Loading...
HomeMy WebLinkAboutPW15-054 - Original - Nature's Way Tree Service, LLC - Cottonwood Tree Removal - 02/26/2015 Records M a or KENT .. Document WASHINGTONd',{Si: p�'k' 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: Nature's Way Tree Service, LLC Vendor Number: JD Edwards Number Contract Number: ?%V v-, 1- This is assigned by City Clerk's Office Project Name: Cotton wood tree removal Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment M Contract ❑ Other: Contract Effective Date: 02/26/15 Termination Date: 12/31/15 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Scott Schroeder Department: Operations Contract Amount: $2,623.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): The Contractor shall remove trees at 27022 111th Place SE and 27046 111th Avenue SE. As of: 08/27/14 ICEieIT w„s H "o,ax PUBLIC WORKS AGREEMENT between City of Kent and Nature's Way Tree Service, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Nature's Way Tree Service, LLC organized under the laws of the State of Washington, located and doing business at 1019 184th Ave. Court E., Lake Tapps, WA 98391, Phone (253) 740-4669, Contact: Mike Harrell (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: The Contractor shall remove trees at the following two locations: 1. 27022 11Ith Place SE 2. 27046 lllth Avenue SE For a copy of the Contractor's quote, see Exhibit A which is attached and incorporated by this reference. 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 30 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed Two Thousand, Six Hundred Twenty-three Dollars and twenty cents ($2,623.20). Applicable Washington State Retail Sales Tax on this contract shall be governed by WAC 458-20-171 and its related rules for the work contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. PUBLIC WORKS AGREEMENT - 1 (Roadway/Pedestrian Path - Under$IOK and Performance Bond) A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor 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. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. 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. D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT 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. PUBLIC WORKS AGREEMENT - 2 (Roadway/Pedestrian Path - Under$10K and Performance Bond) i 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. 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 PUBLIC WORKS AGREEMENT - 3 (Roadway/Pedestrian Path - Under$10K and Performance Bond) facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY 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. PUBLIC WORKS AGREEMENT - 4 (Roadway/Pedestrian Path - Under$IOK and Performance Bond) 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. I 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. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. 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 an additional year beyond the original warranty period applicable to the overall work. 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. PUBLIC WORKS AGREEMENT - 5 (Roadway/Pedestrian Path - Under$10K and Performance Bond) XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. 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 PUBLIC WORKS AGREEMENT - 6 (Roadway/Pedestrian Path - Under$I OK and Performance Bond) relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I I. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT - 7 (Roadway/Pedestrian Path - Under$1OK and Performance Bond) J. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. CONTRACTOR: CITY OF KENT: ` (signature) (signature) Print Name: Print Name: David A. Brock, P.E. Its: C L,t,' Its: Interim Operations Manager (title) DATE: DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Mike Harrell Timothy J. LaPorte, P.E. Nature's Way Tree Service, LLC City of Kent 1019 1841h Ave. Court E. 220 Fourth Avenue South Lake Tapps, WA 98391 Kent, WA 98032 (253) 740-4669 (telephone) (253) 856-5500 (telephone) (facsimile) (253) 856-6500 (facsimile) [In M[s field,you may enter the electronic filepeth where the contrail has been saved] PUBLIC WORKS AGREEMENT - 8 (Roadway/Pedestrian Path - Under$10K and 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 j 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. For: ,-i,4m Title: li w �ro m Date: EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 - EXH I BIT A (Estimate sheet � Nature's Way Tree Service, LLC Customer Information Date 1019184t6Ave Ct E Lake Tapps DNA 98391 253-740-4669 Services Yfours To Complete Oice Pruning Tree evaluation i Tree removal Other comments Su total . Tad Total EXHIBIT A Estimate sheet i Nature's Way Tree Service, LLC Customer Information I Date 10191841hAve Ct E Lake Tapps WA 98391 253-740-4669 Services .fours To Complete Price Pruning Tree evaluation Tree removal Other comments C>2Z it I L Sub total e-co"oil Tad Total I I 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 Liabilitv 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. 2. 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. 3. 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. CERTIFICATE-rrFrCA-rrm ® LIABILITY rrvSuRArvCr= DATe(M1020174 �./ 03/26/2014 THi3 CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS BTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES .LOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING iNSURER(S), AUTHORIZED MEPRESENTATIV€OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT. If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. It SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this car€ifisoto doss not confer rights to the pert-Ificate holder in lieu of such endorsement(s). PRODUCER CONTACT Don yCUoq YQUng Insurance Agency, LLC PHONE (293)' 893-0011 (2531 a93-0912 L�:don@youngins.net PO Boy 5340 PIRURER ARi-oR➢1NGCOVERAOE NAIC# ', Rent WA 980E4— INNIRE4A:7e5C0 r_nsurance Con an ' INSURED INSURER 4,L1bex Mutual Nature's Way Tree Service, LLC IN$URERCt 1019 184th Ave Ct 2 INSURER a: INSURER E, Lake Ta s AA 98391— INSURERF: - COVERAGES CERTIFICATE NUMBER., REVISION NUMBER, THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE HEEN REDUCED BY PAID CLAIMS. IIgR TYPE OF INSURANCE ADOL SU R POLICYEF� POLIGYEYP saw POLICY NUMMR MM!TiSNYVY 1"MARVVYVII LIMITS A GENERAL LIABILITY P11435r3 00 4/07/2014 4/07/2015 EACH OCCURRENCE' $ 1,006,600 eZ' COMMERCIALGENERAL LIABILITY { / J J 0,AMAGETO'LNT PRE.I:DES Eawcunanca S 1Q0,0QQ cWMsMADEOCCUR / / ! ! MED ENR(Any ana roan $ 51004 PERSONAL&ADV IWURY $ 1,000,000 GENEP,AL AGGREGATE $ 2,400,OOQ H( PoL1oyF-1,PE"(O`- L AGGREGATE LIMB APPLIES PER; J J / / PRODUCTS AGO S 2,ON0,QQO LOC / ( J J s OMOSILE LIABILITY BASS4392707 3114/201413J14{2015 Ea O BacddINEDSINGLLUr0JT em 1 QOQ OQO I % ANY AUTO ( / ( f GODILV INJURV jeer param,) & AALL OWNED P AMEDULEDUTOS @ppILY INJURY{ParaWden[)HIRED AUTOSAUTOS er accident UMBRELLA LIAB OCCUR / / J ( EACH OCCURRENCE I$ EXCESS OAB CLAIMS-MADE J / J / AGGREGATE $ DEO I I RETENTIONS_ J ! J / $ WORKERSCOMPENSATION / / J J WGSTATU- -O ANDEMPLOWRS'[-ABILITY RY S YIN ANY PROPRIETORIPARTNERIEXECUTIVE f ! J ! EL EACH ACCIDENT $ OFMCERMEMBER E%rAUDEO2 NIA (NandMuryla NH) / / / / FI DL1EASr-EAEMFL0YE $ If yes,desetlhe under DESCRIPTION OF OPERATIONS I,0.w ( ( ! ! FJ. DISEASE-POLICY LIMIT s DESCRIPTION OF OPERATIONS I LOCATIONSI VEHICLES(Attach ACORD 101,Addltland Remarks Schedule,It more space Is required) City of Rant is listed as an Additional SnaurEd, XRTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. I City of Kent AUTHORIZED REPRESENTATIVE 4.99 West Gowe Kent WA 98032— ,CORD 25(2010105) 01988-2010 ACORD CORPORATION. All rights reserved. IS025 imiaos).oi The ACORD name and logo are registered marks of ACORD �'i I POLICY NUMBER:WPP114355300 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or O anization(s) Locations Of Covered Operations City of Kent It is agreed that such insurance as is afforded by this 499 West Gowe policy for the benefit of the additional insured shown Kent, WA 98D32 shall be primary insurance, and any other insurance maintained by the additional insured(s)shall be excess and noncontributory as respects to any claim, -- loss or liability,allegedly arising out of the operations of the named insured, provided however that this insurance will not apply to any claim loss or liability which is determined to be solely the additional insured's responsibility. Information required to complete this Schedule, if not shown above,will be shown in the Declarations, A. Section 11 — Who Is An insured is amended to 1. The insurance afforded to such additional include as an additional insured the person(s) or insured only applies to the extent permitted by organizations) shown in the Schedule, but only law;and with respect to liability for"bodily injury", "property 2. If coverage provided to the additional insured is damage" or "personal and advertising injury required by a contract or agreement, the caused, in whole or in part, by: insurance afforded to such additional insured 1. Your acts or omissions;or. will not be broader than that which you are 2. The acts or omissions of those acting on your required by the contract or agreement to behalf; provide for such additional Insured. in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above, However: CG 2010 0413 ©Insurance Services Office, Inc.,2012 Page 1 of 3 B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage"occurring after: 1, All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed;or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. I Page 2 of 3 0 Insurance Services Office, Inc.,2012 CG 2010 0413 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance., 1. Required by the contract or agreement; or I CG 2010 07 04 ©130 Properties, Inc.,2004 Page 3 of 3 CI NATUR01 OP ID:VM - Ac® DATE(MMIDDIYWY) �_- CERTIFICATE OF LIABILITY INSURANCE 07/16/14 -HIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 3RTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES _ELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements). PRODUCER CONTACT NAME: Liberty Mutual Insurance PHONE FAX PO Box,OH 5 AIC No YOUNG I OH 45018 EMAIL YOUNG INSURANCE AGENCY LLC ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA:Ohlo Security Insurance 24082 INSURED NATURE'S WAY TREE INSURER B: SERVICES LLC 1019 184TH AVENUE CT E INSURER C: LAKE TAPPS,WA 98391.6442 INSURER D: _ INSURER E: ___ INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE POLICY NUMBER MVDDIYYYYY hIMIDDmYY LIMITS GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY PREMISES Ee occurrence)_-$__ CLAIMS-MADE ❑OCCUR MEO EXP(Any one person) $ - PERSONAL&ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPPDP AGO $ POLICY P LOD $ UTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 _ Ea accident $ A 1 X ANY AUTO X BAS54392707 03/14/14 03114115 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Pereccldenl) $ HIRED TS AUTOS AUTOS NON OWNED PROPERTY DAMAGE $ AUTOS Peraccldenl UMBRELLA LIAR OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE_ $ DED I I RETENTION$ $ WORKERS COMPENSATION TWO STATIL TH- AND EMPLOYERS'LIABILITY TORY LIMITS ER ANY PROPRIETORfPARTNERIEXECUTIVEY� NIA E.L.EACH ACCIDENT $ IM OFFICEREMBER EXCLUDED? — (Mandatory in NH) E.L.DISEASE-EA EMPLOYE $ If yes,describe under DE SCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY UNIT $ DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IAHach ACORD 1U1,Additional Remarks Schedule,If mare space Is requiretl) The City of Kent is named as Designated Insured with respect to the auto liability. CERTIFICATE HOLDER CANCELLATION CITKEN9 ', SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE '. THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN The City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 499 W Gowe Kent,WA 98032 AUTHORIZED REPRESENTATIVE UL ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010106) The ACORD name and logo are registered marks of ACORD i I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CA 20 48 02 99 DESIGNATED INSURED ENDORSEMENT The endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement,the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement identifies person(s)or organization(s)who are"insureds"under the WHO IS AN INSURED provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. I Endorsement Effective Policy Number BAS54392707 7/15/2014 Named Insured NATURE'S WAY TREE SERVICES Vannessa Morgensen LLC Countersigned b (Authorized Representative) SCHEDULE Name of Person(s)or Organization(s) The City of Kent 499 W Gowe Kent, WA 98032 (If no entry appears above, information required to complete this endorsement will be shown in the Dec— larations as applicable to this endorsement.) Each person or organization shown in the Schedule is an"insured' for LIABILITY COVERAGE, but only to the extent that person or organization qualifies as an "insured" under the WHO IS AN INSURED provision contained in SECTION II of the Coverage Form. 7/15/2014 BAS54392707 CA 20 48 02 99 copyright, Insurance Services office, Inc., 1998 Page 1 of 1 III Page 1 of 17 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 2/23/2015 County Trade Job Classification Wage Holiday Overtime Note. King Asbestos Abatement Workers Journey Level $42.67 5D 1H King Boilermakers Journey Level $64.44 5N 1C King Brick Mason Brick And Block Finisher $44.46 5A 1M King Brick Mason Journey Level $51.32 5A 1M 'King Brick Mason Pointer-Caulker-Cleaner $51.32 5A 1M King Building Service Employees Janitor $21.29 55 2F King Building Service Employees Traveling Waxer/Shampooer $21.70 5S 2F King Building Service Employees Window Cleaner (Non- $24.94 5S 2F Scaffold) King Building Service Employees Window Cleaner (Scaffold) $25.80 5S 2F King Cabinet Makers (in Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $52.32 5D 4C King Carpenters Bridge, Dock And Wharf $52.32 5D 4C Carpenters King Carpenters Carpenter $52.32 5D 4C King Carpenters Carpenters on Stationary Tools $52.45 5D 4C King Carpenters Creosoted Material $52.42 5D 4C King Carpenters Floor Finisher $52.32 5D 4C King Carpenters Floor Layer $52.321 5D 4C 'King Carpenters Scaffold Erector $52.32 5D 4C King Cement Masons Journey Level $52.38 7A 1M King Divers & Tenders Diver $105.37 5D 4C 8A King Divers Ft Tenders Diver On Standby $59.50 5D 4C '.King Divers & Tenders Diver Tender $54.82 5D 4C King Divers 8 Tenders Surface Rcv Ft Rov Operator $54.82 5D 4C King Divers & Tenders Surface Rcv Et Rov Operator $51.07 5A 4C Tender King Dredge Workers Assistant Engineer $53.00 5D 3F King Dredge Workers Assistant Mate (Deckhand) $52.58 5D 3F King Dredge Workers Boatmen $52.30 5D 3F King Dredge Workers Engineer Welder $54.04 5D 3F https://fortress.wa.gov/lni/wageloolcLip/prvWageloolcup.aspx 2/23/2015 Page 2 of 17 King Dredge Workers Leverman, Hydraulic $55.17 5D 3F King Dredge Workers Mates $52.30 5D 3F King Dredge Workers Oiler $52.58 5D 3F King Drywall Applicator Journey Level $52.32 5D 1 H j King Drywall Tapers Journey Level $52.37 5P 1E jKing Electrical Fixture Maintenance Journey Level $25.84 5L 1E Workers King Electricians - Inside Cable Splicer $65.69 7C 2W King Electricians - Inside Cable Splicer (tunnel) $70.52 7C 2W King Electricians - Inside Certified Welder $63.49 7C 2W King Electricians - Inside Certified Welder (tunnel) $68.10 7C 2W King Electricians - Inside Construction Stock Person $35.69 7C 2W King Electricians - Inside Journey Level $61.30 7C 2W King Electricians - Inside Journey Level (tunnel) $65.69 7C 2W King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $68.33 5A 4A Construction King Electricians - Powerline Certified Line Welder $62.50 5A 4A Construction King Electricians - Powerline Groundperson $42.56 5A 4A Construction King Electricians - Powerline Heavy Line Equipment $62.50 5A 4A Construction Operator King Electricians - Powerline Journey Level Lineperson $62.50 5A 4A Construction King Electricians - Powerline Line Equipment Operator $52.47 5A 4A Construction King Electricians - Powerline Pole Sprayer $62.50 5A 4A Construction King Electricians - Powerline Powderperson $46.55 5A 4A Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $80.14 7D 4A King Elevator Constructors Mechanic In Charge $86.77 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $15.25 5B 1 R Products Work Only King Fence Erectors Fence Erector $15.18 1 King Fla ers Journey Level $36.17 7A 31 King Glaziers Journey Level $54.91 7L 1y King Heat Ft Frost Insulators And Journeyman $60.93 5J 1S Asbestos Workers King Heating Equipment Mechanics Journey Level $70.37 7F 1E King Hod Carriers 8 Mason Tenders Journey Level $44.001 7A 31 King Industrial Power Vacuum Journey Level $9.47 1 Cleaner King Inland Boatmen Boat Operator $54.57 5B I 1K King Inland Boatmen Cook $50.95 5B 1K https://fortress.wa.goy/1ni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 3 of 17 King Inland Boatmen Deckhand $51.191 5B 1K King Inland Boatmen Deckhand Engineer $52.18 5B 1 K King Inland Boatmen Launch Operator $53.40 5B 1K j "King Inland Boatmen Mate $53.40 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer £t Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer 8 Water Systems BV Remote Control King Insulation Applicators Journey Level $52.32 5D 4C ;King Ironworkers Journeyman $61.62 7N 10 'King Laborers Air, Gas Or Electric Vibrating $42.67 7A 31 Screed King Laborers Airtrac Drill Operator $44.00 7A 31 King Laborers Ballast Regular Machine $42.67 7A 31 King Laborers Batch Weighman $36.17 7A 31 King Laborers Brick Pavers $42.67 7A 31 King Laborers Brush Cutter $42.67 7A 31 King Laborers Brush Hog Feeder $42.67 7A 31 King Laborers Burner $42.67 7A 31 1 King Laborers Caisson Worker $44.00 7A 31 j King Laborers Carpenter Tender $42.67 7A 31 King Laborers Caulker $42.67 7A 31 King Laborers Cement Dumper-paving $43.46 7A 31 King Laborers Cement Finisher Tender $42.67 7A 31 King Laborers Change House Or Dry Shack $42.67 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $42.67 7A 31 King Laborers Chipping Gun(30 Lbs. And $43.46 7A 31 Over) King Laborers Choker Setter $42.67 7A 31 King Laborers Chuck Tender $42.671 7A 31 King Laborers Clary Power Spreader $43.46 7A 31 King Laborers Clean-up Laborer $42.67 7A 31 King Laborers Concrete Dumper/chute $43.46 7A 31 Operator King Laborers Concrete Form Stripper $42.67 7A 31 King Laborers Concrete Placement Crew $43.46 7A 31 King Laborers $43.46 7A 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 4 of 17 Concrete Saw Operator/core Driller King Laborers Crusher Feeder $36.17 7A 31 King Laborers Curing Laborer $42.67 7A 31 King Laborers Demolition: Wrecking li $42.67 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $42.67 7A 31 King Laborers Diver $44.001 7A 31 King Laborers Drill Operator $43.46 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $42.67 7A 31 King Laborers Dump Person $42.67 7A 31 King Laborers Epoxy Technician $42.67 7A 31 King Laborers Erosion Control Worker $42.67 7A 31 King Laborers Faller Et Bucker Chain Saw $43.461 7A 31 King Laborers Fine Graders $42.67 7A 31 King Laborers Firewatch $36.17 7A 31 King Laborers Form Setter $42.67 7A 31 King Laborers Gabian Basket Builders $42.67 7A 31 King Laborers General Laborer $42.67 7A 31 King Laborers Grade Checker &Transit $44.00 7A 31 Person (King Laborers Grinders $42.67 7A 31 King Laborers Grout Machine Tender $42.671 7A 31 King Laborers Groutmen (pressure)including $43.46 7A 31 Post Tension Beams King Laborers Guardrail Erector $42.67 7A 31 King Laborers Hazardous Waste Worker $44.00 7A 31 (level A) King Laborers Hazardous Waste Worker $43.46 7A 31 (level B) King Laborers Hazardous Waste Worker $42.67 7A 31 (level C) King Laborers High Scaler $44.00 7A 31 King Laborers Jackhammer $43.46 7A 31 King Laborers Laserbeam Operator $43.46 7A 31 King Laborers Maintenance Person $42.67 7A 31 King Laborers Manhole Builder-mudman $43.461 7A 31 King Laborers Material Yard Person $42.67 7A 31 King Laborers Motorman-dinky Locomotive $43.46 7A 31 King Laborers Nozzleman (concrete Pump, $43.46 7A 31 Green Cutter When Using Combination Of High Pressure Air £t Water On Concrete 8 Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $43.461 7A 31 https://forness.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 i Page 5 of 17 King Laborers Pilot Car $36.17 7A 31 King Laborers Pipe Layer Lead $44.00 7A 31 King Laborers Pipe Layer/tailor $43.46 7A 31 King Laborers Pipe Pot Tender $43.46 7A 31 King Laborers Pipe Reliner $43.46 7A 31 King Laborers Pipe Wrapper $43.46 7A 31 King Laborers Pot Tender $42.67 7A 31 King Laborers Powderm an $44.00 7A 31 (King Laborers Powderman's Helper $42.67 7A 31 King Laborers Power Jacks $43.46 7A 31 King Laborers Railroad Spike Puller - Power $43.46 7A 31 King Laborers Raker - Asphalt $44.00 7A 31 King Laborers Re-timberman $44.00 7A 31 King Laborers Remote Equipment Operator $43.46 7A 31 King Laborers Rigger/signal Person $43.46 7A 31 King Laborers Rip Rap Person $42.67 7A 31 King Laborers Rivet Buster $43.46 7A 31 King Laborers Rodder $43.46 7A 31 King Laborers Scaffold Erector $42.67 7A 31 King Laborers Scale Person $42.67 7A 31 King Laborers Sloper (over 20") $43.46 7A 31 rKing Laborers Sloper Sprayer $42.67 7A 31 King Laborers Spreader (concrete) $43.46 7A 31 King Laborers Stake Hopper $42.67 7A 31 King Laborers Stock Pi ter $42.67 7A 31 King Laborers Tamper Et Similar Electric, Air $43.46 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $43.46 7A 31 propelled) King Laborers Timber Person - Sewer $43.46 7A 31 (lagger, Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $42.67 7A 31 King Laborers Topper $42.67 7A 31 King Laborers Track Laborer $42.671 7A 31 King Laborers Track Liner (power) $43.46 7A 31 King Laborers Traffic Control Laborer $38.68 7A 31 8R King Laborers Traffic Control Supervisor $38.68 7A 31 8R King Laborers Truck Spotter $42.67 7A 31 King Laborers Tugger Operator $43.46 7A 31 King Laborers Tunnel Work-Compressed Air $64.99 7A 31 8� Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $70.02 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $73.70 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $79.40 7A 31 Worker 54.01-60.00 psi https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 6 of 17 King Laborers Tunnel Work-Compressed Air $81.52 7A 31 8S Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $86.62 7A 31 S Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $88.52 7A 31 S Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $90.52 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $92.52 7A 31 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $44.10 7A 31 Tender King Laborers Tunnel Work-Miner $44.10 7A 31 King Laborers Vibrator $43.46 7A 31 King Laborers Vinyl Seamer $42.67 7A 31 King Laborers Watchman $32.87 7A 31 King Laborers Welder $43.461 7A 31 King Laborers Well Point Laborer $43.46 7A 31 King Laborers Window Washer/cleaner $32.87 7A 31 King Laborers - Underground Sewer General Laborer Ft Topman $42.67 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $43.46 7A 31 8t Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers King Lathers Journey Level $52.32 5D 1H ;King Marble Setters Journey Level $51.32 5A 1M King Metal Fabrication (In Shop) Fitter $15,861 1 King Metal Fabrication (In Shop) Laborer $9.78 1 "i King Metal Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder $15.48 1 King Millwright Journey Level $53.42 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.561 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $9.47 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buildings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $37.80 6Z 2B King Pile Driver Journey Level $52.57 5D 4C King Plasterers 1.1ourney Level $50.42 1R https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 7 of 17 King Playground a Park Equipment Journey Level $9.47 h3C Installers King Plumbers Ft Pipefitters Journey Level $74.69 6ZKing Power Equipment Operators Asphalt Plant Operators $55.24 7A8P King Power Equipment Operators Assistant Engineer $51.97 7A8P King Power Equipment Operators Barrier Machine (zipper) $54.75 7A8P p,King Power Equipment Operators Batch Plant Operator, $54.75 7A 3C 8P Concrete King Power Equipment Operators Bobcat $51.971 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $51.97 7A 3C 8P Equipment King Power Equipment Operators Brooms $51.97 7A 3C 8P King Power Equipment Operators Bump Cutter $54.75 7A 3C 8P King Power Equipment Operators Cableways $55.24 7A 3C 8P 'l King Power Equipment Operators Chipper $54.75 7A 3C 8P King Power Equipment Operators Compressor $51.971 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $55.24 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $51.97 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $54.33 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $54.75 7A 3C 8P With Boom Attachment Up To 42m ,King Power Equipment Operators Conveyors $54.33 7A 3C 8P King Power Equipment Operators Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Tons With Attachments (King Power Equipment Operators Cranes: 100 Tons Through 199 $55.79 7A 3C 8P [ Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Or 250' Of Boom (including Jib With Attachments) 'King Power Equipment Operators Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Tons, Under 150' Of Boom (including Jib With Attachments) i? King Power Equipment Operators Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P j Under IE King Power Equipment Operators Cranes: Friction 100 Tons $56.36 7A 3C 8P `s Through 199 Tons King Power Equipment Operators Cranes: Friction Over 200 Tons $56.92 7A 3C 8P King Power Equipment Operators Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Of Boom (including Jib With Attachments) °King Power Equipment Operators $54.33 7A 3C 81 ' https:Hfortress.wa.gov/lni/wagelooktip/prvWagelookup.aspx 2/23/2015 Page 8 of 17 Cranes: Through 19 Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $54.75 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $54.75 7A 3C 8P !' (power) King Power Equipment Operators Derricks, On Building Work $55.24 7A 3C 8P King Power Equipment Operators Dozers D-9 Et Under $54.33 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $54.33 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $54.75 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $51.97 7A 3C 8P I' Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $54.75 7A 3C 8P j And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $54.33 7A 3C 8P With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $54.75 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $51.97 7A 3C 8P King Power Equipment Operators Guardrail Punch $54.75 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $55.24 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $54.75 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $54.33 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $54.75 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $54.33 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $55.24 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $54.75 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $54.75 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $54.33 7A 3C 8P King Power Equipment Operators Locomotives, All $54.75 7A 3C 8P King Power Equipment Operators Material Transfer Device $54.75 7A 3C 8P King Power Equipment Operators $55.79 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 9 of 17 Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Grader - Non- $54.33 7A 3C 8P finishing King Power Equipment Operators Motor Patrol Graders, $55.24 7A 3C 8P "? Finishing King Power Equipment Operators Mucking Machine, Mole, $55.24 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $51.97 7A 3C 8P Distribution It Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $54.33 7A 3C 8P Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $54.75 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $55.79 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $55.24 7A 3C 8P ! Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $51.97 7A 3C 8P King Power Equipment Operators Pile Driver (other Than Crane $54.75 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $54.33 7A 3C SP jj King Power Equipment Operators Posthole Digger, Mechanical $51.97 7A 3C 8P King Power Equipment Operators Power Plant $51.97 7A 3C 8P 'u King Power Equipment Operators Pumps - Water $51.97 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P King Power Equipment Operators Quick Tower - No Cab, Under $51.97 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $55.24 7A 3C 8P Rubber Tired Earth Moving Equipment ,King Power Equipment Operators Rigger And Bellman $51.97 7A 3C 8P King Power Equipment Operators Rollagon $55.24 7A 3C 8P ;King Power Equipment Operators Roller, Other Than Plant Mix $51.97 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $54.75 7A 3C 8P !!! King Power Equipment Operators Saws - Concrete $54.331 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $54.75 7A 3C 8P 45 Yards P King Power Equipment Operators Scrapers - Concrete & Carry $54.33 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $54.33 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $51.97 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 10 of 17 King Power Equipment Operators Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $55.24 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $55.24 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $54.75 7A 3C 8P King Power Equipment Operators Tower Bucket Elevators $54.33 7A 3C 8P King Power Equipment Operators Tower Crane Over 175'in $56.36 7A 3C 8P Height, Base To Boom King Power Equipment Operators Tower Crane Up To 175' In $55.79 7A 3C 8P Height Base To Boom King Power Equipment Operators Transporters, All Track Or $55.24 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $54.33 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $54.33 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $54.75 7A 3C 8P !i Conveyor King Power Equipment Operators Welder $55.24 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $51.97 7A 3C 8P {6' King Power Equipment Operators Yo Yo Pay Dozer $54.75 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $55.24 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Assistant Engineer $51.97 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Barrier Machine (zipper) $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, $54.75 7A 3C 8P Underground Sewer ft Water Concrete King Power Equipment Operators- Bobcat $51.97 7A 3C 8P Underground Sewer £t Water King Power Equipment Operators- Brokk- Remote Demolition $51.97 7A 3C 8P Underground Sewer &Water Equipment King Power Equipment Operators- Brooms $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $54.75 7A 3C 8P h Underground Sewer Et Water https://fomess.wa.gov/lni/wageloolcup/pr-vWagelookup.aspx 2/23/2015 Page 11 of 17 King Power Equipment Operators- Cableways $55.24 7A I 3C 8P Underground Sewer & Water King Power Equipment Operators- Chipper $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Compressor $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Concrete Pump: Truck Mount $55.24 7A 3C 8P Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Finish Machine -laser $51.97 7A 3C 8P Underground Sewer 13 Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $54.33 7A 3C 8P Underground Sewer 8 Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $54.75 7A 3C 8P Underground Sewer 8 Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $54.33 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: 20 Tons Through 44 $54.75 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $55.79 7A 3C 8P ". Underground Sewer 8 Water Tons, Or 159 Of Boom (Including Jib With Attachments) King Power Equipment Operators- Cranes: 200 Tons To 300 Tons, $56.36 7A 3C 8P Underground Sewer Ex Water Or 250' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 45 Tons Through 99 $55.24 7A 3C 8P Underground Sewer & Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $51.97 7A 3C 8P Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction 100 Tons $56.36 7A 3C 8P Underground Sewer Et Water Through 199 Tons King Power Equipment Operators- Cranes: Friction Over 200 Tons $56.92 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Cranes: Over 300 Tons Or 300' $56.92 7A 3C 8P Underground Sewer @ Water Of Boom (including Jib With Attachments) ;I King Power Equipment Operators- Cranes: Through 19 Tons With $54.33 7A 3C 8P Underground Sewer Et Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $54.75 7A 3C 8P ;I Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $54.75 7A 3C 8P Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $54.33 7A 3C 8P Underground Sewer Et Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 12 of 17 King Power Equipment Operators- IDritt Oilers: Auger Type, Truck $54.33 7A 3C 8P Underground Sewer £t Water jor Crane Mount King Power Equipment Operators- Drilling Machine $54.75 7A 3C 8P I Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $51.97 7A 3C 8P Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $54.75 7A 3C 8P Underground Sewer 8t Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $54.33 7A 3C 8P Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $51.97 7A 3C 8P Underground Sewer & Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $54.75 7A 3C 8P Underground Sewer 8 Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $51.97 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Guardrail Punch $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $55.24 7A 3C 8P Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $54.75 7A 3C 813 Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $54.33 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $54.75 7A 3C 8P Underground Sewer a Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $54.33 7A 3C 8P Underground Sewer & Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $51.97 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $55.79 7A 3C 8P Underground Sewer & Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $55.24 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $54.75 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $54.75 7A 3C 8P Underground Sewer B Water King Power Equipment Operators- Material Transfer Device $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $55.79 7A 3C 8P i' Underground Sewer & Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Grader - Non- Underground Sewer a Water finishing htt s:Hfortress.wa. ov/lni/wa elooku / rvWa elooku .as x 2/21/2015 P g g PP g P P Page 13 of 17 King Power Equipment Operators- Motor Patrol Graders, $55.24 7A 3C 8P Underground Sewer Et Water Finishing King Power Equipment Operators- Mucking Machine, Mole, $55.24 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $51.97 7A 3C 8P Underground Sewer Et Water Distribution & Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $54.33 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $54.75 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $55.79 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $55.24 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $54.75 7A 3C 8P Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $51.97 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Power Plant $51.97 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Pumps - Water $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $51.97 7A 3C 8P Underground Sewer Et Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $55.24 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Rollagon $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $54.33 7A 3C 8P Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $54.75 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $54.75 7A 3C 8P Underground Sewer Et Water 45 Yards King $54.33 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 2/23/2015 Page 14 of 17 Power Equipment Operators- Scrapers - Concrete Et Carry Underground Sewer Et Water All King Power Equipment Operators- Scrapers, Self-propelled: 45 $55.24 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shotcrete/gunite Equipment $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $54.33 7A 3C 8P Underground Sewer & Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $55.24 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $54.75 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $55.79 7A 3C 8P Underground Sewer EL Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $56.36 7A 3C 8P Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $55.24 7A 3C 8P r, Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $55.24 7A 3C 8P Underground Sewer EL Water Screedman King Power Equipment Operators- Subgrader Trimmer $54.75 7A 3C 8P f Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Over 175'in $56.36 7A 3C 8P Underground Sewer Et Water Height, Base To Boom King Power Equipment Operators- Tower Crane Up To 175' In $55.79 7A 3C 8P Underground Sewer Et Water Height Base To Boom King Power Equipment Operators- Transporters, All Track Or $55.24 7A 3C 8P Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $54.33 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 $54.75 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $54.33 7A 3C 8P Underground Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $54.75 7A 3C 8P Underground Sewer Et Water Conveyor King Power Equipment Operators- Welder $55.24 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $51.97 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $54.75 7A 3C 8P Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $44.86 5A 4A Trimmers https://fortress.wa.gov/lni/wageloolcup/prvWagelookup.aspx 2/23/2015 Page 15 of 17 King Power Line Clearance Tree Spray Person $42.58 5A I 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $44.86 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $40.08 5A 4A Trimmers "King Power Line Clearance Tree Tree Trimmer Groundperson $30.20 5A 4A Trimmers King Refrigeration Et Air Journey Level $72.46 6Z 1G Conditioning Mechanics (King Residential Brick Mason Journey Level $51.32 5A 1M King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 "King Residential Drywall Journey Level $40.14 5D 4C Applicators King Residential Drywall Tapers Journey Level $52.37 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $36.20 7L 1H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.461 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters 'King Residential Refrigeration Et Air Journey Level $72.46 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $42.58 7F 1R Workers King Residential Soft Floor Layers Journey Level $42.411 SA 3D King Residential Sprinkler Fitters Journey Level $42.48 5C 2R fFire Protection) King Residential Stone Masons Journey Level $51.32 5A 1M King Residential Terrazzo Workers Journey Level $46.96 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.171 1 King Roofers Journey Level $44.71 5A 3H King Roofers Using Irritable Bituminous $47.71 5A 3H Materials ,King Sheet Metal Workers Journey Level (Field or Shop) $70.37 7F 1E King Shipbuilding Et Ship Repair Boilermaker $40.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $39.24 7T 2B King Shipbuilding Et Ship Repair Electrician $39.28 7T 4B King Shipbuilding Et Ship Repair Heat Er Frost Insulator $60.93 5J 1s King Shipbuilding Et Ship Repair Laborer $39.34 7T 4B King Shipbuilding Et Ship Repair Machinist $39.32 7T 4B King Shipbuilding Et Ship Repair Operator $39.22 7T 46 https:Hfortress.wa.gov/lni/wageloolcup/pr,vWagelookup.aspx 2/23/2015 Page 16 of 17 King Shipbuilding Et Ship Repair Painter $39.311 7T 4B King Shipbuilding ft Ship Repair Pipefitter $39.22 7T 4B King Shipbuilding Et Ship Repair Rigger $39.30 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $39.27 7T 4B King Shipbuilding Et Ship Repair Shipfitter $39.30 7T 4B King Shipbuilding Et Ship Repair Trucker $39.10 7T 4B King Shipbuilding Et Ship Repair Warehouse $39.17 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $39.301 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Et Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers Et Installers (Non- Sign Maker $33.25 1 Electrical) King Soft Floor Lavers Journey Level $42.41 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $69.59 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $51.321 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers l King Surveyors Assistant Construction Site $54.33 7A 3C 813 Surveyor King Surveyors Chainman $53.81 7A 3C 8P King Surveyors Construction Site Surveyor $55.24 7A 3C 8P 't King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Construction - Cable Splicer $36.96 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $20.49 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $35.40 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $36.96 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $36.19 5A 2B Outside King Telephone Line Construction - Telephone Equipment $36.96 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $34.34 5A 2B Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $34.34 5A 2B Outside King Telephone Line Construction - Television Groundperson $19.45 5A 2B Outside https://fortress.wa.gov/lni/wageloolcLip/prvWagelookup.aspx 2/23/2015 Page 17 of 17 King Telephone Line Construction - Television $25.89 5A I 2B Outside Li neperson/Installer King Telephone Line Construction - Television System Technician $30.97 5A 2B Outside King Telephone Line Construction - Television Technician $27.77 5A 2B Outside King Telephone Line Construction - Tree Trimmer $34.34 5A 2B Outside King Terrazzo Workers Journey Level $46.96 SA 1M King Tile Setters Journey Level $21.65 1 i King Tile, Marble D Terrazzo Finisher $37.79 5A 1 B Finishers King Traffic Control Stripers Journey Level $43.11 7A I King Truck Drivers Asphalt Mix Over 16 Yards (W. $48.87 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $48.03 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck D Trailer $48.87 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $48.03 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $48.87 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers i3 Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers @ Irrigation Pump Well Driller $18.00 1 Installers I�I I https://fortress.wa.gov/lni/wagelookiip/prvWagelookup.aspx 2/23/2015