable expenses incurred with our consent for F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE—INDEMNITY BASIS your investigation of such clarets and your defense of The following replaces Subparagraph e. in Para- the "insured" against any graph B.7., Policy Term, Coverage Territory, of such "suit", but only up to and SECTION IV—BUSINESS AUTO CONDITIONS included within the limit de- e. Anywhere in the world, except any country or scribed in Paragraph C., Limit jurisdiction while any trade sanction, em- Of Insurance, of SECTION II bargo, or similar regulation imposed by the — LIABILITY COVERAGE, Page 2 of 4 C 2009 The Travelers Companies,Inc CA T3 53 06 09 Includes the copyrighted material of Insurance Services Office, Inc,with its permission. COMMERCIAL AUTO and not in addition to such I. PHYSICAL DAMAGE — TRANSPORTATION limit. Our duty to make such EXPENSES—INCREASED LIMIT payments ends when we The following replaces the first sentence in Para- have used up the applicable graph A 4 a., Transportation Expenses, of SEC- limit of insurance in payments TION III—PHYSICAL DAMAGE COVERAGE for damages, settlements or defense expenses. We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- (2) This insurance is excess over any valid curred by you because of the total theft of a cov- and collectible other insurance available ered"auto"of the private passenger type. to the "insured" whether primary, excess J. PERSONAL EFFECTS contingent or on any other basis (3) This insurance is not a substitute for re- The following is added to Paragraph AA., Cover- quired or compulsory Insurance in any age Extensions, of SECTION III — PHYSICAL country outside the United States, Its ter- DAMAGE COVERAGE Atones and possessions, Puerto Rico and Personal Effects Canada We will pay up to $400 for "loss" to wearing ap- You agree to maintain all required or parel and other personal effects which are. compulsory insurance in any such coun- (1) Owned by an "insured", and try up to the minimum limits required by (2) In or on your covered "auto" local law Your failure to comply with compulsory insurance requirements will This coverage applies only in the event of a total not invalidate the coverage afforded by theft of your covered "auto". this policy, but we will only be liable to the No deductibles apply to this Personal Effects same extent we would have been liable coverage had you complied with the compulsory in- K. AIRBAGS surance requirements The following is added to Paragraph B.3., Exclu- (4) It is understood that we are not an admit- sions, of SECTION III — PHYSICAL DAMAGE ted or authorized insurer outside the COVERAGE. United States of America, its territories Exclusion 3.a. does not apply to "loss" to one or and possessions, Puerto Rico and Can- more airbags in a covered 'auto"you own that in- ada We assume no responsibility for the flate due to a cause other than a cause of "loss" furnishing of certificates of insurance, or set forth in Paragraphs A.1.b. and A.1.c., but for compliance in any way with the laws of other countries relating to insurance only G. WAIVER OF DEDUCTIBLE—GLASS a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; The following is added to Paragraph D., Deducti- b. The airbags are not covered under any war- ble, of SECTION III — PHYSICAL DAMAGE ranty, and COVERAGE: c. The airbags were not intentionally inflated No deductible for a covered "auto" will apply to We will pay up to a maximum of $1,000 for any glass damage if the glass is repaired rather than one"loss". replaced L. NOTICE AND KNOWLEDGE OF ACCIDENT OR H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF LOSS USE—INCREASED LIMIT The following replaces the last sentence of Para- The following is added to Paragraph A 2 a., of SECTION IV—BUSINESS AUTO CONDITIONS graph AA.b., Loss Of Use Expenses, of SEC- TION III—PHYSICAL DAMAGE COVERAGE Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or loss is known for loss of use is $65 per day, to a maximum of to $750 for any one "accident" (a) You (if you are an individual); CA T3 53 06 09 ©2009 The Travelers Companies,Inc. Page 3 of 4 Includes the copynghted material of Insurance Services Office,Inc with its permission COMMERCIAL AUTO (b) A partner(if you are a partnership); tent required of you by a written contract (c) A member (if you are a limited lability com- signed and executed prior to any "accident' pany), or"loss", provided that the"accident" or"loss" arises out of operations contemplated by (d) An executive officer, director or Insurance such contract. The waiver applies only to the manager (if you are a corporation or other or- person or organization designated in such ganization), or contract. (e) Any "employee"authorized by you to give no- N. UNINTENTIONAL ERRORS OR OMISSIONS tice of the"accident'or"Joss" M. BLANKET WAIVER OF SUBROGATION The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of The following replaces Paragraph A.5 , Transfer SECTION IV—BUSINESS AUTO CONDITIONS Of Rights Of Recovery Against Others To Us, The unintentional omission of, or unintentional of SECTION IV — BUSINESS AUTO CONDII- error in, an Information given b TIONS Y 9 Y You shall not prejudice your rights under this Insurance How- 5. Transfer Of Rights Of Recovery Against ever this provision does not affect our right to col- Others To Us lect additional premium or exercise our right of We waive any right of recovery we may have cancellation or non-renewal against any person or organization to the ex- Page 4 of 4 ©2009 The Travelers Companies,Inc CA T3 53 06 09 Includes the copyrighted material of Insurance Semmes Office,Inc with its permission_ COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET ADDITIONAL INSURED (CONTRACTORS) This endorsement modifies insurance provided under the following COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. WHO IS AN INSURED — (Section ll) is amended c) The insurance provided to the additional in- to include any person or organization that you sured does not apply to "bodily injury" or agree in a "written contract requiring insurance" "property damage" caused by "your work" to include as an additional insured on this Cover- and included in the "products-completed op- age Part, but erat(ons hazard" unless the "written contract a) Only with respect to liability for"bodily injury", requiring insurance" specifically requires you "property damage" or"personal injury", and to provide such coverage for that additional insured, and then the insurance provided to b) If, and only to the extent that, the injury or the additional insured applies only to such damage is caused by acts or omissions of "bodily injury" or "property damage" that oc- you or your subcontractor in the performance curs before the end of the period of time for of "your work" to which the "written contract which the "written contract requiring msur- requormg insurance" applies The person or ance" requires you to provide such coverage organization does not qualify as an additional or the end of the policy period, whichever is insured with respect to the independent acts earlier. or omissions of such person or organization 3. The insurance provided to the additional insured 2. The insurance provided to the additional insured by this endorsement is excess over any valid and by this endorsement is limited as follows collectible "other insurance", whether primary, a) In the event that the Limits of Insurance of excess, contingent or on any other basis, that is this Coverage Part shown in the Declarations available to the additional insured for a loss we exceed the limits of liability required by the cover under this endorsement. However, if the "wnt:en contract requiring insurance", the in- "written contract requiring insurance" specifically surance provided to the additional insured requires that this insurance apply on a primary shall be limited to the limits of liability re- basis or a primary and non-contributory basis, quired by that "written contract requiring in_ this insurance is primary to "other insurance" surance" This endorsement shall not in- available to the additional insured which covers crease the limits of insurance described in that person or organization as a named insured Section III—Limits Of Insurance for such loss, and we will not share with that "other insurance" But the insurance provided to b) The insurance provided to the additional m- the additional insured by this endorsement still is sured does not apply to "bodily injury", "prop- excess over any valid and collectible 'other in- erty damage" or "personal injury" ansmg out primary,surance", whether of the rendering of, or failure to render, any P ry, excess, contingent or ad to on any other basis, that is available to the addi- professional architectural, engineering or sur- tional insured when that person or organization is veying services, including an additional insured under such 'other insur- i. The preparing, approving, or fading to ance" prepare or approve, maps, shop draw- 4. As a condition of coverage provided to the ings, opinions, reports, surveys, field or- additional Ensured by this endorsement ders or change orders, or the preparing, approving, or failing to prepare or ap- a) The additional insured must give us written prove, drawings and specifications, and notice as soon as practicable of an 'occur- ii. Supervisory, inspection, architectural or rence" or an offense which may result in a engineering activities claim To the extent possible, such notice should include. CG D2 46 08 05 0 2005 The St Paul Travelers Companies, Inc. Page 1 of 2 COMMERCIAL GENERAL LIABILITY L How, when and where the 'occurrence" any provider of'other insurance"which would or offense took place, cover the additional insured for a loss we ii. The names and addresses of any injured cover under this endorsement However, this persons and witnesses, and condition does not affect whether the insur- ance provided to the additional insured by iii. The nature and location of any injury or this endorsement is primary to 'other insur- damage arising out of the 'occurrence"or ance" available to the additional insured offense which covers that person or organization as a b) If a claim is made or"suit' is brought against named insured as described in paragraph 3. the additional insured, the additional insured above must 5. The following definition is added to SECTION V L Immediately record the specifics of the —DEFINITIONS claim or"suit' and the date received, and "Written contract requiring insurance" means it. Notify us as soon as practicable that part of any written contract or agreement The additional insured must see to it that we under which you are required to include a roved receive written notice of the claim or"suit' as person or organization as an additional in- receive on this Coverage Part, provided that soon as practicable the "bodily injury' and property damage" oc- c) The additional insured must immediately curs and the "personal injury" is caused by an send us copies of all legal papers received in offense committed connection with the claim or "suit', cooperate a. After the signing and execution of the with us in the investigation or settlement of contract or agreement by you, the claim or defense against the "suit', and otherwise comply with all policy conditions b. While that part of the contract or d) The additional insured must tender the de- agreement is in effect, and fense and indemnity of any claim or "suit' to c. Before the end of the policy period Page 2 of 2 ©2005 The St Paul Travelers Companies, Inc. CG D2 46 08 05 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here Include both the hourly wage rate and the hourly rate of fringe benefits On public works projects, workers'wage and benefit rates must add to not less than this tctal 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 1M 5A BUILDING SERVICE EMPLOYEES JANITOR $17 98 2F 5S TRAVELING WAXER/SHAMPOOER $18 39 2F 53 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 5D CARPENTER $4847 1H 5D CREOSOTED MATERIAL $48 57 1H 5D DRYWALL APPLICATOR $48 74 1H 5D 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, PULLING, PLACING COLLARS AND WELDING $48 67 1H 5D SAWFILER $48 60 1H 5D SHINGLER $4860 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 $100 28 1M 5D 8A DIVER ON STANDBY $56 68 1M 5D DIVER TENDER $52 23 1M 5D SURFACE RCV&ROV OPERATOR $52 23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48 85 1B 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 $49 62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Class,fication WAGE Code Code Code LEVERMAN, HYDRAULIC $51 19 1T 5D 8L MAINTENANCE $49 06 1T 5D 8L MATES $49 57 1T 5D 8L OILER $4919 1T 5D 8L DRYWALLTAPERS JOURNEY LEVEL $48 79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25 34 1 E 5L ELECTRICIANS- INSIDE CABLE SPLICER $61 95 2W 5L CABLE SPLICER(TUNNEL) $66 57 2W 5L CERTIFIED NlELDER $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 $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 $4122 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54 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 $4122 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL S31 00 1 ELEVATOR CONSTRUCTORS MECHANIC $67 91 4A 6Q MECHANIC IN CHARGE $73 87 4A 6Q -FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13 60 2K 5B FENCE ERECTORS FENCE ERECTOR $1518 1 FLAGGERS JOURNEY LEVEL $33 93 1H 5D GLAZIERS JOURNEY LEVEL $48 61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $5028 1S 5J HEATING EQUIPMENT MECHANICS MECHANIC $5932 1E 6L HOD CARRIERS &MASON TENDERS JOURNEY LEVEL $41 28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15 65 1 Page 2 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9 24 1 INLAND BOATMEN CAPTAIN $48 39 1K 5B COOK $45 36 1K 5B DECKHAND $45 36 1K 5B ENGINEER/DECKHAND $4625 1K 5B MATE, LAUNCH OPERATOR $4735 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 $24 91 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 $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 1H 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 1 H 5D CONCRETE FORM STRIPPER $4003 1H 5D CONCRETE SAW OPERATOR $4077 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 $41 28 1H 5D DRILL OPERATOR(HYDRAULIC, DIAMOND) $40 77 1H 5D DRILL OPERATOR,AIRTRAC $41 28 1H 5D DUMPMAN $4003 1H 5D EPDXY TECHNICIAN $4003 1H 5D EROSION CONTROL WORKER $4003 1 H 5D FALLER/BUCKER,CHAIN SAW $40 77 1H 5D FINAL DETAIL CLEANUP(i e,dusting,vacuuming,window cleaning, NOT $30 84 1H 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 $40 03 1H 5D FIRE WATCH $33 93 1H 5D FORM SETTER $40 03 1H 5D GABION BASKET BUILDER $40 03 1H 5D GENERAL LABORER $40 03 1H 5D GRADE CHECKER&TRANSIT PERSON $41 28 1H 5D GRINDERS $40 03 1H 5D GROUT MACHINE TENDER $40 03 1H 5D GUARDRAIL ERECTOR $40 03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41 28 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $4077 1 H 5D HAZARDOUS WASTE WORKER LEVEL C $40 03 1 H 5D HIGH SCALER $41 28 1-1 5D HOD CARRIER/MORTARMAN $41 28 1H 5D JACKHAMMER $4077 1H 5D LASER BEAM OPERATOR $4077 1H 5D MANHOLE BUILDER-MUDMAN $4077 iH 5D M4TERIAL YARDMAN $/0 03 1H 5D MINER $41 28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH S40 77 1 H 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 1 H 5D PIPELAYER&CAULKER $4077 1 H 5D PIPELAYER&CAULKER(LEAD) $41 28 1H 5D PIPEWRAPPER $4077 1 H 5D POT TENDER $40 03 1 H 5D POWDERMAN $41 28 1H 5D POWDERMAN HELPER $40 03 1H 5D POWERJACKS $4077 1H 5D RAILROAD SPIKE PULLER(POWER) $4077 1H 5D RE-TIMBERMAN $41 28 1H 5D RIPRAP MAN $40 03 1 H 5D P.ODDER $4077 1H 5D SCAFFOLD ERECTOR $40 03 1H 5D SCALE PERSON $40 03 1H 5D SIGNALMAN $4003 1H 5D SLOPER(OVER 20") $4077 1H 5D SLOPER SPRAYMAN $40 03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $4077 1 H 5D SPREADER(CONCRETE) $4077 1H 5D STAKE HOPPER $40 03 1 H 5D STOCKPILER $40 03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $4077 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $4077 1H 5D TOOLROOM MAN(AT JOB SITE) $40 03 1H 5D TOPPER-TAILER $40 03 1H 5D TRACK LABORER $40 03 1H 5D TRACK LINER(POWER) $4077 1H 5D Page 4 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40 03 1H 51) TUGGER OPERATOR $40 77 1H 51) VIBRATING SCREED(AIR, GAS,OR ELECTRIC) $40 03 1H 5D VIBRATOR $40 77 1H SD 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 1 H 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 1 M 5A METAL FABRICATION(IN SHOP) FITTER $15 86 1 LABORER $978 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 51D 8P ASSISTANT ENGINEERS $47 12 IT 51D 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 BP BACKHOE,EXCAVATOR,SHOVEL, OVER 30 METRIC TONS TO 50 $50 39 1T 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $4948 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS 15 70 30 METRIC TONS $49 90 1T 5D 8P BARRIER MACHINE(ZIPPER) $49 90 1T 5D 8P I 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 $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 5D 8P BROOMS $47 12 1T 5D 8P BUMP CUTTER $49 90 1T 5D SP CABLEWAYS $50 39 1T 5D 8P CHIPPER $49 90 1T 5D 8P COMPRESSORS $47 12 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 $49 90 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $5C 39 IT 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 $49 90 IT 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/vTTACHMENTS) 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) $49 90 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 1 T 50 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) $49 90 1T 5D 8P DERRICK, BUILDING $50 39 1T 5D 8P DOZER,QUAD 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 IT 5D 8P DRILLING MACHINE $49 90 1T 5D 8P ELEVATOR AND MANLIFT PERMANENT AND SHAFT-TYPE $47 12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49 48 1T 5D BP FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49 90 1T 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49 48 1T 5D 8P FORK LIFTS, (UNDER 3000 LBS) $47 12 1T 5D 8P GRACE ENGINEER $49 90 1T 5D 8P GRADECHECKER AND STAKEMAN $47 12 1T 5D 8P GUARDRAIL PUNCH $49 90 1T 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49 48 1T 5D 8P HORIZONTAUDIRECTIONAL DRILL OPERATOR $49 90 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) $4948 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 $49 90 1T 5D 8P LOCOMOTIVES,ALL $49 90 1T 5D 8P MECHANICS,ALL $50 94 1T 5D SP MIXERS,ASPHALT PLANT $49 90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50 39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $4948 1T 5D 8P 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 $4712 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49 90 1T 5D 8P PLANT OILER(ASPHALT, CRUSHER) $4948 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 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 $50 39 1T 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47 12 1T 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $4948 1T 5D 8P ROTO-MILL, ROTO-GRINDER $49 90 1T 5D 8P SAWS, CONCRETE $4948 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 $4948 1T 5D 8P SCRAPER-SELF PROPELLED HARD-TAIL END DUMP,ARTICULATING $49 90 1T 5D 8P OFF-ROAD EQUIPMENT(UNDER 45 YARDS) 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 8P TOWER BUCKET ELEVATORS $4948 1T 5D 8P TRACTORS, (75 HP&UNDER) $4948 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 50 8P TRUCK CRANE OILER,'DRIVER(UNDER 100 TON) $4948 1T 5D 8P TRUCK CRANE OILERiDRIVER(100 TON&OVER) $49 90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49 90 1T 5D 8P WELDER $50 39 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 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48 79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26 24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $34 54 1H 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 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34 69 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62 56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $35 25 1R 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $3919 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $36 81 2R 5C RESIDENTIAL STONE MASONS JOURNEY LEVEL $46 35 1M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45 26 1M 5A RESIDENTIAL TERRAZZOITILE FINISHERS JOURNEY LEVEL $2146 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $2517 1 ROOFERS JOURNEY LEVEL $40 05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43 05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59 32 1E 6L SHIPBUILDING &SHIP REPAIR BOILERMAKER $3256 1H 6W CARPENTER $33 59 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 Code Code Code MACHINIST $3328 1B 6X OPERATOR $3561 1B 6X PAINTER $33 21 1B 6X PIEFITTER $3318 1B 6X RIGGER $3317 113 6X SANDBLASTER $3216 1B 6X SHEET METAL $3319 1B 6X SHIPFITTER $3317 1B 6X TRUCKER $33 04 1B 6X WAREHOUSE $33 09 1B 6X WELDER/BURNER $3317 18 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 LEe/EL $39 19 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 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY,-EVEL $19 09 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 11 $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 26 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 $2165 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 1 T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46 47 1T 5D 8L DUMP TRUCK $4563 1T 5D 81- DUMP TRUCK&TRAILER $46 47 1T 5D 8L OTHER TRUCKS $46 47 1T 5D 81- 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 10 REQUEST FOR MAYOR'S SIGNATURE • Please Fill in All Applicable Boxes KENT Y'as r.cr�r Routing Information (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPARTMENTj A roved to R O Originator: Mike Hattru Phone (Originator): Mike Hattru X5082 Date Sent: 6-90"/-10� 1 1a Date Required. 6/18/10 Return Signed Document to. Kristen Lykken CONTRACT TERMINATION DATE: 100s VENDOR NAME: Holmes Electric DATE OF COUNCIL APPROVAL: N/A - 1 Brief Explanation of Document' In 2008 the City entered into a grant agreement with Puget Sound Energy that requires us to reduce our energy consumption by 311/o this year One of those-opportunities low cost opportunities that will reduce our energy consumption is to convert the lighting in the Centennial Center parking garage from high pressure sodium to fluorescent T-5 technology. Three local vendors were solicited and the low quotation was from Holmes Electr[Z in the amount of $11,583.94 including sales tax. Puget Sound Energy is rebating for approximately $5791 97 or 50% of the cost making our net expenditure $5,791 97 The annual energy savings in dollars is approximately $2,822 26, making the simple payback for this two years and one month. Funding-for this $10,578.94 contract will come from the Lifecycle capital project for Major Building Maintenance` All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) Received: Approval of Law Dept.: Law Dept. Comments: Date Forwarded to Mayor: Shaded Areas To Be Completed By Administration Staff Received: Recommendations and Comments: Disposition: ' (/r7 Date Returned: fi z t" �.