Loading...
HomeMy WebLinkAboutCAG2025-080 - Original - Judge Netting Mountain West - Riverbend Driving Range Netting Repair - 2/20/25 FOR CITY OF KENT OFFICIAL USE ONLY y�— //� Sup/Mgr: -TH Agreement Routing Form Parks Contracts: HPH For Approvals,Signatures and Records Management Di r/Dep _ KENTThis form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Melanie Manning for Eric Hinrichs Parks, Recreation & Community Services Date Sent: Date Required: 02/13/2025 02/20/2025 0 3. p, Mayor or Designee to Sign. Date of Council Y 9 9 Approval: CL Q Interlocal Agreement Uploaded to Website N/A Budget Account Number: Grant? Yes No 91 G20037 Budget? Yes E]No Type: N/A Vendor Name: Category: JUDGE NETTING MOUNTAIN WEST Contract Vendor Number: Sub-Category: = 2533552 Original a Project Name: Riverbend Driving Range netting repair and replacement - 2025 oProject Details: Contractor shall supply material, labor, and equipment to repair or replace = the netting at Riverbend Golf Course Driving Range. c a w Agreement Amount: 80,997.00 Basis for Selection of Contractor: Direct Negotiation W *Memo to Mayor must be attached Start Date: FEB 20255 Termination Date: MARCH 2O25 1711 Q Local BusinesS7OYes Who*If meets requirements per KCC3.70.100,please complete'Vendor Purchase-LocalExceptions"formonCityspace. Business License Verification: 91 Yes In-ProcessEl Exempt(KCC 5.01.045) 91 Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes❑No CAG2025-080 Comments: IC IC 3 °C a a cc Date Received:City Attorney: 2/14/25 Date Routed:Mayor's Office City Clerk's Office adccW22373_7_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 KENT WASHINGTON PUBLIC WORKS AGREEMENT between City of Kent and ECKER NETTING INC dba: JUDGE NETTING MOUNTAIN WEST THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Ecker Netting Inc. dba: Judge Netting Mountain West organized under the laws of the State of Utah, located and doing business at 2904 S 2000 W SYRACUSE, UT 84075, 801-389-4178 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in the attached Exhibit A, incorporated herein, Contractor shall provide, materials, labor, and equipment necessary to make repairs to the existing Driving Range netting at Riverbend Golf Complex. The 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 within 30 working days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed with 30 working days. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $80,997.00 including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 1 (Over$20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, 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 City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainaae. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the 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 the Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the 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 the 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 the 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 (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 the 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 the 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. PUBLIC WORKS AGREEMENT - 2 (Over$20K and No Performance Bond) 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 the 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. The 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. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the 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, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 3 (Over$20K and No Performance Bond) 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 IX, 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 the 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. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government ("force majeure event"). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. 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; PUBLIC WORKS AGREEMENT - 4 (Over$20K and No Performance Bond) 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. 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. XI. WARRANTY. The 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 the Contractor knows or should have known of the defect, or (2) upon the 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. XII. 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. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The 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. PUBLIC WORKS AGREEMENT - 5 (Over$20K and No Performance Bond) The City's inspection or acceptance of any of the 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 duty to defend, indemnify, and hold the City harmless, and the Contractor's liability accruing from that obligation 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 the 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 the 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. XIV. 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. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The 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 the Contractor's own risk, and the 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. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. PUBLIC WORKS AGREEMENT - 6 (Over$20K and No Performance Bond) 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 notices or communications required or permitted by this Agreement must be in writing and given via: (i) personal delivery; (ii) overnight courier; (iii) registered or certified mail; (iv) facsimile or email to the addresses listed on the signature page of the Agreement, unless otherwise specified. Any such notice or communication will be deemed to have been given on (i) the day it was personally delivered; (ii) one working day after sent by overnight courier; (iii) three days after the date of mailing by registered or certified mail; (iv) the day it is faxed or sent electronically, provided that the sender has received a confirmation of the fax or electronic transmission. 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 the 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 the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. 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. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 7 (Over$20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: By Kirt Ecker Print Name: Print Name: Dana Ralph President Its Its Mayor DATE: Feb 13,2025 DATE: 02/19/2025 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: KIRT ECKER ERIC HINRICHS ECKER NETTING INC. dba: JUDGE NETTING City of Kent MOUNTAIN WEST 220 Fourth Avenue South 2904 S 2000 W Kent, WA 98032 SYRACUSE, UT 84075 (253) 856-5191 (telephone) ehinrichs@kentwa.gov (email) 801-388-4178 (telephone) kirt@jn-mw.com (email) APPROVED AS TO FORM: Kent Law Department ATTEST: eu� A�� Kent City Clerk [In this field,you may enter the electronic filepath where the contract has been saved] iPUBLIC WORKS AGREEMENT - 8 (Over$20K and No Performance Bond) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, 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 statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: PUBLIC WORKS AGREEMENT - 9 (Over$20K and No Performance Bond) A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including PUBLIC WORKS AGREEMENT - 10 (Over$20K and No Performance Bond) sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; PUBLIC WORKS AGREEMENT - 11 (Over$20K and No Performance Bond) xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing below, I agree to fulfill the seven requirements referenced above. By: For: Judge Netting Mountain West Title: President Date: Feb 13,2025 PUBLIC WORKS AGREEMENT - 12 (Over$20K and No Performance Bond) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non-Discrimination Policy Declaration, prior to commencing performance. 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 coordinate with the City's Title VI coordinator, and perform 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. PUBLIC WORKS AGREEMENT - 13 (Over$20K and No Performance Bond) BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (1/13/2025), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. ECKER NETTING INC. dba: JUDGE NETTING MOUNTAIN WEST By: Signature of Authorized Official* Printed Name: Kirt Ecker Title: President Date: Feb 13,2025 City and State: Syracuse, UT *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. PUBLIC WORKS AGREEMENT - 14 (Over$20K and No Performance Bond) JudgeNetting Exhibit A MOUNTAIN WEST Ecker Netting Inc. dba:Judge Netting Mountain West 2904 S 2000 W Syracuse, UT 84075 Office(801)-388-4178 Toll Free (855)-Hang-Net www.iudgenettingmountainwest.com WASHINGTON CONTRACTORS LICENSE:JUDGENM794NR,WA UBI:604 665 797 PROPOSAL&CONTRACT February 13, 2025 Mr. Eric Hinrichs Riverbend Golf Club 2019 West Meeker Street Kent,WA 98032 SCOPE OF WORK We propose to supply the material, labor,and equipment necessary to make repairs to the existing driving range netting. INCLUDES • Includes(1)mobilization. • Includes crew labor,travel, per diem, and accommodations. • Includes prevailing wage NETTING • Bulk netting to patch holes as needed or necessary • New netting will be UV-treated polyester with sewn rope borders. • Netting will be black. CABLE AND HARDWARE • Includes hardware and cable necessary for repairs. • New cable will be 3/8" or 5/16" extra-high-strength,galvanized. • Hardware will be 5/8" or%" diameter, heavy-duty,galvanized. EXCLUSIONS • Inspection fees or special inspection fees. • Permit Fees • Field protection(plywood, mats, labor,etc.) • Dumpster or trash haul off fees. PRICING (please initial) Driving Range Net Replacement and Repairs $77,000 - Replace(5)panels 100'tall x 100' long - Make repairs to 6th panel of netting(least damaged of 6 panels) In Area Discount (-$3,500) WA State B&O Tax(10-12%) TBD Total Riverbend GC 2/13/2025 PAYMENT TERMS • Per city agreement STANDARD ASSUMPTIONS • Pricing firm for acceptance for a period of 30 days. • Necessary access"to," "from,"and "at"work site during construction. • Normal activities may require alteration during construction to provide a safe working environment for our employees and equipment. • Mobilization costs included in our proposal are based on one move-on and move-off.Any cessation of work due to lack of permits or any reason by the client will require a $3,000 re-mobilization charge with all work and materials invoiced to date. • We are a non-union company and, as such,will not become a signatory to any labor agreement. • If, during the performance of this contract,the price of the contractor's materials increases more than 10%,the price of said materials shall be equitably adjusted by the owner to account for said increase. STANDARD EXCLUSIONS • Bonding, engineering, or prevailing wages, unless otherwise stated in this proposal. • Indemnification: Per city agreement • This proposal does not include any permit fees or related costs involved in securing permits except as noted in this proposal. If Judge Netting is not contracted to pull permits, the client is responsible for acquiring all permits and any costs relating to permit requirements. Should a government agency require changes, additional construction costs will be assumed by the client. • Damage to driveways, parking lots,tennis courts, irrigation systems,or sod,which may be caused by our equipment. • Subsurface or latent physical conditions at the site differing from those indicated. • Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in the work of the character provided for in the contract. • The owner shall promptly investigate the conditions, and if it finds that conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the Contractor's cost of, or the time required for, performance of any part of the work shall issue a Change Order in the amount of contractor's expenses incurred plus 10%. • Judge Netting Mountain West makes no warranty,either expressly or implied,as to the protective capabilities of netting or structures, including height requirements and/or repairs to or performance of any existing material or material used during construction. Judge Netting's liability under this contract shall not exceed the price identified above. Cancellation: Upon execution by both parties, this Proposal and Contract is non-cancellable. Any cancellation by Purchaser shall entitle Judge Netting at its discretion, to collect any fees or charges it has incurred in preparation for delivery of the work outlined above. We appreciate the opportunity to present this proposal and look forward to working with you. Please contact us at kirt@In-mw.com or 801-388-4178 with questions or concerns. JUDGE NETTING MOUNTAIN WEST ACCEPTED BY: By: By: Signer is authorized to approve contract. Date: Date: Page 2 of 2 Exhibit B Insurance Requirements Insurance 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: Commercial General Liability insurance shall be written on Insurance Services Office (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. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all automobiles/vehicles used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on 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. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $2,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 products-completed operations aggregate limit. Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per occurrence. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver, or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, non-renewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an 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 claims are made or suit is brought, except with respect 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 A:VII. 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. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsement naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. 71/16/2025 E(MM/DDYY) A�" CERTIFICATE OF LIABILITY INSURANCE YY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 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 have ADDITIONAL INSURED provisions or 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 endorsement(s). PRODUCER CONTACT NAME: Arthur J. Gallagher Risk Management Services, LLC HONE Ext: 949-349-9800 FAX No:973-884-4119 18201 Von Karman Ave Ste 200 LA MAIL Irvine CA 92612 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# License#:OD69293 INSURERA:Charter Oak Fire Insurance Company 25615 INSURED ECKENET-01 INSURER B:Travelers Property Casualty Co of America 25674 Ecker Netting, Inc. dba: Judge Netting Mountain West 2904 S 2000 W INSURER C:Travelers Indemnity Company 25658 Syracuse UT 84075 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:2082160363 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 BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LTR POLICY NUMBER MM DD YYYY MM DD/YYYY LIMITS C X COMMERCIAL GENERAL LIABILITY 4TC03R883595 10/1/2024 10/1/2025 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES Ea occurrence) ccurrence $300,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY❑ PRO ❑ LOC PRODUCTS-COMP/OP AGG $2,000,000 JECT OTHER: $ C AUTOMOBILE LIABILITY BA3R882316 10/1/2024 10/1/2025 COMBINEDSINGLELIMIT $1,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident L 1 1 $ B UMBRELLALIAB X OCCUR CUP3R885134 10/1/2024 10/1/2025 EACH OCCURRENCE $7,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $7,000,000 DED RETENTION$ $ A WORKERS COMPENSATION UB3R881240232SG 10/1/2024 10/1/2025 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Equipment Floater 4TC03R883595 10/1/2024 10/1/2025 Limit $30,000 C Hired Auto Physical Damage BA3R882316 10/1/2024 10/1/2025 Comp/Coll Deductible $1,000/$1,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE 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. Riverbend Driving Range 2020 W Meeker St AUTHORIZED REPRESENTATIVE Kent WA 98032 `, w ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR CONTRACTORS �a C This endorsement modifies insurance provided under the following: y COMMERCIAL GENERAL LIABILITY COVERAGE PART ti 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 o limited by another endorsement to this 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 coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to C determine rights, duties, and what is and is not covered. C A. Who Is An Insured —Unnamed Subsidiaries C. Incidental Medical Malpractice B. Blanket Additional Insured — Governmental D. Blanket Waiver Of Subrogation Entities — Permits Or Authorizations Relating To ti Operations E. Contractual Liability—Railroads F. Damage To Premises Rented To You v p PROVISIONS a. An organization other than a partnership, joint A. WHO IS AN INSURED — UNNAMED venture or limited liability company; or p SUBSIDIARIES b. A trust; w The following is added to SECTION II — WHO IS as indicated in its name or the documents that 0 AN INSURED: govern its structure. Any of your subsidiaries, other than a partnership, B. BLANKET ADDITIONAL INSURED — joint venture or limited liability company, that is GOVERNMENTAL ENTITIES — PERMITS OR not shown as a Named Insured in the AUTHORIZATIONS RELATING TO OPERATIONS v Declarations is a Named Insured if: The following is added to SECTION II — WHO IS � a. You are the sole owner of, or maintain an AN INSURED: ownership interest of more than 50% in, such o subsidiary on the first day of the policy period; Any governmental entity that has issued a permit o and or authorization with respect to operations A b. Such subsidiary is not an insured under performed by you or on your behalf and that you similar other insurance. are required by any ordinance, law, building code or written contract or agreement to include as an No such subsidiary is an insured for"bodily injury" additional insured on this Coverage Part is an or "property damage" that occurred, or "personal insured, but only with respect to liability for"bodily and advertising injury" caused by an offense injury", "property damage" or "personal and committed: advertising injury" arising out of such operations. a. Before you maintained an ownership interest The insurance provided to such governmental of more than 50% in such subsidiary; or entity does not apply to: b. After the date, if any, during the policy period a. Any "bodily injury", "property damage" or that you no longer maintain an ownership "personal and advertising injury" arising out of interest of more than 50% in such subsidiary. operations performed for the governmental For purposes of Paragraph 1. of Section II —Who entity; or Is An Insured, each such subsidiary will be b. Any "bodily injury" or "property damage" deemed to be designated in the Declarations as: included in the "products-completed operations hazard". CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 1 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. COMMERCIAL GENERAL LIABILITY C. INCIDENTAL MEDICAL MALPRACTICE pharmaceuticals committed by, or with the 1. The following replaces Paragraph b. of the knowledge or consent of,the insured. definition of "occurrence" in the 5. The following is added to the DEFINITIONS DEFINITIONS Section: Section: b. An act or omission committed in providing "Incidental medical services" means: or failing to provide "incidental medical o services", first aid or "Good Samaritan a. Medical, surgical, dental, laboratory, x-ray to a person, unless you are in or nursing service or treatment, advice or services the business or occupation of providing instruction, or the related furnishing of professional health care services. food or beverages; or C 2. The following replaces the last paragraph of b. The furnishing or dispensing of drugs or Paragraph 2.a.(1) of SECTION II — WHO IS medical, dental, or surgical supplies or AN INSURED: appliances. p Unless you are in the business or occupation 6. The following is added to Paragraph 4.b., of providing professional health care services, Excess Insurance, of SECTION IV — '� Paragraphs (1)(a), (b), (c) and (d) above do COMMERCIAL GENERAL LIABILITY not apply to "bodily injury" arising out of CONDITIONS: providing or failing to provide: This insurance is excess over any valid and (a) "Incidental medical services" by any of collectible other insurance, whether primary, your "employees" who is a nurse, nurse excess, contingent or on any other basis, that assistant, emergency medical technician is available to any of your "employees" for Cor paramedic; or "bodily injury" that arises out of providing or (b) First aid or "Good Samaritan services" by failing to provide "incidental medical services" any of your "employees" or "volunteer to any person to the extent not subject to o workers", other than an employed or Paragraph 2.a.(1) of Section II — Who Is An volunteer doctor. Any such "employees" Insured. C or "volunteer workers" providing or failing D. BLANKET WAIVER OF SUBROGATION to provide first aid or "Good Samaritan •ti services" during their work hours for you The following is added to Paragraph 8., Transfer will be deemed to be acting within the Of Rights Of Recovery Against Others To Us, scope of their employment by you or of SECTION IV — COMMERCIAL GENERAL performing duties related to the conduct LIABILITY CONDITIONS: of your business. If the insured has agreed in a contract or p 3. The following replaces the last sentence of agreement to waive that insured's right of Paragraph 5. of SECTION III — LIMITS OF recovery against any person or organization, we C INSURANCE: waive our right of recovery against such person or A For the purposes of determining the organization, but only for payments we make applicable Each Occurrence Limit, all related because of: acts or omissions committed in providing or a. "Bodily injury" or "property damage" that failing to provide "incidental medical occurs; or services", first aid or "Good Samaritan services" to any one person will be deemed to b. "Personal and advertising injury" caused by be one "occurrence". an offense that is committed; 4. The following exclusion is added to subsequent to the execution of the contract or Paragraph 2., Exclusions, of SECTION I — agreement. COVERAGES — COVERAGE A — BODILY E. CONTRACTUAL LIABILITY—RAILROADS INJURY AND PROPERTY DAMAGE LIABILITY: 1. The following replaces Paragraph c. of the Sale Of Pharmaceuticals definition of "insured contract" in the "Bodily injury" or "property damage" arising DEFINITIONS Section: out of the violation of a penal statute or c. Any easement or license agreement; ordinance relating to the sale of Page 2 of 3 ©2017 The Travelers Indemnity Company.All rights reserved. CG D3 16 02 19 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY 2. Paragraph f.(1) of the definition of "insured a. Any premises while rented to you or contract" in the DEFINITIONS Section is temporarily occupied by you with permission deleted. of the owner; or F. DAMAGE TO PREMISES RENTED TO YOU b. The contents of any premises while such The following replaces the definition of "premises premises is rented to you, if you rent such damage" in the DEFINITIONS Section: premises for a period of seven or fewer O consecutive days. o "Premises damage" means "property damage"to: 4� ti O O 0 O O .ti ti v ti 0 O w w ra w w O w O O 0 A CG D3 16 02 19 ©2017 The Travelers Indemnity Company.All rights reserved. Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc., with its permission. COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (Includes Products-Completed Operations If Required By Contract) 0 y This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ti PROVISIONS 1 An "bodily injury", "property dama e" or ( ) Y Y JrY � 9 The following is added to SECTION II — WHO IS AN "personal injury" arising out of the providing, INSURED: or failure to provide, any professional Any person or organization that you agree in a architectural, engineering or surveying y written contract or agreement to include as an services, including: additional insured on this Coverage Part is an (a) The preparing, approving, or failing to .� insured, but only: prepare or approve, maps, shop a. With respect to liability for "bodily injury" or drawings, opinions, reports, surveys, "property damage" that occurs, or for "personal field orders or change orders, or the injury" caused by an offense that is committed, preparing, approving, or failing to csubsequent to the signing of that contract or prepare or approve, drawings and ty agreement and while that part of the contract or specifications; and agreement is in effect; and (b) Supervisory, inspection, architectural or o b. If, and only to the extent that, such injury or engineering activities. damage is caused by acts or omissions of you or p your subcontractor in the performance of "your (2) Any "bodily injury" or "property damage" work" to which the written contract or agreement caused by "your work" and included in the applies. Such person or organization does not "products-completed operations hazard" qualify as an additional insured with respect to unless the written contract or agreement the independent acts or omissions of such specifically requires you to provide such person or organization. coverage for that additional insured during The insurance provided to such additional insured is the policy period. o subject to the following provisions: c. The additional insured must comply with the 0 a. If the Limits of Insurance of this Coverage Part following duties: A shown in the Declarations exceed the minimum limits required by the written contract or (1) Give us written notice as soon as practicable agreement, the insurance provided to the of an "occurrence" or an offense which may additional insured will be limited to such result in a claim. To the extent possible, such minimum required limits. For the purposes of notice should include: determining whether this limitation applies, the (a) How, when and where the "occurrence" minimum limits required by the written contract or or offense took place; agreement will be considered to include the minimum limits of any Umbrella or Excess (b) The names and addresses of any injured liability coverage required for the additional persons and witnesses; and insured by that written contract or agreement. (c) The nature and location of any injury or This provision will not increase the limits of damage arising out of the "occurrence" insurance described in Section III — Limits Of Insurance. or offense. b. The insurance provided to such additional (2) If a claim is made or "suit" is brought against insured does not apply to: the additional insured: CG D2 46 0419 ©2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 2 COMMERCIAL GENERAL LIABILITY (a) Immediately record the specifics of the (4) Tender the defense and indemnity of any claim or"suit" and the date received; and claim or "suit" to any provider of other (b) Notify us as soon as practicable and see insurance which would cover such additional to it that we receive written notice of the insured for a loss we cover. However, this claim or"suit" as soon as practicable. condition does not affect whether the insurance provided to such additional O (3) Immediately send us copies of all legal insured is primary to other insurance O papers received in connection with the claim available to such additional insured which or "suit", cooperate with us in the covers that person or organization as a ,v investigation or settlement of the claim or named insured as described in Paragraph 4., defense against the "suit", and otherwise Other Insurance, of Section IV— Commercial O comply with all policy conditions. General Liability Conditions. O O .ti ti v ti O O w w v ra w O w O O O A Page 2 of 2 ©2018 The Travelers Indemnity Company. All rights reserved. CG D2 46 04 19 1/13/25,2:43 PM Journey Level Wages 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: 1/13/2025 King County Trade^ Job Classification Wage Holiday Overtime Note Asbestos Abatement Journey Level $63.87 511) 1H Workers Boilermakers Journey Level $76.89 5N iC Brick Mason Journey Level $71.82 7E 1N Brick Mason Pointer-Caulker-Cleaner $71.82 7E 1N Building Service Employees Janitor $30.33 5S 2F Traveling Building Service Employees $30.78 5S 2F Waxer/Shampooer https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 1/46 1/13/25,2:43 PM Journey Level Wages Window Cleaner(Non- Building Service Employees $32.93 5S 2F Scaffold) Window Cleaner Building Service Employees $33.93 5S 2F (Scaffold) Cabinet Makers In Shop). Journey Level $22.74 1 Carpenters Acoustical Worker $78.96 15J 11111.11 Bridge Dock and Wharf Carpenters $80.50 15J 11111.11 9L Carpenter Floor Layer&Floor Carpenters $78.96 15J 11111.11 Finisher Carpenters General Carpenter $78.96 15J 11111.11 Carpenters Scaffold Erector $78.96 15J 11111.11 Application of all Cement Masons $77.30 15J 4U Composition Mastic Application of all Epoxy Cement Masons $76.78 15J 4U Material Application of all Plastic Cement Masons $77.30 15J 4U Material Application of Sealing Cement Masons $76.78 15J 4U Compound Application of Cement Masons $77.30 15J 4U Underlayment Cement Masons Building General $76.78 15J 4U https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 2/46 1/13/25,2:43 PM Journey Level Wages Composition or Kalman Cement Masons $77.30 15J 4U Floors Cement Masons Concrete Paving $76.78 15J 4U Cement Masons Curb&Gutter Machine $77.30 15J 4U Cement Masons Curb&Gutter,Sidewalks $76.78 15J 4U Cement Masons Curing Concrete $76.78 15J 4U Cement Masons Finish Colored Concrete $77.30 15J 4U Cement Masons Floor Grinding $77.30 15J 4U Cement Masons Floor Grinding/Polisher $76.78 15J 4U Green Concrete Saw,self- Cement Masons $77.30 15J 4U powered Cement Masons Grouting of all Plates $76.78 15J 4U Grouting of all Tilt-up Cement Masons $76.78 15J 4U Panels Cement Masons Gunite Nozzleman $77.30 15J 4U Cement Masons Hand Powered Grinder $77.30 15J 4U Cement Masons Journey Level $76.78 15J 4U Cement Masons Patching Concrete $76.78 15J 4U Cement Masons Pneumatic Power Tools $77.30 15J 4U https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 3/46 1/13/25,2:43 PM Journey Level Wages Power Chipping& Cement Masons $77.30 15J 4U Brushing Sand Blasting Cement Masons $77.30 15J 4111.11 Architectural Finish Screed&Rodding Cement Masons $77.30 15J 4U Machine Spackling or Skim Coat Cement Masons $76.78 15J 4111.11 Concrete Troweling Machine Cement Masons $77.30 15J 4U Operator Troweling Machine Cement Masons $77.30 15J 4111.11 Operator on Colored Slabs Cement Masons Tunnel Workers $77.30 15J 4U Bell/Vehicle/Submersible Divers&Tenders Operator(not under $156.25 15J 11T 91 pressure) Divers&Tenders Dive Supervisor $157.75 15J 11T 91 Divers&Tenders Diver $156.25 15J 11T 91 Divers&Tenders Diver Tender $86.86 15J 11T 91 Hyperbaric Worker- Divers&Tenders Compressed Air Worker $109.76 15J 11111.11 0-30.00 PSI Divers&Tenders Hyperbaric Worker- $118.99 15J HU Compressed Air Worker https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 4/46 1/13/25,2:43 PM Journey Level Wages 31.01-44.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $128.22 15J HU 44.01-54.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $137.45 15J 11111.11 54.01-60.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $146.67 15J 11111.11 60.01- 64.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $155.90 15J HU 64.01-68.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $165.13 isi HU 68.01-70.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $174.36 15J 11111.11 70.01-72.00 PSI Hyperbaric Worker- Divers&Tenders Compressed Air Worker $183.59 15J 11111.11 72.01-74.00 PSI Divers&Tenders Lead Diver(Dive Master) $101.32 15J 11T 91 Manifold Operator(Life Divers&Tenders $86.86 15J 11T 91 Support Technician) https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 5/46 1/13/25,2:43 PM Journey Level Wages Remote Operated Vehicle Divers&Tenders $86.86 15J 11T 91 Operator/Technician Remote Operated Vehicle Divers&Tenders $86.86 15J 11T 91 Operator/Technician Remote Operated Vehicle Divers&Tenders $80.55 15J 11T 91 Tender Divers&Tenders Stand-by Diver $96.32 15J 11T 91 Dredge Workers Assistant Engineer $83.92 5D 3F Assistant Mate Dredge Workers $83.28 5D 3F (Deckhand) Dredge Workers Boatmen $83.92 5D 3F Dredge Workers Engineer Welder $85.53 5D 3F Dredge Workers Leverman, Hydraulic $87.24 5D 3F Dredge Workers Mates $83.92 5D 3F Dredge Workers Oiler $83.28 5D 3F Drywall Applicator Journey Level $78.76 150 11S Drywall Tapers Journey Level $78.76 150 11S Electrical Fixture Journey Level $38.69 5L 1E Maintenance Workers Electricians- Inside Cable Splicer $112.00 7C 4E https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 6/46 1/13/25,2:43 PM Journey Level Wages Electricians- Inside Cable Splicer(tunnel) $120.33 7C 4E Electricians- Inside Certified Welder $110.21 7C 4E Electricians- Inside Certified Welder(tunnel) $116.17 7C 4E Construction Stock Electricians- Inside $51.53 7C 4E Person Electricians- Inside Journey Level $104.42 7C 4E Electricians- Inside Journey Level(tunnel) $112.00 7C 4E Electricians- Motor Shop Journey Level $48.68 5A 1B Electricians- Powerline Cable Splicer $97.76 5A 4D Construction Electricians- Powerline Certified Line Welder $89.71 5A 4D Construction Electricians- Powerline Groundperson $56.79 5A 4D Construction Electricians- Powerline Heavy Line Equipment $89.71 5A 4D Construction Operator Electricians- Powerline Journey Level Lineperson $89.71 5A 4D Construction Electricians- Powerline Line Equipment Operator $77.13 5A 4D Construction Electricians- Powerline Meter Installer $56.79 5A 4D 8W Construction https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 7/46 1/13/25,2:43 PM Journey Level Wages Electricians- Powerline Pole Sprayer $89.71 5A 4D Construction Electricians- Powerline Powderperson $66.84 5A 4D Construction Electronic Technicians Journey Level $67.16 7E 1E Elevator Constructors Mechanic $111.26 7D 4A Elevator Constructors Mechanic In Charge $120.27 7D 4A Fabricated Precast All Classifications- In- $21.34 5113 iR Concrete Products Factory Work Only Fence Erectors Fence Erector $54.65 15J 11P 8Y Fence Erectors Fence Laborer $54.65 15J 11P 8Y Flaggers Journey Level $54.65 15J 11P 8Y Glaziers Journey Level $82.16 7L 1Y Heat&Frost Insulators And Journey Level $91.81 15H lic Asbestos Workers Heating Equipment Journey Level $99.92 7F 1E Mechanics Hod Carriers&Mason Journey Level $67.38 15J 11P 8Y Tenders Industrial Power Vacuum Journey Level $16.66 1 Cleaner Inland Boatmen Boat Operator $61.41 5B iK https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 8/46 1/13/25,2:43 PM Journey Level Wages Inland Boatmen Cook $56.48 sB 1K Inland Boatmen Deckhand $57.48 sB 1K Inland Boatmen Deckhand Engineer $58.81 sB 1K Inland Boatmen Launch Operator $58.89 sB 1K Inland Boatmen Mate $57.31 sB 1K Inspection/Cleaning/Sealing Of Sewer&Water Systems Cleaner Operator $51.27 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Foamer Operator $51.27 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Grout Truck Operator $51.27 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Head Operator $49.20 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems Technician $42.99 ism 110 By Remote Control Inspection/Cleaning/Sealing Of Sewer&Water Systems TV Truck Operator $46.10 ism 110 By Remote Control Insulation Applicators Journey Level $78.96 isi 11U https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 9/46 1/13/25,2:43 PM Journey Level Wages Ironworkers Journeyman $90.82 15K 11N Air,Gas Or Electric Laborers $63.87 15J 11P 8Y Vibrating Screed Laborers Airtrac Drill Operator $65.75 15J 11P 8Y Laborers Ballast Regular Machine $63.87 15J 11P 8Y Laborers Batch Weighman $54.65 15J 11P 8Y Laborers Brick Pavers $63.87 15J 11P 8Y Laborers Brush Cutter $63.87 15J 11P 8Y Laborers Brush Hog Feeder $63.87 15J 11P 8Y Laborers Burner $63.87 15J 11P 8Y Laborers Caisson Worker $65.75 15J 11P 8Y Laborers Carpenter Tender $63.87 15J 11P 8Y Laborers Cement Dumper-paving $64.98 15J 11P 8Y Laborers Cement Finisher Tender $63.87 15J 11P 8Y Change House Or Dry Laborers $63.87 15J i1P 8Y Shack Chipping Gun (30 Lbs.And Laborers $64.98 15J 11P 8Y Over) Chipping Gun (Under 30 Laborers $63.87 15J i1P 8Y Lbs.) https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 10/46 1/13/25,2:43 PM Journey Level Wages Laborers Choker Setter $63.87 15J 11P 8Y Laborers Chuck Tender $63.87 15J 11P 8Y Laborers Clary Power Spreader $64.98 15J 11P 8Y Laborers Clean-up Laborer $63.87 15J 11P 8Y Concrete Dumper/Chute Laborers $64.98 15J 11P 8Y Operator Laborers Concrete Form Stripper $63.87 15J 11P 8Y Laborers Concrete Placement Crew $64.98 15J 11P 8Y Concrete Saw Laborers $64.98 15J i1P 8Y Operator/Core Driller Laborers Crusher Feeder $54.65 15J 11P 8Y Laborers Curing Laborer $63.87 15J 11P 8Y Demolition:Wrecking& Laborers Moving(Incl.Charred $63.87 15J 11P 8Y Material) Laborers Ditch Digger $63.87 15J 11P 8Y Laborers Diver $65.75 15J 11P 8Y Drill Operator(Hydraulic, Laborers $64.98 15J 11P 8Y Diamond) Laborers Dry Stack Walls $63.87 15J i1P 8Y https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 11/46 1/13/25,2:43 PM Journey Level Wages Laborers Dump Person $63.87 15J 11P 8Y Laborers Epoxy Technician $63.87 15J 11P 8Y Laborers Erosion Control Worker $63.87 15J 11P 8Y Laborers Faller&Bucker Chain Saw $64.98 15J 11P 8Y Laborers Fine Graders $63.87 15J 11P 8Y Laborers Firewatch $54.65 15J 11P 8Y Laborers Form Setter $64.98 15J 11P 8Y Laborers Gabian Basket Builders $63.87 15J 11P 8Y Laborers General Laborer $63.87 15J 11P 8Y Grade Checker&Transit Laborers $67.38 15J 11P 8Y Person Laborers Grinders $63.87 15J 11P 8Y Laborers Grout Machine Tender $63.87 15J 11P 8Y Groutmen(Pressure) Laborers Including Post Tension $64.98 15J 11P 8Y Beams Laborers Guardrail Erector $63.87 15J i1P 8Y Hazardous Waste Worker Laborers $65.75 15J 11P 8Y (Level A) https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 12/46 1/13/25,2:43 PM Journey Level Wages Hazardous Waste Worker Laborers $64.98 isi 11P 8Y (Level B) Hazardous Waste Worker Laborers $63.87 isi 11P 8Y (Level C) Laborers High Scaler $65.75 isi 11P 8Y Laborers Jackhammer $64.98 isi 11P 8Y Laborers Laserbeam Operator $64.98 isi 11P 8Y Laborers Maintenance Person $63.87 isi 11P 8Y Laborers Manhole Builder-Mudman $64.98 isi 11P 8Y Laborers Material Yard Person $63.87 isi 11P 8Y Laborers Mold Abatement Worker $63.87 isi 11P 8Y Motorman-Dinky Laborers $67.48 isi 11P 8Y Locomotive nozzleman (concrete pump,green cutter when using combination of high pressure air&water on Laborers $67.38 isi 11P 8Y concrete&rock, sandblast,gunite, shotcrete,water blaster, vacuum blaster) Laborers Pavement Breaker $64.98 isi 11P 8Y https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 13/46 1/13/25,2:43 PM Journey Level Wages Laborers Pilot Car $54.65 15J 11P 8Y Laborers Pipe Layer(Lead) $67.38 15J 11P 8Y Laborers Pipe Layer/Tailor $64.98 15J 11P 8Y Laborers Pipe Pot Tender $64.98 15J 11P 8Y Laborers Pipe Reliner $64.98 15J 11P 8Y Laborers Pipe Wrapper $64.98 15J 11P 8Y Laborers Pot Tender $63.87 15J 11P 8Y Laborers Powderman $65.75 15J 11P 8Y Laborers Powderman's Helper $63.87 15J 11P 8Y Laborers Power Jacks $64.98 15J 11P 8Y Railroad Spike Puller- Laborers $64.98 15J 11P 8Y Power Laborers Raker-Asphalt $67.38 15J 11P 8Y Laborers Re-timberman $65.75 15J 11P 8Y Remote Equipment Laborers $64.98 15J i1P 8Y Operator Laborers Rigger/Signal Person $64.98 15J 11P 8Y Laborers Rip Rap Person $63.87 15J 11P 8Y https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 14/46 1/13/25,2:43 PM Journey Level Wages Laborers Rivet Buster $64.98 15J 11P 8Y Laborers Rodder $64.98 15J 11P 8Y Laborers Scaffold Erector $63.87 15J 11P 8Y Laborers Scale Person $63.87 15J 11P 8Y Laborers Sloper(Over 20") $64.98 15J 11P 8Y Laborers Sloper Sprayer $63.87 15J 11P 8Y Laborers Spreader(Concrete) $64.98 15J 11P 8Y Laborers Stake Hopper $63.87 15J 11P 8Y Laborers Stock Piler $63.87 15J 11P 8Y Swinging Laborers $54.65 15J 11P 8Y Stage/Boatswain Chair Tamper&Similar Electric, Laborers $64.98 15J i1P 8Y Air&Gas Operated Tools Tamper(Multiple&Self- Laborers $64.98 15J 11P 8Y propelled) Timber Person-Sewer Laborers $64.98 15J 11P 8Y (Lagger,Shorer&Cribber) Toolroom Person (at Laborers $63.87 15J 11P 8Y Jobsite) Laborers Topper $63.87 15J 11P 8Y https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 15/46 1/13/25,2:43 PM Journey Level Wages Laborers Track Laborer $63.87 15J 11P 8Y Laborers Track Liner(Power) $64.98 15J 11P 8Y Laborers Traffic Control Laborer $58.20 15J 11P 9C Laborers Traffic Control Supervisor $61.47 15J 11P 9C Laborers Truck Spotter $63.87 15J 11P 8Y Laborers Tugger Operator $64.98 15J 11P 8Y Tunnel Work-Compressed Laborers $200.40 15J 11P 9B Air Worker 0-30 psi Tunnel Work-Compressed Laborers Air Worker 30.01-44.00 $205.43 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 44.01-54.00 $209.11 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 54.01-60.00 $214.81 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 60.01-64.00 $216.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 64.01-68.00 $222.03 15J 11P 9B psi https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 16/46 1/13/25,2:43 PM Journey Level Wages Tunnel Work-Compressed Laborers Air Worker 68.01-70.00 $223.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 70.01-72.00 $225.93 15J 11P 9B psi Tunnel Work-Compressed Laborers Air Worker 72.01-74.00 $227.93 15J 11P 9B psi Tunnel Work-Guage and Laborers $67.48 15J 11P 8Y Lock Tender Laborers Tunnel Work-Miner $67.48 15J 11P 8Y Laborers Vibrator $64.98 15J 11P 8Y Laborers Vinyl Seamer $63.87 15J 11P 8Y Laborers Watchman $49.97 15J 11P 8Y Laborers Welder $64.98 15J 11P 8Y Laborers Well Point Laborer $64.98 15J 11P 8Y Laborers Window Washer/Cleaner $49.97 15J 11P 8Y Laborers- Underground General Laborer& $63.87 15J 11P 8Y Sewer&Water Topman Laborers- Underground Pipe Layer $64.98 15J lip 8Y Sewer&Water https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 17/46 1/13/25,2:43 PM Journey Level Wages Landscape Landscape Construction Construction/Landscaping $49.97 15J 11P 8Y Or Planting Laborers Landscape Construction Landscape Operator $86.05 15J 11G 8X Landscape Maintenance Groundskeeper $17.87 1 Lathers Journey Level $78.76 150 11S Marble Setters Journey Level $71.82 7E 1N Metal Fabrication(In Shop). Fitter/Certified Welder $42.17 151 11E Metal Fabrication(In Shop). General Laborer $30.07 151 11E Metal Fabrication(In Shop). Mechanic $43.63 151 11E Metal Fabrication(In Shop). Welder/Burner $39.28 151 11E Millwright Journey Level $80.28 5A 1113 Modular Buildings Cabinet Assembly $16.66 1 Modular Buildings Electrician $16.66 1 Modular Buildings Equipment Maintenance $16.66 1 Modular Buildings Plumber $16.66 1 Modular Buildings Production Worker $16.66 1 Modular Buildings Tool Maintenance $16.66 1 https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 18/46 1/13/25,2:43 PM Journey Level Wages Modular Buildings Utility Person $16.66 1 Modular Buildings Welder $16.66 1 Painters Journey Level $54.71 6Z 11J Pile Driver Crew Tender $86.81 15J 1111 9L Pile Driver Journey Level $80.50 15J 1111 9L Plasterers Journey Level $73.54 7Q 1R Plasterers Nozzleman $77.54 7Q 1R Playground&Park Journey Level $16.66 1 Equipment Installers Plumbers&Pipefitters Journey Level $105.59 6Z 1G Power Equipment Asphalt Plant Operators $87.49 15J 11G 8X Operators Power Equipment Assistant Engineer $82.29 15J 11G 8X Operators Power Equipment Barrier Machine(zipper) $86.71 15J 11G 8X Operators Power Equipment Batch Plant Operator: $86.71 15J 11G 8X Operators concrete Power Equipment Boat Operator $87.82 7A 11H 8X Operators Power Equipment Bobcat $82.29 15J 11G 8X Operators https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 19/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Brokk- Remote $82.29 15J 11G 8X Operators Demolition Equipment Power Equipment Brooms $82.29 15J 11G 8X Operators Power Equipment Bump Cutter $86.71 15J 11G 8X Operators Power Equipment Cableways $87.49 15J 11G 8X Operators Power Equipment Chipper $86.71 15J 11G 8X Operators Power Equipment Compressor $82.29 15J 11G 8X Operators Power Equipment Concrete Finish Machine- $82.29 15J 11G 8X Operators Laser Screed Concrete Pump- Mounted Power Equipment Or Trailer High Pressure $86.05 15J 11G 8X Operators Line Pump, Pump High Pressure Concrete Pump:Truck Power Equipment Mount With Boom $87.49 15J 11G 8X Operators Attachment Over 42 M Concrete Pump:Truck Power Equipment Mount With Boom $86.71 15J 11G 8X Operators Attachment Up To 42m Power Equipment Conveyors $86.05 15J 11G 8X Operators https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 20/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Cranes Friction:200 tons $90.46 7A 11H 8X Operators and over Power Equipment Cranes,A-frame:10 tons $82.59 7A 11H 8X Operators and under Cranes:100 tons through Power Equipment 199 tons,or 150'of boom $88.67 7A 11H 8X Operators (including jib with attachments) Power Equipment Cranes:20 tons through $87.03 7A 11H 8X Operators 44 tons with attachments Cranes:200 tons-299 Power Equipment tons,or 250'of boom $89.60 7A 11H 8X Operators including jib with attachments Cranes:300 tons and over Power Equipment or 300'of boom including $90.46 7A 11H 8X Operators jib with attachments Cranes:45 tons through Power Equipment 99 tons,under 150'of $87.82 7A 11H 8X Operators boom(includingjib with attachments) Power Equipment Cranes: Friction cranes $89.60 7A 11H 8X Operators through 199 tons Cranes:through 19 tons Power Equipment with attachments,a-frame $86.36 7A 11H 8X Operators over 10 tons https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 21/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Crusher $86.71 15J 11G 8X Operators Power Equipment Deck Engineer/Deck $86.71 15J 11G 8X Operators Winches(power) Power Equipment Derricks,On Building $87.82 7A 11H 8X Operators Work Power Equipment Dozers D-9&Under $86.05 15J 11G 8X Operators Power Equipment Drill Oilers:Auger Type, $86.05 15J 11G 8X Operators Truck Or Crane Mount Power Equipment Drilling Machine $88.36 15J 11G 8X Operators Power Equipment Elevator and man-lift: $82.29 15J 11G 8X Operators permanent and shaft type Finishing Machine, Bidwell Power Equipment And Gamaco&Similar $86.71 15J 11G 8X Operators Equipment Power Equipment Forklift:3000 Ibs and over $86.05 15J 11G 8X Operators with attachments Power Equipment Forklifts:under 3000 lbs. $82.29 15J 11G 8X Operators with attachments Grade Engineer:Using Power Equipment Blue Prints,Cut Sheets, $86.71 15J 11G 8X Operators Etc Power Equipment Gradechecker/Stakeman $82.29 15J 11G 8X Operators https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 22/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Guardrail Punch $86.71 15J 11G 8X Operators Hard Tail End Dump Power Equipment Articulating Off- Road $87.49 15J 11G 8X Operators Equipment 45 Yards.& Over Hard Tail End Dump Power Equipment Articulating Off-road $86.71 15J 11G 8X Operators Equipment Under 45 Yards Power Equipment Horizontal/Directional Drill $86.05 15J 11G 8X Operators Locator Power Equipment Horizontal/Directional Drill $86.71 15J 11G 8X Operators Operator Power Equipment Hydralifts/Boom Trucks $86.36 7A 11H 8X Operators Over 10 Tons Power Equipment Hydralifts/boom trucks:10 $82.59 7A 11H 8X Operators tons and under Power Equipment Leverman $89.27 15J 11G 8X Operators Power Equipment Loader,Overhead,6 Yards. $87.49 15J 11G 8X Operators But Not Including 8 Yards Power Equipment Loaders,Overhead Under $86.71 15J 11G 8X Operators 6 Yards Power Equipment Loaders, Plant Feed $86.71 15J 11G 8X Operators https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 23/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Loaders: Elevating Type $86.05 15J 11G 8X Operators Belt Power Equipment Locomotives,All $86.71 15J 11G 8X Operators Power Equipment Material Transfer Device $86.71 15J 11G 8X Operators Mechanics:All(Leadmen- Power Equipment $0.50 per hour over $88.36 15J 11G 8X Operators mechanic) Power Equipment Motor Patrol Graders $87.49 15J 11G 8X Operators Mucking Machine, Mole, Power Equipment Tunnel Drill, Boring, Road $87.49 15J 11G 8X Operators Header And/or Shield Oil Distributors, Blower Power Equipment Distribution&Mulch $82.29 15J 11G 8X Operators Seeding Operator Outside Hoists(Elevators Power Equipment and Manlifts),Air Tuggers, $86.05 15J 11G 8X Operators Strato Overhead,bridge type Power Equipment Crane:20 tons through 44 $87.03 7A 11H 8X Operators tons Power Equipment Overhead,bridge type: $88.67 7A 11H 8X Operators 100 tons and over https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 24/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Overhead,bridge type:45 $87.82 7A 11H 8X Operators tons through 99 tons Power Equipment Pavement Breaker $82.29 15J 11G 8X Operators Power Equipment Pile Driver(other Than $86.71 15J 11G 8X Operators Crane Mount) Power Equipment Plant Oiler-Asphalt, $86.05 15J 11G 8X Operators Crusher Power Equipment Posthole Digger, $82.29 15J 11G 8X Operators Mechanical Power Equipment Power Plant $82.29 15J 11G 8X Operators Power Equipment Pumps-Water $82.29 15J 11G 8X Operators Power Equipment Quad 9, Hd 41, D10 And $87.49 15J 11G 8X Operators Over Quick Tower:no cab, Power Equipment under 100 feet in height $86.71 15J 11G 8X Operators base to boom Remote Control Operator Power Equipment On Rubber Tired Earth $87.49 15J 11G 8X Operators Moving Equipment Power Equipment Rigger and Bellman $82.59 7A 11H 8X Operators Power Equipment Rigger/Signal Person, $86.36 7A 11H 8X Operators Bellman(Certified) https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 25/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Rollagon $87.49 15J 11G 8X Operators Power Equipment Roller,Other Than Plant $82.29 15J 11G 8X Operators Mix Power Equipment Roller, Plant Mix Or Multi- $86.05 15J 11G 8X Operators lift Materials Power Equipment Roto-mill, Roto-grinder $86.71 15J 11G 8X Operators Power Equipment Saws-Concrete $86.05 15J 11G 8X Operators Power Equipment Scraper,Self Propelled $86.71 15J 11G 8X Operators Under 45 Yards Power Equipment Scrapers-Concrete& $86.05 15J 11G 8X Operators Carry All Power Equipment Scrapers,Self-propelled: $87.49 15J 11G 8X Operators 45 Yards And Over Power Equipment Service Engineers: $86.05 15J 11G 8X Operators Equipment Power Equipment Shotcrete/Gunite $82.29 15J 11G 8X Operators Equipment Shovel, Excavator, Power Equipment Backhoe,Tractors Under $86.05 15J 11G 8X Operators 15 Metric Tons Shovel, Excavator, Power Equipment Backhoe:Over 30 Metric $87.49 15J 11G 8X Operators Tons To 50 Metric Tons https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 26/46 1/13/25,2:43 PM Journey Level Wages Shovel, Excavator, Power Equipment Backhoes,Tractors:15 To $86.71 15J 11G 8X Operators 30 Metric Tons Shovel, Excavator, Power Equipment Backhoes:Over 50 Metric $88.36 15J 11G 8X Operators Tons To 90 Metric Tons Shovel, Excavator, Power Equipment Backhoes:Over 90 Metric $89.27 15J 11G 8X Operators Tons Power Equipment Slipform Pavers $87.49 15J 11G 8X Operators Power Equipment Spreader,Topsider& $87.49 15J 11G 8X Operators Screedman Power Equipment Subgrader Trimmer $86.71 15J 11G 8X Operators Power Equipment Tower Bucket Elevators $86.05 15J 11G 8X Operators Tower Crane:over 175' Power Equipment through 250' in height, $89.60 7A 11H 8X Operators base to boom Power Equipment Tower crane:up to 175' in $88.67 7A 11H 8X Operators height base to boom Power Equipment Tower Cranes:over 250' in $90.46 7A 11H 8X Operators height from base to boom Power Equipment Transporters,All Track Or $87.49 15J 11G 8X Operators Truck Type https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 27/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Trenching Machines $86.05 15J 11G 8X Operators Power Equipment Truck Crane Oiler/Driver: $87.03 7A 11H 8X Operators 100 tons and over Power Equipment Truck crane oiler/driver: $86.36 7A 11H 8X Operators under 100 tons Power Equipment Truck Mount Portable $86.71 15J 11G 8X Operators Conveyor Power Equipment Vac Truck(Vactor Guzzler, $86.71 15J 11G 8X Operators Hydro Excavator) Power Equipment Welder $87.49 15J 11G 8X Operators Power Equipment Wheel Tractors, Farmall $82.29 15J 11G 8X Operators Type Power Equipment Yo Yo Pay Dozer $86.71 15J 11G 8X Operators Power Equipment Operators- Underground Asphalt Plant Operators $87.49 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Assistant Engineer $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Barrier Machine(zipper) $86.71 15J 11G 8X Sewer&Water https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 28/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Batch Plant Operator, Operators- Underground $86.71 15J 11G 8X Concrete Sewer&Water Power Equipment Operators- Underground Boat Operator $87.82 7A 11H 8X Sewer&Water Power Equipment Operators- Underground Bobcat $82.29 15J 11G 8X Sewer&Water Power Equipment Brokk- Remote Operators- Underground $82.29 15J 11G 8X Demolition Equipment Sewer&Water Power Equipment Operators- Underground Brooms $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Bump Cutter $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Cableways $87.49 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Chipper $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Compressor $82.29 15J 11G 8X Sewer&Water https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 29/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Concrete Finish Machine- Operators- Underground $82.29 15J 11G 8X Laser Screed Sewer&Water Concrete Pump- Mounted Power Equipment Or Trailer High Pressure Operators- Underground $86.05 15J 11G 8X Line Pump, Pump High Sewer&Water Pressure Power Equipment Concrete Pump:Truck Operators- Underground Mount With Boom $87.49 15J 11G 8X Sewer&Water Attachment Over 42 M Power Equipment Concrete Pump:Truck Operators- Underground Mount With Boom $86.71 15J 11G 8X Sewer&Water Attachment Up To 42m Power Equipment Operators- Underground Conveyors $86.05 15J 11G 8X Sewer&Water Power Equipment Cranes Friction:200 tons Operators- Underground $90.46 7A 11H 8X and over Sewer&Water Power Equipment Cranes,A-frame:10 tons Operators- Underground $82.59 7A 11H 8X and under Sewer&Water Cranes:100 tons through Power Equipment 199 tons,or 150'of boom Operators- Underground $88.67 7A 11H 8X (including jib with Sewer&Water attachments) https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 30/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Cranes:20 tons through Operators- Underground $87.03 7A 11H 8X 44 tons with attachments Sewer&Water Cranes:200 tons-299 Power Equipment tons,or 250'of boom Operators- Underground $89.60 7A 11H 8X including jib with Sewer&Water attachments Power Equipment Cranes:300 tons and over Operators- Underground or 300'of boom including $90.46 7A 11H 8X Sewer&Water jib with attachments Cranes:45 tons through Power Equipment 99 tons,under 150'of Operators- Underground $87.82 7A 11H 8X boom(includingjib with Sewer&Water attachments) Power Equipment Cranes: Friction cranes Operators- Underground $89.60 7A 11H 8X through 199 tons Sewer&Water Power Equipment Cranes:through 19 tons Operators- Underground with attachments,a-frame $86.36 7A 11H 8X Sewer&Water over 10 tons Power Equipment Operators- Underground Crusher $86.71 15J 11G 8X Sewer&Water Power Equipment Deck Engineer/Deck Operators- Underground $86.71 15J 11G 8X Winches(power) Sewer&Water https:Hsecure.ini.wa.gov/wagelookup/rates/J*ourney-level-rates 31/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Derricks,On Building Operators- Underground $87.82 7A 11H 8X Work Sewer&Water Power Equipment Operators- Underground Dozers D-9&Under $86.05 15J 11G 8X Sewer&Water Power Equipment Drill Oilers:Auger Type, Operators- Underground $86.05 15J 11G 8X Truck Or Crane Mount Sewer&Water Power Equipment Operators- Underground Drilling Machine $88.36 15J 11G 8X Sewer&Water Power Equipment Elevator and man-lift: Operators- Underground $82.29 15J 11G 8X permanent and shaft type Sewer&Water Power Equipment Finishing Machine, Bidwell Operators- Underground And Gamaco&Similar $86.71 15J 11G 8X Sewer&Water Equipment Power Equipment Forklift:3000 Ibs and over Operators- Underground $86.05 15J 11G 8X with attachments Sewer&Water Power Equipment Forklifts:under 3000 lbs. Operators- Underground $82.29 15J 11G 8X with attachments Sewer&Water Power Equipment Grade Engineer:Using Operators- Underground Blue Prints,Cut Sheets, $86.71 15J 11G 8X Sewer&Water Etc https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 32/46 1/13/25,2:43 PM Journey Level Wages Power Equipment Operators- Underground Gradechecker/Stakeman $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Guardrail Punch $86.71 15J 11G 8X Sewer&Water Hard Tail End Dump Power Equipment Articulating Off- Road Operators- Underground $87.49 15J 11G 8X Equipment 45 Yards.& Sewer&Water Over Hard Tail End Dump Power Equipment Articulating Off-road Operators- Underground $86.71 15J 11G 8X Equipment Under 45 Sewer&Water Yards Power Equipment Horizontal/Directional Drill Operators- Underground $86.05 15J 11G 8X Locator Sewer&Water Power Equipment Horizontal/Directional Drill Operators- Underground $86.71 15J 11G 8X Operator Sewer&Water Power Equipment Hydralifts/boom trucks:10 Operators- Underground $82.59 7A 11H 8X tons and under Sewer&Water Power Equipment Hydralifts/boom trucks: Operators- Underground $86.36 7A 11H 8X over 10 tons Sewer&Water Power Equipment Leverman $89.27 15J 11G 8X Operators- Underground https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 33/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Power Equipment Loader,Overhead,6 Yards. Operators- Underground $87.49 15J 11G 8X But Not Including 8 Yards Sewer&Water Power Equipment Loaders,Overhead Under Operators- Underground $86.71 15J 11G 8X 6 Yards Sewer&Water Power Equipment Operators- Underground Loaders, Plant Feed $86.71 15J 11G 8X Sewer&Water Power Equipment Loaders: Elevating Type Operators- Underground $86.05 15J 11G 8X Belt Sewer&Water Power Equipment Operators- Underground Locomotives,All $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Material Transfer Device $86.71 15J 11G 8X Sewer&Water Power Equipment Mechanics:All(Leadmen- Operators- Underground $0.50 per hour over $88.36 15J 11G 8X Sewer&Water mechanic) Power Equipment Operators- Underground Motor Patrol Graders $87.49 15J 11G 8X Sewer&Water Power Equipment Mucking Machine, Mole, $87.49 15J 11G 8X Operators- Underground Tunnel Drill, Boring, Road https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 34/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Header And/or Shield Power Equipment Oil Distributors, Blower Operators- Underground Distribution&Mulch $82.29 15J 11G 8X Sewer&Water Seeding Operator Power Equipment Outside Hoists(Elevators Operators- Underground and Manlifts),Air Tuggers, $86.05 15J 11G 8X Sewer&Water Strato Power Equipment Overhead,bridge type Operators- Underground Crane:20 tons through 44 $87.03 7A 11H 8X Sewer&Water tons Power Equipment Overhead,bridge type: Operators- Underground $88.67 7A 11H 8X 100 tons and over Sewer&Water Power Equipment Overhead,bridge type:45 Operators- Underground $87.82 7A 11H 8X tons through 99 tons Sewer&Water Power Equipment Operators- Underground Pavement Breaker $82.29 15J 11G 8X Sewer&Water Power Equipment Pile Driver(other Than Operators- Underground $86.71 15J 11G 8X Crane Mount) Sewer&Water Power Equipment Plant Oiler-Asphalt, Operators- Underground $86.05 15J 11G 8X Crusher Sewer&Water Power Equipment Posthole Digger, $82.29 15J 11G 8X Operators- Underground Mechanical https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 35/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Power Equipment Operators- Underground Power Plant $82.29 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Pumps-Water $82.29 15J 11G 8X Sewer&Water Power Equipment Quad 9, Hd 41, D10 And Operators- Underground $87.49 15J 11G 8X Over Sewer&Water Power Equipment Quick Tower:no cab, Operators- Underground under 100 feet in height $86.71 15J 11G 8X Sewer&Water base to boom Power Equipment Remote Control Operator Operators- Underground On Rubber Tired Earth $87.49 15J 11G 8X Sewer&Water Moving Equipment Power Equipment Operators- Underground Rigger and Bellman $82.59 7A 11H 8X Sewer&Water Power Equipment Rigger/Signal Person, Operators- Underground $86.36 7A 11H 8X Bellman(Certified) Sewer&Water Power Equipment Operators- Underground Rollagon $87.49 15J 11G 8X Sewer&Water Power Equipment Roller,Other Than Plant $82.29 15J 11G 8X Operators- Underground Mix https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 36/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Power Equipment Roller, Plant Mix Or Multi- Operators- Underground $86.05 15J 11G 8X lift Materials Sewer&Water Power Equipment Operators- Underground Roto-mill, Roto-grinder $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Saws-Concrete $86.05 15J 11G 8X Sewer&Water Power Equipment Scraper,Self Propelled Operators- Underground $86.71 15J 11G 8X Under 45 Yards Sewer&Water Power Equipment Scrapers-Concrete& Operators- Underground $86.05 15J 11G 8X Carry All Sewer&Water Power Equipment Scrapers,Self-propelled: Operators- Underground $87.49 15J 11G 8X 45 Yards And Over Sewer&Water Power Equipment Shotcrete/Gunite Operators- Underground $82.29 15J 11G 8X Equipment Sewer&Water Power Equipment Shovel, Excavator, Operators- Underground Backhoe,Tractors Under $86.05 15J 11G 8X Sewer&Water 15 Metric Tons Power Equipment Shovel, Excavator, $87.49 15J 11G 8X Operators- Underground Backhoe:Over 30 Metric https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 37/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Tons To 50 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes,Tractors:15 To $86.71 15J 11G 8X Sewer&Water 30 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes:Over 50 Metric $88.36 15J 11G 8X Sewer&Water Tons To 90 Metric Tons Power Equipment Shovel, Excavator, Operators- Underground Backhoes:Over 90 Metric $89.27 15J 11G 8X Sewer&Water Tons Power Equipment Operators- Underground Slipform Pavers $87.49 15J 11G 8X Sewer&Water Power Equipment Spreader,Topsider& Operators- Underground $87.49 15J 11G 8X Screedman Sewer&Water Power Equipment Operators- Underground Subgrader Trimmer $86.71 15J 11G 8X Sewer&Water Power Equipment Operators- Underground Tower Bucket Elevators $86.05 15J 11G 8X Sewer&Water Power Equipment Tower Crane:over 175' Operators- Underground through 250' in height, $89.60 7A 11H 8X Sewer&Water base to boom Power Equipment Tower crane:up to 175' in $88.67 7A 11H 8X Operators- Underground height base to boom https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 38/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Power Equipment Tower Cranes:over 250' in Operators- Underground $90.46 7A 11H 8X height from base to boom Sewer&Water Power Equipment Transporters,All Track Or Operators- Underground $87.49 15J 11G 8X Truck Type Sewer&Water Power Equipment Operators- Underground Trenching Machines $86.05 15J 11G 8X Sewer&Water Power Equipment Truck Crane Oiler/Driver: Operators- Underground $87.03 7A 11H 8X 100 tons and over Sewer&Water Power Equipment Truck crane oiler/driver: Operators- Underground $86.36 7A 11H 8X under 100 tons Sewer&Water Power Equipment Truck Mount Portable Operators- Underground $86.71 15J 11G 8X Conveyor Sewer&Water Power Equipment Vac Truck(Vactor Guzzler, Operators- Underground $86.71 15J 11G 8X Hydro Excavator) Sewer&Water Power Equipment Operators- Underground Welder $87.49 15J 11G 8X Sewer&Water Power Equipment Wheel Tractors, Farmall $82.29 15J 11G 8X Operators- Underground Type https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 39/46 1/13/25,2:43 PM Journey Level Wages Sewer&Water Power Equipment Operators- Underground Yo Yo Pay Dozer $86.71 isi 11G 8X Sewer&Water Power Line Clearance Tree Journey Level In Charge $61.73 SA 4A Trimmers Power Line Clearance Tree Spray Person $58.44 SA 4A Trimmers Power Line Clearance Tree Tree Equipment Operator $61.73 SA 4A Trimmers Power Line Clearance Tree Tree Trimmer $55.14 SA 4A Trimmers Power Line Clearance Tree Tree Trimmer $41.68 SA 4A Trimmers Groundperson Refrigeration&Air Journey Level $98.07 6Z 1G Conditioning Mechanics Residential Brick Mason Journey Level $71.82 7E 1N Residential Carpenters Journey Level $36.44 1 Residential Cement Masons Journey Level $46.64 1 Residential Drywall Journey Level $78.76 isi 4C Applicators Residential Drywall Tapers Journey Level $36.36 1 Residential Electricians Journey Level $48.80 1 https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 40/46 1/13/25,2:43 PM Journey Level Wages Residential Glaziers Journey Level $28.93 1 Residential Insulation Journey Level $28.18 1 Applicators Residential Laborers Journey Level $29.73 1 Residential Marble Setters Journey Level $27.38 1 Residential Painters Journey Level $23.47 1 Residential Plumbers& Journey Level $45.40 1 Pipefitters Residential Refrigeration& Journey Level $99.92 7F 1E Air Conditioning Mechanics Residential Sheet Metal Journey Level $99.92 7F 1E Workers Residential Soft Floor Journey Level $59.52 5A 3J Layers Residential Sprinkler Fitters Journey Level $63.61 1 (Fire Protection) Residential Stone Masons Journey Level $71.82 7E 1N Residential Terrazzo Journey Level $67.51 7E 1N Workers Residential Terrazzo/Tile Journey Level $24.39 1 Finishers Residential Tile Setters Journey Level $21.04 1 https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 41/46 1/13/25,2:43 PM Journey Level Wages Roofers Journey Level $64.45 5A 3H Using Irritable Bituminous Roofers $67.39 5A 3H Materials Journey Level(Field or Sheet Metal Workers $99.92 7F 1E Shop) New Construction Shipbuilding&Ship Repair $58.93 7X 4.11 Boilermaker New Construction Shipbuilding&Ship Repair $51.85 7X 4.11 Carpenter New Construction Crane Shipbuilding&Ship Repair $43.00 7V 1 Operator New Construction Shipbuilding&Ship Repair $58.98 7X 4.11 Electrician New Construction Heat& Shipbuilding&Ship Repair $91.81 15H 11C Frost Insulator Shipbuilding&Ship Repair New Construction Laborer $58.60 7X 4.11 New Construction Shipbuilding&Ship Repair $58.79 7X 4.11 Machinist New Construction Shipbuilding&Ship Repair $43.00 7V 1 Operating Engineer Shipbuilding&Ship Repair New Construction Painter $58.72 7X 4.11 New Construction Shipbuilding&Ship Repair $59.07 7X 4.11 Pipefitter https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 42/46 1/13/25,2:43 PM Journey Level Wages Shipbuilding&Ship Repair New Construction Rigger $58.93 7X 4J New Construction Sheet Shipbuilding&Ship Repair $58.68 7X 4J Metal New Construction Shipbuilding&Ship Repair $51.85 7X 4J Shipwright New Construction Shipbuilding&Ship Repair $43.00 7V 1 Warehouse/Teamster New Construction Welder Shipbuilding&Ship Repair $58.93 7X 4J /Burner Shipbuilding&Ship Repair Ship Repair Boilermaker $58.93 7X 4J Shipbuilding&Ship Repair Ship Repair Carpenter $51.85 7X 4J Ship Repair Crane Shipbuilding&Ship Repair $45.06 7Y 4K Operator Shipbuilding&Ship Repair Ship Repair Electrician $58.98 7X 4J Ship Repair Heat&Frost Shipbuilding&Ship Repair $91.81 15H 11C Insulator Shipbuilding&Ship Repair Ship Repair Laborer $58.60 7X 4J Shipbuilding&Ship Repair Ship Repair Machinist $58.79 7X 4J Ship Repair Operating Shipbuilding&Ship Repair $45.06 7Y 4K Engineer Shipbuilding&Ship Repair Ship Repair Painter $58.72 7X 4J Shipbuilding&Ship Repair Ship Repair Pipefitter $59.07 7X 4J https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 43/46 1/13/25,2:43 PM Journey Level Wages Shipbuilding&Ship Repair Ship Repair Rigger $58.93 7X 4J Shipbuilding&Ship Repair Ship Repair Sheet Metal $58.68 7X 4J Shipbuilding&Ship Repair Ship Repair Shipwright $51.85 7X 4J Ship Repair Warehouse/ Shipbuilding&Ship Repair $45.06 7Y 4K Teamster Sign Makers&Installers Journey Level $58.04 0 1 (Electrical). Sign Makers&Installers Journey Level $37.08 0 1 (Non-Electrical). Soft Floor Layers Journey Level $63.29 15J 4C Solar Controls For Windows Journey Level $16.66 1 Sprinkler Fitters(Fire Journey Level $96.99 5C ix Protection). Stage Rigging Mechanics Journey Level $16.66 1 (Non Structural). Stone Masons Journey Level $71.82 7E 1N Street And Parking Lot Journey Level $19.09 1 Sweeper Workers Assistant Construction Surveyors $86.36 7A 11H 8X Site Surveyor Surveyors Chainman $82.59 7A 11H 8X https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 44/46 1/13/25,2:43 PM Journey Level Wages Construction Site Surveyors $87.82 7A 11H 8X Surveyor Drone Operator(when Surveyors used in conjunction with $82.59 7A 11H 8X survey work only) Ground Penetrating Radar Surveyors $82.59 7A 11H 8X Operator Telecommunication Journey Level $67.16 7E 1E Technicians Telephone Line Cable Splicer $41.35 5A 2B Construction-Outside Telephone Line Hole Digger/Ground $27.31 5A 2B Construction-Outside Person Telephone Line Telephone Equipment $34.53 5A 2B Construction-Outside Operator(Light) Telephone Line Telephone Lineperson $39.07 5A 2B Construction-Outside Terrazzo Workers Journey Level $67.51 7E 1N Tile Setters Journey Level $65.51 7E 1N Tile, Marble&Terrazzo Finisher $56.34 7E 1N Finishers Traffic Control Stripers Journey Level $92.44 15L 1K Truck Drivers Asphalt Mix Over 16 Yards $79.40 15J 11M 8L https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 45/46 1/13/25,2:43 PM Journey Level Wages Truck Drivers Asphalt Mix To 16 Yards $78.56 15J 11M 8L Truck Drivers Dump Truck $78.56 15J 11M 8L Truck Drivers Dump Truck&Trailer $79.40 15J 11M 8L Truck Drivers Other Trucks $79.40 15J 11M 8L Truck Drivers- Ready Mix Transit Mix $79.40 15J 11M 8L Well Drillers&Irrigation Irrigation Pump Installer $17.71 1 Pump Installers Well Drillers&Irrigation Oiler $16.66 1 Pump Installers Well Drillers&Irrigation Well Driller $18.00 1 Pump Installers https:Hsecure.ini.wa.gov/wagelookup/rates/journey-level-rates 46/46 Signature: ���G 7- 1*l4ndtf Signature: Plkd�w L"ffli Eric T.Hinrichs(Feb 13,2025 09:49 PST) Phung Huyn (Feb 13, 025 10:01 PST) Email: ehinrichs@kentwa.gov Email: parkscontracts@kentwa.gov Signature: --0992; ie Parascon bla(Feb 14,202510:08 PST) Email: jparascondola@kentwa.gov Golf-021325-Judge Netting Final Audit Report 2025-02-14 Created: 2025-02-13 By: Melanie Manning(mmanning@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAg1OxblPljTK-f7FgKuSuKeF7DBwgKY2H "Golf-021325-Judge Netting" History Document created by Melanie Manning (mmanning@kentwa.gov) 2025-02-13-5:15:21 PM GMT Document emailed to ehinrichs@kentwa.gov for signature 2025-02-13-5:25:32 PM GMT Email viewed by ehinrichs@kentwa.gov 2025-02-13-5:47:21 PM GMT Signer ehinrichs@kentwa.gov entered name at signing as Eric T. Hinrichs 2025-02-13-5:49:01 PM GMT ca Document e-signed by Eric T. Hinrichs (ehinrichs@kentwa.gov) Signature Date:2025-02-13-5:49:03 PM GMT-Time Source:server Document emailed to Kent Parks (parkscontracts@kentwa.gov)for signature 2025-02-13-5:49:06 PM GMT 3 Email viewed by Kent Parks (parkscontracts@kentwa.gov) 2025-02-13-6:00:45 PM GMT } Signer Kent Parks (parkscontracts@kentwa.gov) entered name at signing as Phung Huynh 2025-02-13-6:01:19 PM GMT Document e-signed by Phung Huynh (parkscontracts@kentwa.gov) Signature Date:2025-02-13-6:01:21 PM GMT-Time Source:server Document emailed to Kirt Ecker(kirt@jn-mw.com)for signature 2025-02-13-6:01:24 PM GMT .; Email viewed by Kirt Ecker(kirt@jn-mw.com) 2025-02-13-10:12:11 PM GMT Q Adobe Acrobat Sign E= Document e-signed by Kirt Ecker(kirt@jn-mw.com) Signature Date:2025-02-13-10:14:03 PM GMT-Time Source:server Document emailed to Julie Parascondola Qparascondola@kentwa.gov)for signature 2025-02-13-10:14:07 PM GMT Email viewed by Julie Parascondola (jarascondola@kentwa.gov) 2025-02-14-6:08:24 PM GMT E= Document e-signed by Julie Parascondola Qparascondola@kentwa.gov) Signature Date:2025-02-14-6:08:58 PM GMT-Time Source:server Agreement completed. 2025-02-14-6:08:58 PM GMT Adobe Acrobat Sign