Loading...
HomeMy WebLinkAboutContract w N%NW CONTRACTS OTHER THAN FEDERAL-AID FHWA THIS AGREEMENT, made and entered into this day of by and between THE CITY OF RENTON, Washington, a municipal co oration of the State of Washington, hereinafter referred to as "CITY" and Cascade Machinery & Electric. Inc., hereinafter referred to as "CONTRACTOR." WITNESSETH: 1) The Contractor shall within the time stipulated, (to-wit: within 60 working days from date of commencement hereof as required by the Contract, of which this agreement is a component part) perform all the work and services required to be performed, and provide and furnish all of the labor, materials, appliances, machines, tools, equipment, utility and transportation services necessary to perform the Contract, and shall complete the construction and installation work in a workmanlike manner, in connection with the City's Project (identified as No. SWP-27-3038 for improvement by construction and installation of: Work as described in "Scope of Work"dated May 2010 , attached hereto. All the foregoing shall be timely performed, furnished, constructed, installed and completed in strict conformity with the plans and specifications, including any and all addenda issued by the City and all other documents hereinafter enumerated, and in full compliance with all applicable codes, ordinances and regulations of the City of Renton and any other governmental authority having jurisdiction thereover. It is further agreed and stipulated that all of said labor, materials, appliances, machines, tools, equipment and services shall be furnished and the construction installation performed and completed to the satisfaction and the approval of the City's Public Works Director as being in such conformity with the plans, specifications and all requirements of or arising under the Contract. The Contractor agrees to use recycled materials whenever practicable. 2) The aforesaid Contract,entered into by the acceptance of the Contractor's bid and signing of this agreement, consists of the following documents, all of which are component parts of said Contract and as fully a part thereof as if herein set out in full, and if not attached, as if hereto attached. a) This Agreement b) Specifications(see Scope of Work item `d') c) Maps and Plans(As-built of Pump Station) d) Bid/Scope of Work Letter e) Special Provisions, if any(no special provisions) f) Technical Specifications, if any(see Scope of Work item `d') 1 C 1 -2009 3) If the Contractor refuses or fails to prosecute the work or any part thereof, with such diligence as will insure its completion within the time specified in this Contract, or any extension in writing thereof, or fails to complete said work with such time, or if the Contractor shall be adjudged a bankrupt, or if he should make a general assignment for the benefit of his creditors, or if a receiver shall be appointed on account of the Contractor's insolvency, or if he or any of his subcontractors should violate any of the provisions of this Contract, the City may then serve written notice upon him and his surety of its intention to terminate the Contract, and unless within ten(10)days after the serving of such notice, such violation or non-compliance of any provision of the Contract shall cease and satisfactory arrangement for the correction thereof be made, this Contract, shall, upon the expiration of said ten (10) day period, cease and terminate in every respect. In the event of any such termination, the City shall immediately serve written notice thereof upon the surety and the Contractor and the surety shall have the right to take over and perform the Contract, provided, however, that if the surety within fifteen (15) daYs after the serving upon it of such notice of termination does not perform the Contract or does not commence performance thereof, the City itself may take over the work under the Contract and prosecute the same to completion by Contract or by any other method it may deem advisable, for the account and at the expense of the Contractor, and his surety shall be liable to the City for any excess cost or other damages occasioned the City thereby. In such event, the City, if it so elects, may, without liability for so doing, take possession of and utilize in completing said Contract such materials, machinery, appliances, equipment, plants and other properties belonging to the Contractor as may be on site of the project and useful therein. 4) The foregoing provisions are in addition to and not in limitation of any other rights or remedies available to the City. 5) Contractor agrees and covenants to hold and save the City, its officers, agents, representatives and employees harmless and to promptly indemnify same from and against any and all claims, actions, damages, liability of every type and nature including all costs and legal expenses incurred by reason of any work arising under or in connection with the Contract to be performed hereunder, including loss of life, personal injury and/or damage to property arising from or out of any occurrence, omission or activity upon, on or about the premises worked upon or in any way relating to this Contract. This hold harmless and indemnification provision shall likewise apply for or on account of any patented or unpatented invention, process, article or appliance manufactured for use in the performance of the Contract, including its use by the City, unless otherwise specifically provided for in this Contract. The Contractor agrees to name the City as an additional insured on a noncontributory primary basis. In the event the City shall, without fault on its part, be made a party to any litigation commenced by or against Contractor, then Contractor shall proceed and hold the City harmless and he shall pay all costs, expenses and reasonable attorney's fees incurred or paid by the City in connection with such litigation. Furthermore, Contractor agrees to pay all costs, expenses and reasonable attorney's fees that may be incurred or paid by City in the enforcement of any of the covenants, provisions and agreements hereunder. Nothing herein shall require the Contractor to indemnify the City against and hold harmless the City, from claims, demands or suits based solely upon the conduct of the City, its officers or employees and provided further that if claims or suits are caused by or result from the concurrent negligence of(a)the Contractor's agents or employees and(b)the City, 2 C 1-21009 '4�" its agents, officers and employees, and involves those actions covered by RCW 4.24.115, this indemnity provision with respect to claims or suits based upon such concurrent negligence shall be valid and enforceable only to the extent of the Contractor's negligence or the negligence of the Contractor's agents or employees. 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 and volunteers, the contractor's liability hereunder shall be only to the extent of the contractor's negligence. It is further specifically and expressly understood that the indemnification provided herein constitute the contractor's waiver of immunity under the Industrial Insurance Act, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this agreement. 6) Any notice from one party to the other party under the Contract shall be in writing and shall be dated and signed by the party giving such notice or by its duly authorized representative of such party. Any such notice as heretofore specified shall be given by personal delivery thereof or by depositing same in the United States mail, postage prepaid, certified or registered mail. 7) The Contractor shall commence performance of the Contract no later than 10 calendar days after Contract final execution, and shall complete the full performance of the Contract not later than 30 working days from the date of commencement. For each and every working day of delay after the established day of completion, it is hereby stipulated and agreed that the damages to the City occasioned by said delay will be the sum of per Section 1-08.9 of Standard Specifications as liquidated damages (and not as a penalty) for each such day,which shall be paid by the Contractor to the City. 8) Neither the final certificate of payment not any provision in the Contract nor partial or entire use of any installation provided for by this Contract shall relieve the Contractor of liability in respect to any warranties or responsibility for faulty materials or workmanship. The Contractor shall be under the duty to remedy any defects in the work and pay for any damage to other work resulting therefrom which shall appear within the period of one (1) year from the date of final acceptance of the work, unless a longer period is specified. The City will give notice of observed defects as heretofore specified with reasonable promptness after discovery thereof, and Contractor shall be obligated to take immediate steps to correct and remedy any such defect, fault or breach at the sole cost and expense of Contractor. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. 3 ('1-2009 The Contractor agrees the above one year limitation shall not exclude or diminish the City's rights under any law to obtain damages and recover costs resulting from defective and unauthorized work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed or implied arising out of a written agreement. 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. 9) The Contractor and each subcontractor, if any, shall submit to the City such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and miscellaneous data pertaining to the Contract as may be requested by the City from time to time. 10) The Contractor shall furnish a surety bond or bonds as security for the faithful performance of the Contract, including the payment of all persons and firms performing labor on the construction project under this Contract or furnishing materials in connection with this Contract; said bond to be in the full amount of the Contract price as specified in Paragraph 12. The surety or sureties on such bond or bonds must be duly licensed as a surety in the State of Washington. 11) The Contractor shall verify, when submitting first payment invoice and annually thereafter, possession of a current City of Renton business license while conducting work for the City. The Contractor shall require, and provide verification upon request, that all subcontractors participating in a City project possess a current City of Renton business license. The Contractor shall provide, and obtain City approval of, a traffic control plan prior to conducting work in City right-of-way. 12) The total amount of this contract is the sum of_$43,368.57 numbers Forty Three Thousand Three Hundred Sixty Eight Dollars and Fifty Seven written words including Washington State Sales Tax. Payments will be made to Contractor as specified in the "Special Provisions" of this Contract. 13) INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement and that the Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. 14) 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. 15) 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 4 C]-2009 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. 16) Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three(3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. 17) 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. 18) Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the city and Contractor. 19) Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. 20) Counterparts. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTORCITY OFZ�rT� l: icretary rtner/Owner Y Mayor e n i.s L a j ; ATTEST'r '• Bonnie I . Walton, 'CiiyClerk tj Firm Name check one , \ ❑ Individual ❑ Partnership P/Corporation Incorporated in 5 C 1-2009 Attention: If business is a CORPORATION, name of the corporation should be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business as)and firm or trade name; any one partner may sign the contract. If business is an INDIVIDUAL PROPRIETORSHIP,the name of the owner should appear followed by d/b/a and name of the company. 6 C 1-21009 CASCADE MACHINERY &tLECTRIC, INC. \ 4600 East Marginal Way South • PO Box 3575 • Seattle,WA 98124 PH 206.762.0500 FX 206.767.5122 EMAIL:cmeweb@cascade-machinery.com WEB:www.cascade-machinery.com May 5' 2010 A Northwest Supplier Since 1918 With Complete Steve Lee Service&Repair City of Renton 1055 S Grady Way Renton WA 98057 Reference: Rainier Pump Station Repair Project Scope of Work and Cost Proposal Dear Steve; Please find below our proposal for the City of Renton's Rainier Pump Station repair as requested by the city. Cascade Machinery & Electric Inc. has been in business for over 90 years and we have successfully serviced the City of Renton's Rainier Pumps Station in the past. Cascade possesses the knowledge, parts, equipment and personnel to refurbish your existing pump station while leaving the pump station in working condition during the repair work. Below are the proposal, cost, assumptions, and anticipated schedule for the repair work as requested by the city. Base Proposal: The City of Renton will disconnect the pumps mechanically and electrically in preparation for removal and transport by Cascade Machinery & Electric Inc. We will use a boom truck (price for labor and truck shown below) to hoist the pumps out of the pump station and return the pump to our shop using our flatbed truck. The truck and crane costs include three mobilizations at the pump station site including lift-out of the first pump and motor, return of the repaired pump and motor along with the lift out of the second pump and motor and return of the second repaired pump and motor. Once in our shop we will tear down the pump and motor and replace all wearable items in the pump which include: all bearings, washers, gaskets, lip seals, springs, and retaining plate. We will also ensure that the grease fittings and pipes are in good working condition or replace as necessary. The shaft and impeller will be replaced as part of this proposal. We will inspect the motor, steam clean, bake and replace the bearings. We will then reassemble and test the motor before re-assembling the pump and motor SEATTLE PORTLAND SPOKANE BOISE ANCHORAGE KODIAK DUTCH HARBOR NAKNEK 206.762.0500 503.788.2850 509.534.3559 208.343.2076 907.222.3200 907.486.5350 907.581.2900 907.246.4230 24 - Hour Emergency Service 800.289.0500 NNW package. We will also supply and install new voltage monitors in the control system per your request as part of the total pump quote. Cascade Machinery & Electric Inc. will return the repaired pump and motor unit to the pump station, reinstall and startup the unit to ensure proper operation. After this is complete we will perform this entire operation for the second pump and motor package. The price shown below is based on us reusing the volute. $ 18,553.00 Each Pump X 2 Two Pumps $37,106.00 2,500.00 Crane Truck $39,606.00 Sub Total 3,762.57 Sales Tag (9.5%) $43,368.57 Grand Total It is assumed within this scope that new shafts and impellers will be installed. Note Cascade Machinery & Electric Inc. will charge the same labor amount for new parts or repaired/refurbished parts. Warranty: Chicago Pumps offers a one year warranty on workmanship and materials for replacement parts. Cascade Machinery & Electric Inc offers a 90 day warranty on all mechanical repairs, parts and labor. Approximate Schedule: Notice to Proceed with Project May 26, 2010 Order Parts May 28, 2010 Receive Parts at Cascade Machinery & Electric Inc July 23, 2010 Mobilize for Pump/Motor 1 Removal July 26, 2010 Mobilize for Pump/Motor 1 Install August 9, 2010 (Includes energizing and testing) and Pump/Motor 2 Removal Mobilize for Pump/Motor 2 Install, August 23, 2010 (Includes energizing and testing) Finish/Final Invoice Sent August 30, 2010 The price shown above includes all freight, FOB Destination. After review, if you have any questions, comments or would like us to modify our quote, please do not hesitate to call. We look forward to helping you meet your mechanical & electrical requirements, not only today, but in the future as well. Best regards, Z/ Rick Hust Sales Date: Ztme- -7. lot o *09w, `W.►'° CAG Contractor: IA: P A&C Wi , T� �f/s/�e E. /KdQ,qa�(fB1j� 9Bi .4A&Tr 1�)wu-oS»o X206)+99-os3/ �Y ti O City of Renton . Forms, Contract Forms, Conditions of , the Contract, Plans and Specifications 1 V �O City of Renton Repair Construction of- Rainier £Rainier Pump Station Repair Project PROJECT NO. SWP-27-3038 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Steve Lee,425-430-7205 ® Printed on Recycled Paper CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Rainier Pump Station Repair Project PROJECT NO. SWP-27-3038 June 2010 CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 ® Printed on Recycled Paper NEW �..r✓ CITY OF RENTON SUMMARY OF FAIR PRACTICES POLICY ADOPTED BY RESOLUTION NO. 3229 It is the policy of the City of Renton to promote and provide equal treatment and service to all citizens and to ensure equal employment opportunity to all persons without regard to race, color, national origin, ethnic background, gender, marital status, religion, age or disability, when the City of Renton can reasonably accommodate the disability, of employees and applicants for employment and fair, non- discriminatory treatment to all citizens. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - The City of Renton will ensure all employment related activities included recruitment, selection, promotion, demotion, training, retention and separation are conducted in a manner which is based on job-related criteria which does not discriminate against women, minorities and other protected classes. Human resources decisions will be in accordance with individual performance, staffing requirements, governing civil service rules,and labor contract agreements. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity in employment. (3) AFFIRMATIVE ACTION PLAN - The City of Renton Affirmative Action Plan and Equal Employment Program will be maintained and administered to facilitate equitable representation with the City work force and to assure equal employment opportunity to all. It shall be the responsibility of elected officials, the Mayor, the Affirmative Action Officer, department administrators, managers, supervisors, Contract Compliance Officers and all employees to carry out the policies, guidelines and corrective measures set forth in the Affirmative Action Plan and Equal Employment Program. (4) CONTRACTORS' OBLIGATIONS - Contractors, sub-contractors, consultants and suppliers conducting business with the City of Renton shall affirm and subscribe to the Fair Practices and Non-discrimination policies set forth by the law and in the City's Affirmative Action Plan and Equal Employment Program. Copies of this policy shall be distributed to all City employees, shall appear in all operational documentation of the City, including bid calls, and shall be prominently displayed in appropriate city facilities. CONCURRED IN by the City Council of the City of RENTON,Washington,this 7ttday of October, 1996. CITY OF RENTON: RENTON CITY COUNCIL: Ntayor Council President Attest: \ City Cler 03_SUMRY.D0C\ CITY OF RENTON SUMMARY OFAMF.ItICANS WITH DISABILITIESACT POLICY ADOPTED BYRESOLUTIONNO. 3007 The policy of the City of Renton is to promote and afford equal tr+eatzrial and service to all citizens and to assure employment opporttmity to persons with disabilities, when the City of Renton can reasonably accommodate the disability. This policy shall be based on the principles of equal employment opportunity, the Americsins With Disabilities Act and other applicable guidelines as set forth in federal, state and local laws. All departments of the City of Renton shall adhere to the following guidelines: (1) EMPLOYMENT PRACTICES - All activities relating to employment such as recruitment, selection,promotion,termination and training shall be conducted in a non- discriminatory manner. Personnel decisions will be based on individual performance, stabling requirements, and in accordance with the Americans With Disabilities Act and other applicable laws and regulations. (2) COOPERATION WITH HUMAN RIGHTS ORGANIZATIONS - The City of Renton will cooperate fully with all organizations and commissions organized to promote fair practices and equal opportunity for persons with disabilities in employment and receipt of City services,activities and programs. (3) AMERICANS WITH DISABUMES ACT POLICY-The City of Renton Americans With Disabilities Act Policy will be maintained to facilitate equitable representation within the City work force and to assure equal employment opportunity and equal access to City services, activities and programs to all people with disabilities. It shall be the responsibility and the duty of all City officials and employees to carry out the policies and guidelines as set forth in this policy (4) CONTRACTOR$' OBLIGATION - Contractors, subcontractors, consultants and suppliers conducting business with the City of Renton shall abide by the requirements of the Americans With Disabilities Act and promote access to services, activities and programs for people with disabilities. Copies of this policy shall be distributed to all City employees,shall appear in all operational documentation of the City, including bid calls,and.shall be prominently displayed in appropriate City facilities. CONCURRED IN by the City Council of the City of Renton, Washington, this 4th. day of October 1993. ClTYQGW RENTON RENTON CITY COUNCIL: Mayor Cbuncil President Attest: City Clerk *400W -ftoe CITY OF RENTON SWP 27-3038 SCOPE OF WORK &FIE ALSO AQoP4WI- I-e=;C) The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications,to include but not be limited to: The Rainier Pump Station is located along the frontage right-of-way of 595 Rainier Avenue South in front of a car sales lot and immediately south of the BNSF Rainier train overpass bridge along Rainier Avenue South. The proposed pump station repair will refurbish the existing pumps and motors that were first installed in 1960 by WSDOT, had it's mechanical pumps refurbished in the early 80s and later had some minor control modifications in 1992. The mechanical pump and motor system is in need of a refurbishment to ensure continued operation of the storm discharge that enables Rainier Avenue South to remain open during storms. The scope of work for this project proposes using a sole source contract with Cascade Machinery who originally installed and refurbished the Rainier Pump Station in the past. Cascade has the machinery, past system knowledge and performance, and special skills necessary to ensure an efficient and seemless mechanical refurbishment of the facility. The following work will be provided by Cascade Machinery: • Lift pumps and motors after the City has detached valve and floor bolts. • Refurbish pumps and motors' wearable parts including bearings, washers, gaskets, lip seals, springs and retaining plate, • Replace with new shafts and impellers, • Inspect motor, steam clean,bake,and replace bearings, • Reassemble pump and motor and test the equipment, and • Supply and install new control voltage monitors. Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. A total of 45working days will be allowed for the completion of this project. Z Q w Q S�.ai,lY�58C1hM� �S LLJ tz vi H x Z CQQ 4L V�s„it Z U_ b 4k E llj R r� State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section-Telephone(360)902-5335 PO Box 44540,Olympia,WA 98504-4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects,workers'wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL $40.03 1H 5D BOILERMAKERS JOURNEY LEVEL $56.53 1C 5N BRICK MASON BRICK AND BLOCK FINISHER $39.49 1M 5A JOURNEY LEVEL $46.35 IM 5A BUILDING SERVICE EMPLOYEES JANITOR $17.98 2F 5S TRAVELING WAXER/SHAMPOOER $18.39 2F 5S WINDOW CLEANER(NON-SCAFFOLD) $22.65 2F 5S WINDOW CLEANER(SCAFFOLD) $23.51 2F 5S CABINET MAKERS(IN SHOP) JOURNEY LEVEL $16.67 1 CARPENTERS ACOUSTICAL WORKER $48.60 1H 5D BRIDGE,DOCK AND WARF CARPENTERS $48.47 1H 5D CARPENTER $48.47 1 H - 5D CREOSOTED MATERIAL $48.57 1H 5D DRYWALL APPLICATOR $48.74 1-H 5D FLOOR FINISHER $48.60 1H 5D FLOOR LAYER $48.60 1H 5D FLOOR SANDER $48.60 IH 5D MILLWRIGHT AND MACHINE ERECTORS $49.47 1H 5D PILEDRIVERS,DRIVING,PULLING,PLACING COLLARS AND WELDING $48.67 IH 5D SAWFILER $48.60 1H 5D SHINGLER $48.60 1H 5D STATIONARY POWER SAW OPERATOR $48.60 1H 5D STATIONARY WOODWORKING TOOLS $48.60 1 H 5D CEMENT MASONS JOURNEY LEVEL $49.15 1M 5D DIVERS&TENDERS DIVER $100.28 1M 5D 8A DIVER ON STANDBY $56.68 1M 5D DIVER TENDER $52.23 1M 5D SURFACE RCV&ROV OPERATOR $52.23 1M 5D SURFACE RCV&ROV OPERATOR TENDER $48.85 1 B 5A DREDGE WORKERS ASSISTANT ENGINEER $49.57 1T 5D 8L ASSISTANT MATE(DECKHAND) $49.06 1T 5D 8L BOATMEN $49.57 1T 5D 8L ENGINEER WELDER $49.62 1T 5D 8L Page 1 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 8L OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $25.34 1E 5L ELECTRICIANS-INSIDE CABLE SPLICER $61.95 2W 5L CABLE SPLICER(TUNNEL) $66.57 2W 5L CERTIFIED WELDER $59.85 2W 5L CERTIFIED WELDER(TUNNEL) $64.25 2W 5L CONSTRUCTION STOCK PERSON $31.83 2W 5L JOURNEY LEVEL $57.74 2W 5L JOURNEY LEVEL(TUNNEL) $61.95 2W 5L ELECTRICIANS-MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS-POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A 5A HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $31.00 1 ELEVATOR CONSTRUCTORS MECHANIC $67.91 4A 6Q MECHANIC IN CHARGE $73.87 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.60 2K 5B FENCE ERECTORS FENCE ERECTOR $15.18 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT&FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $50.28 1S 51 HEATING EQUIPMENT MECHANICS MECHANIC $59.32 1E 6L HOD CARRIERS&MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 Page 2 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 513 COOK $45.36 1K 5B DECKHAND $45.36 1K 56 ENGINEER/DECKHAND $46.25 1K 5B MATE,LAUNCH OPERATOR $47.35 1K 5B INSPECTION/CLEANING/SEALING OF SEWER&WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR,FOAMER OPERATOR $31.49 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $24.91 1 TECHNICIAN $19.33 1 TV TRUCK OPERATOR $20.45 1 INSULATION APPLICATORS JOURNEY LEVEL $48.47 1M 5D IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H 5D BATCH WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 5D BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 1H 5D CEMENT DUMPER/PAVING $40.77 1H 5D CEMENT FINISHER TENDER $40.03 1H 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN(OVER 30 LBS) $40.77 1H 5D CHIPPING GUN(UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCK TENDER $40.03 1 H 5D CLEAN-UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1 H 5D CONCRETE SAW OPERATOR $40.77 1 H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION,WRECKING&MOVING(INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR(HYDRAULIC,DIAMOND) $40.77 1 H 5D DRILL OPERATOR,AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1 H 5D EPDXY TECHNICIAN $40.03 1 H 5D EROSION CONTROL WORKER $40.03 1H 5D FALLER/BUCKER,CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP(i.e.,dusting,vacuuming,window cleaning;NOT $30.84 1 H 5D construction debris cleanup) Page 3 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code FINE GRADERS $40.03 1H 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D GENERAL LABORER $40.03 1H 5D GRADE CHECKER&TRANSIT PERSON $41.28 1 H 5D GRINDERS $40.03 1H 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H 5D HAZARDOUS WASTE WORKER LEVEL A $41.28 1 H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H 5D HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARRIER/MORTARMAN $41.28 1H 5D JACKHAMMER $40.77 1H 5D LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER-MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1 H 5D MINER $41.28 1H 5D NOZZLEMAN,CONCRETE PUMP,GREEN CUTTER WHEN USING HIGH $40.77 1H 5D PRESSURE AIR&WATER ON CONCRETE&ROCK,SANDBLAST, GUNITE,SHOTCRETE,WATER BLASTER PAVEMENT BREAKER $40.77 1 H 5D PILOT CAR $33.93 1 H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER(NOT INSERT TYPE) $40.77 1H 5D PIPELAYER&CAULKER $40.77 1 H 5D PIPELAYER&CAULKER(LEAD) $41.28 1 H 5D PIPEWRAPPER $40.77 1H 5D POTTENDER $40.03 1H 5D POWDERMAN $41.28 1H 5D POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 5D RAILROAD SPIKE PULLER(POWER) $40.77 1H 5D RE-TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 1H 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPER(OVER 20") $40.77 1H 5D SLOPERSPRAYMAN $40.03 1H 5D SPREADER(CLARY POWER OR SIMILAR TYPES) $40.77 1H 5D SPREADER(CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER&SIMILAR ELECTRIC,AIR&GAS $40.77 1H 5D TAMPER(MULTIPLE&SELF PROPELLED) $40.77 1H 5D TOOLROOM MAN(AT JOB SITE) $40.03 1H 5D TOPPER-TAILER $40.03 1H 5D TRACK LABORER $40.03 1H 5D TRACK LINER(POWER) $40.77 1 H 5D Page 4 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TRUCK SPOTTER $40.03 1 H 5D TUGGER OPERATOR $40.77 1 H 5D VIBRATING SCREED(AIR,GAS,OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1 H 5D VINYL SEAMER $40.03 1H 5D WELDER $40.03 1H 5D WELL-POINT LABORER $40.77 1H 5D LABORERS-UNDERGROUND SEWER&WATER GENERAL LABORER&TOPMAN $40.03 1H 5D PIPE LAYER $40.77 1 H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $13.56 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $28.17 1 LANDSCAPING OR PLANTING LABORERS $17.87 1 LATHERS JOURNEY LEVEL $48.74 1H 5D MARBLE.SETTERS JOURNEY LEVEL $46.35 1M 5A METAL FABRICATION(IN SHOP) FITTER $15.86 1 LABORER $9.78 1 MACHINE OPERATOR $13.04 1 PAINTER $11.10 1 WELDER $15.48 1 MODULAR BUILDINGS CABINET ASSEMBLY $11.56 1 ELECTRICIAN $11.56 1 EQUIPMENT MAINTENANCE $11.56 1 PLUMBER $11.56 1 PRODUCTION WORKER $9.40 1 TOOL MAINTENANCE $11.56 1 UTILITY PERSON $11.56 1 WELDER $11.56 1 PAINTERS JOURNEY LEVEL $34.87 2B 6Z PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND&PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS&PIPEFITTERS JOURNEY LEVEL $66.44 1G 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50.39 1T 5D 8P ASSISTANT ENGINEERS $47.12 1T 5D 8P BACKHOE,EXCAVATOR SHOVEL,OVER 50 METRIC TONS TO 90 METRIC $50.94 1T 5D 8P TONS BACKHOE,EXCAVATOR SHOVEL,OVER 90 METRIC TONS $51.51 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,OVER 30 METRIC TONS TO 50 $50.39 1T 5D 8P METRIC TONS BACKHOE,EXCAVATOR,SHOVEL,TRACTORS UNDER 15 METRIC TONS $49.48 1T 5D 8P BACKHOE,EXCAVATOR,SHOVEL,TRACTORS: 15 TO 30 METRIC TONS $49.90 1T 5D 8P BARRIER MACHINE(ZIPPER) $49.90 1T 5D 8P Page 5 vow KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code BATCH PLANT OPERATOR,CONCRETE $49.90 1T 5D 8P BELT LOADERS(ELEVATING TYPE) $49.48 1T 5D 8P BOBCAT(SKID STEER) $47.12 1T 5D 8P BROKK-REMOTE DEMOLITION EQUIPMENT $47.12 1T 5D 8P BROOMS $47.12 1T 5D 8P BUMP CUTTER $49.90 1T 5D 8P CABLEWAYS $50.39 1T 5D 8P CHIPPER $49.90 1T 5D 8P COMPRESSORS $47.12 1T 5D 8P CONCRETE FINISH MACHINE-LASER SCREED $47.12 1T 5D 8P CONCRETE PUMPS $49.48 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 1T 5D 8P CONCRETE PUMP-TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 1T 5D 8P METERS CONVEYORS $49.48 1T 5D 8P CRANE,FRICTION 100 TONS THROUGH 199 TONS $51.51 1T 5D 8P CRANE,FRICTION OVER 200 TONS $52.07 1T 5D 8P CRANES, THRU 19 TONS,WITH ATTACHMENTS $49.48 1T 5D 8P CRANES, 20-44 TONS,WITH ATTACHMENTS $49.90 1T 5D 8P CRANES, 45 TONS-99 TONS,UNDER 150 FT OF BOOM(INCLUDING JIB $50.39 1T 5D 8P WITH ATACHMENTS) CRANES,100 TONS-199 TONS,OR 150 FT OF BOOM(INCLUDING JIB $50.94 1T 5D 8P WITH ATTACHMENTS) CRANES,200 TONS TO 300 TONS,OR 250 FT OF BOOM(INCLUDING JIB $51.51 1T 5D 8P WITH ATTACHMENTS) CRANES,A-FRAME, 10 TON AND UNDER $47.12 1T 5D 8P CRANES,A-FRAME,OVER 10 TON $49.48 1T 5D 8P CRANES,OVER 300 TONS,OR 300'OF BOOM INCLUDING JIB WITH $52.07 1T 5D 8P ATTACHMENTS CRANES,OVERHEAD,BRIDGE TYPE(20-44 TONS) $49.90 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(45-99 TONS) $50.39 1T 5D 8P CRANES,OVERHEAD,BRIDGE TYPE(100 TONS&OVER) $50.94 1T 5D 8P CRANES,TOWER CRANE UP TO 175'IN HEIGHT, BASE TO BOOM $50.94 1T 5D 8P CRANES,TOWER CRANE OVER 175'IN HEIGHT,BASE TO BOOM $51.51 1T 5D 8P CRUSHERS $49.90 1T 5D 8P DECK ENGINEER/DECK WINCHES(POWER) $49.90 1T 5D 8P DERRICK,BUILDING $50.39 1T 5D 8P DOZER,QUAD 9,D-10,AND HD-41 $50.39 1T 5D 8P DOZERS,D-9&UNDER $49.48 1T 5D 8P DRILL OILERS-AUGER TYPE,TRUCK OR CRANE MOUNT $49.48 1T 5D 8P DRILLING MACHINE $49.90 1T 5D 8P ELEVATOR AND MANLIFT,PERMANENT AND SHAFT-TYPE $47.12 1T 5D 8P EQUIPMENT SERVICE ENGINEER(OILER) $49.48 1T 5D 8P FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 1T 5D 8P FORK LIFTS,(3000 LBS AND OVER) $49.48 1T 5D 8P FORK LIFTS,(UNDER 3000 LBS) $47.12 1T 5D 8P GRADE ENGINEER $49.90 1T 5D 8P GRADECHECKER AND STAKEMAN $47.12 1T 5D 8P GUARDRAIL PUNCH $49.90 1T 5D 8P HOISTS,OUTSIDE(ELEVATORS AND MANLIFTS),AIR TUGGERS $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL LOCATOR $49.48 1T 5D 8P HORIZONTAL/DIRECTIONAL DRILL OPERATOR $49.90 1T 5D 8P HYDRALIFTS/BOOM TRUCKS(10 TON&UNDER) $47.12 1T 5D 8P Page 6 "w✓ KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code HYDRALIFTS/BOOM TRUCKS(OVER 10 TON) $49.48 1T 5D 8P LOADERS,OVERHEAD(6 YD UP TO 8 YD) $50.39 . 1T 5D 8P LOADERS,OVERHEAD(8 YD&OVER) $50.94 1T 5D 8P LOADERS,OVERHEAD(UNDER 6 YD),PLANT FEED $49.90 1T 5D 8P LOCOMOTIVES,ALL $49.90 1T 5D 8P MECHANICS,ALL $50.94 1T 5D 8P MIXERS,ASPHALT PLANT $49.90 1T 5D 8P MOTOR PATROL GRADER(FINISHING) $50.39 1T 5D 8P MOTOR PATROL GRADER(NON-FINISHING) $49.48 1T 5D 8P MUCKING MACHINE,MOLE,TUNNEL DRILL AND/OR SHIELD $50.39 1T 5D 8P OIL DISTRIBUTORS,BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 1T 5D 8P OPERATOR PAVEMENT BREAKER $47.12 1T 5D 8P PILEDRIVER(OTHER THAN CRANE MOUNT) $49.90 1T 5D 8P PLANT OILER(ASPHALT,CRUSHER) $49.48 1T 5D 8P POSTHOLE DIGGER,MECHANICAL $47.12 1T 5D 8P POWER PLANT $47.12 1T 5D 8P PUMPS,WATER $47.12 1T 5D 8P QUICK TOWER-NO CAB,UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 1T 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 1T 5D 8P EQUIP RIGGER AND BELLMAN $47.12 1T 5D 8P ROLLAGON $50.39 1T 5D 8P ROLLER,OTHER THAN PLANT ROAD MIX $47.12 1T 5D 8P ROLLERS,PLANTMIX OR MULTILIFT MATERIALS $49.48 1 T 5D 813 ROTO-MILL,ROTO-GRINDER $49.90 1T 5D 8P SAWS,CONCRETE $49.48 1T 5D 8P SCRAPERS-SELF PROPELLED,HARD TAIL END DUMP,ARTICULATING $50.39 1T 5D 8P OFF-ROAD EQUIPMENT(45 YD AND OVER) SCRAPERS,CONCRETE AND CARRY ALL $49.48 1T 5D 8P SCRAPER-SELF PROPELLED,HARD-TAIL END DUMP,ARTICULATING $49.90 1T 5D 8P OFF-ROAD EQUIPMENT(UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 1T 5D 8P SLIPFORM PAVERS $50.39 1T 5D 8P SPREADER,TOPSIDER&SCREEDMAN $50.39 1T 5D 813 SUBGRADE TRIMMER $49.90 1T 5D 8P TOWER BUCKET ELEVATORS $49.48 1T 5D 8P TRACTORS,(75 HP&UNDER) $49.48 1T 5D 8P TRACTORS,(OVER 75 HP) $49.90 1T 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 1T 5D 8P TRANSPORTERS,ALL TRACK OR TRUCK TYPE $50.39 1T 5D 8P TRENCHING MACHINES $49.48 1T 5D 8P TRUCK CRANE OILER/DRIVER(UNDER 100 TON) $49,48 1T 5D 8P TRUCK CRANE OILERIDRIVER(100 TON&OVER) $49.90 1T 5D 8P TRUCK MOUNT PORTABLE CONVEYER $49,90 1T 5D 8P WELDER $50.39 1T 5D 8P WHEEL TRACTORS,FARMALL TYPE $47.12 1T 5D 8P YO YO PAY DOZER $49.90 1T 5D 813 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $40.79 4A 5A SPRAY PERSON $38.73 4A 5A TREE EQUIPMENT OPERATOR $39.25 4A 5A TREE TRIMMER $36.50 4A 5A Page 7 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TREE TRIMMER GROUNDPERSON $27.55 4A 5A REFRIGERATION&AIR CONDITIONING MECHANICS MECHANIC $37.91 1 RESIDENTIAL BRICK MASON JOURNEY LEVEL $46.35 1 M 5A RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $22.64 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $48.79 1E 5P RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1 RESIDENTIAL GLAZIERS JOURNEY LEVEL $34.54 1 H 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 1 RESIDENTIAL LABORERS JOURNEY LEVEL $23.03 1 RESIDENTIAL MARBLE SETTERS JOURNEY LEVEL $24.09 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $24.46 1 RESIDENTIAL PLUMBERS&PIPEFITTERS JOURNEY LEVEL $34.69 1 RESIDENTIAL REFRIGERATION&AIR CONDITIONING MECHANICS JOURNEY LEVEL $62.56 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL(FIELD OR SHOP) $35.25 1R 6L RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A RESIDENTIAL SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $36.81 2R 5C RESIDENTIAL STONE MASONS JOURNEY LEVEL $46.35 1 M 5A RESIDENTIAL TERRAZZO WORKERS JOURNEY LEVEL $45.26 1 M 5A RESIDENTIAL TERRAZZO/TILE FINISHERS JOURNEY LEVEL $21.46 1 RESIDENTIAL TILE SETTERS JOURNEY LEVEL $25.17 1 ROOFERS JOURNEY LEVEL $40.05 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $43.05 1R 5A SHEET METALWORKERS JOURNEY LEVEL(FIELD OR SHOP) $59.32 1E 6L SHIPBUILDING&SHIP REPAIR BOILERMAKER $32.56 1H 6W CARPENTER $33.59 1B 6X ELECTRICIAN $33.45 1B 6X HEAT&FROST INSULATOR $50.28 1S 5J LABORER $32.17 1 B 6X Page 8 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code MACHINIST $33.28 1 B 6X OPERATOR $35.61 1B 6X PAINTER $33.21 1B 6X PIPEFITTER $33.18 1B 6X RIGGER $33.17 1B 6X SANDBLASTER $32.16 1B 6X SHEET METAL $33.19 1B 6X SHIPFITTER $33.17 1B 6X TRUCKER $33.04 1 B 6X WAREHOUSE $33.09 1 B 6X WELDER/BURNER $33.17 1B 6X SIGN MAKERS&INSTALLERS(ELECTRICAL) SIGN INSTALLER $22.92 1 SIGN MAKER $21.36 1 SIGN MAKERS &INSTALLERS(NON-ELECTRICAL) SIGN INSTALLER $27.28 1 SIGN MAKER $33.25 1 SOFT FLOOR LAYERS JOURNEY LEVEL $39.19 2X 5A SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 1 5S SPRINKLER FITTERS(FIRE PROTECTION) JOURNEY LEVEL $64.29 1X 5C STAGE RIGGING MECHANICS(NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STONE MASONS JOURNEY LEVEL $46.35 1M 5A STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $19.09 1 SURVEYORS ASSISTANT CONSTRUCTION SITE SURVEYOR $49.48 1T 5D 8P CHAIN PERSON $48.96 1T 5D 8P CONSTRUCTION SITE SURVEYOR $50.39 1T 5D 8P TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.76 1 TELEPHONE LINE CONSTRUCTION-OUTSIDE CABLE SPLICER $32.27 2B 5A HOLE DIGGER/GROUND PERSON $18.10 2B 5A INSTALLER(REPAIRER) $30.94 2B 5A JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B 5A SPECIAL APPARATUS INSTALLER 1 $32.27 2B 5A SPECIAL APPARATUS INSTALLER 11 $31.62 2B 5A TELEPHONE EQUIPMENT OPERATOR(HEAVY) $32.27 2B 5A TELEPHONE EQUIPMENT OPERATOR(LIGHT) $30.02 2B 5A TELEVISION GROUND PERSON $17.18 2B 5A TELEVISION LINEPERSON/INSTALLER $22.73 2B 5A TELEVISION SYSTEM TECHNICIAN $27.09 2B 5A TELEVISION TECHNICIAN $24.35 2B 5A TREE TRIMMER $30.02 2B 5A TERRAZZO WORKERS JOURNEY LEVEL $45.26 1M 5A Page 9 10111111111110 KING COUNTY EFFECTIVE 3-03-2010 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code TILE SETTERS JOURNEY LEVEL $21.65 1 TILE,MARBLE&TERRAZZO FINISHERS FINISHER $39.09 1B 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K 5A TRUCK DRIVERS ASPHALT MIX(TO 16 YARDS) $45.63 1T 5D 8L ASPHALT MIX(OVER 16 YARDS) $46.47 1T 5D 8L DUMP TRUCK $45.63 1T 5D 8L DUMP TRUCK&TRAILER $46.47 1T 5D 8L OTHER TRUCKS $46.47 1T 5D 8L TRANSIT MIXER $23.45 1 WELL DRILLERS&IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 1 OILER $12.97 1 WELL DRILLER $18.00 1 Page 10 Department of Labor and industries `-4004' Prevailing Wage STATEMENT OF INTENT TO east"T�o ('G")9 0'-53" PAY PREVAILING WAGES «,ivw.lni.wa.govUl'radesLicensing/PrevailingWage ,_ Public Works Contract $25.00 Filing Fee Re uired • This form must be typed or printed in ink. Project Name Contract# • Large,bold numbers match.instructions on back of form. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once apEroved Zour form will besled onlin t' e at the above website. P POb'F Address Contractor,company or agency name,address,city,state&ZIP+4 City State ZIP+4 Awarding Agency Project Contact Person Phone N County where work was performed City where work was performed Bid due date (mm/dd/yy) Date contract awarded (mm/dd/yy) Will all work be subcontracted? Do you intend to use subcontractors? ❑ Yes ❑ No ❑ Yes ❑ No Prime contractor(has contract with the public agency) Contractor Registration N Expected job start date(mm/dd/yy) Do you intend to use apprentices? ❑ Yes ❑ No Crafdtrade/occupation(Do NOT list apprentices} Estimated no. Rate of Rate of hourly fringe Indicate number ofowners expected to perform work.. of workers hourly paybenefits Company name Indicate total dollar amount of your contract _$ or time and materials if applicable. Address 1 hereby certify that the above inforrhation is correct and that all workers 1 employ on this Public Works Project will be paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor.Registration No. UBI Title Signature Industrial Insurance Account Number 4__444___-------------- -- Email address Phone number For L&i Use'& ly . _—,---- --- _— Check Number: --- -- ❑ $25 or $ —For L&1'Use Only —_- Issued By: APPROVED: Department of Labor and Industries By --... - 4.444---- Industrial Statistician F700-029-000 statement of intent to pay prevailing wages 12-04 After APPROVAL,send white copy to Awarding Agency. Canary copy-Ul Department of Labor and Industries 'orti Y Prevailing Wage R�yar�tew AFFIDAVIT OF WAGES PAID o � (360)902-5335 Public Works Contract http://www.lni.wa.govfrradesLicensing/PrevailingWage �' $25.00 Filing Fee Required • This form must be typed or printed in ink. Project Name Contract x • Fill in all blanks or form will be returned for correction see back. • Please allow a minimum of 10 working days for processing. Contract Awarding Agency(public agency-not federal or private) • Once a roved, our form will be nted online at the website above. +7... i .'. .; i Address Contractor,companyoragency name,address,city,state&ZIP+4 Cit' State ZIP+4 Awarding Agency Project Contact Person Phone M County where work was performed City where work was performed Bid due date(mm/dd/yy) Date contract awarded (mm/dd/yy) Date work completed (mm/dd/yy) Date Intent filed (mm/dd/yy) Was all work subcontracted? Did you intend to use subcontractors? Prime contractor(has contract with the public agency) Contractor Registration No. El Yes ❑ No L1Yes L3No Job start date(mm/dd/yy) Craft/trade/occupation and apprentices.(For apprentices,give name,registration#, Number Total#ofhoursate of Rate of Hourly trade,dates of work on project,stage of progression,wage and fringe.) of Workers worked—ca.trade HoRurly Pay Fringe Benefits Indicate number of owners that performed work. Company name Indicate total dollar amount of your contract. Is Address I hereby certify that the above information is correct and that all workers I employed on this Public Works Project were paid no less City State ZIP+4 than the Prevailing Wage Rate(s) as determined by the Industrial Statistician of the Department of Labor and Industries Contractor Registration No. UBI Title Signature Industrial Insurance Account Number w.,. Email address Phone number Check Number: ❑ $25 or $ Issued By: APPROVED: Department of Labor and Industries By Industrial Statistician F700-007-000 affidavit of wages 10-06 After APPROVAL,send white copy to Awardine Aeencv. Canary copy—L&I t . ..-.' .:' y ` ;, '.+ ` ,�.i 1 �.� � i �, WSJ!t�•ry'tF, I ,;, � G � �. i 's...+ray.:.!•iw-•+w.,e.;ra-.,T`,,.•. •- I • x k� 4'�� .�t. t r rp '�1 l:,f,'.�,.-�_ �.�1-w4w'..�•'rrF•,,,Ji..�.1::aL.�,w.:,..w ..,...+..t,e�:�:atWi�+:,....+.i—_ . 1Mpp:W.P � 0 rh i V'.t. ..(. ... .!.. ..I,_-..'. T ;�.,.—.'.1�;—.�.•�••_���;.,1--^,-1;^ i��iit l' !I� �i•�Itlllt. „"�'- ��+„� U' /� �-0 IS 0 '� t�f I�ii �i' .�_._. t��n i�,��1�:_��4_.•pr�..:..tl..n3-��,..Yu�.._.i.l.4pII.../��'�ic,h.�..;:•.ltN:�t-�dl•(.I... bt f.-N.IC.,/�<S"��/,i+�'I,r�.•I/'.2JJ 1�,L\2•�z02p�.,,l4 a_e.,�z.,4c..3.\i:�>o.i.a.....�n•c�'."�.nte��,��"les9�<.fr•r.'.�..�...�.RU��1es)I1��FG�•)pe'!�s •,.�yG��cnIJf r'�tid,,�,�').y��C��,\�w:P`-\,�—"Q.'\cO�R. -oo tN�NyESA�•hr_c,s'iatiC�E..vr:OhrcM`��,"�p�A_aw�-E'o t4S�N�,'oTX _Y N •_)XC\ ti.,-'c.o�:��_�.•\l_1_1N�.e�_�-u�r^i'. LZZ�,I�j 1p�ZuLu `Z1'i r"Hp(y��1_�'�A•cSr-r3I y\/�'.(➢�V.-r-�! v•G��o� �I . o , w'.—_-• it 14 im-+-vfir AS 170 00 q 0 U >FP rl OD CD 40 .1AA A,B Z4 .70 501 z\.S4; (17 c PACIFIC 0 ncr . �� esT ' 'i 1, 1 6 (0, '10 _3 Lt,,W ill 6 ./ � � �i. \6..+� �� Q ..... UC.f_w.� ir•tent.. ..i... �.. .� P.c,rys,d,�.) 3.Z�"� � f -.. y• c p x <.�>.�.�,R.R. „ u.- t� X-6, F f1 F F C.I./+/OnhO/Q Rimy ornd CovcrI6'r 717-Z7tWV-,6 iom.OVC,71isy C ro r i q h \ � \ � ,.i ��•� i i i �� I �o 00 gayer �c � �� �°n• ng^�` �` �aa � \ � �J �u� o`''0 G`�c� �\a gg Y yo•r� n;� �1 I al � tv � � s �; j' s � o��.a �� a� � 3'� ai*� 4°� Qn�0i3� � a'3 h� ���� � I � �`��o �c I `o•J' °��' �\. '• `l c'\ J,`0 q C\ p O teaa. M0 O• \ �� y 0�`�J.O \..�+'fl -- Z yYI' G OQ.Jp G O- Y `�! \ _.�ra� a•nr+p \ Io n � ° ,n J ,an 0 �N • q4, X0.0 ',w 4 14 n .� r 's �. a I { v o T3 n tv �,o o�,3 a� w, _- i �• {��— _ 0 6'Cio/v,s!`�c/�o%e f/oar• guide. t • I n� Via+ 7(J �;C� 0'0o1•�`:��i � � "_.._) � 2- .Bo f 'ri— $ 'Nu •<_r"..1...1 �'. P�oof 7br - `f' i w orTl " TA � �I N�Iv o. � r v.�n•:c.�i'n q��g,�:� � i � \ $N4 1, n•n kJ I b' ITmn p 3 \ f h y 0 C- 0 1 N \n rev J' 0 ` Ai m 0 D ^m`��w��`� j tc nti y �y n� �j,(A0 a�`�° I $� �• �o � �� ate'+\ •; I °�, �� °�'�o '0 �,g /=o' �' � � �o ti o ti� q � �� a�,�\n.0� — ._•..•I.� `L /Cii.;oin oirC�Yorurm d •`1 � � < < < it CS 4 01 ne\00� m a� oma j�b�o� ` off e 'oo'L � n h �' Doti ,•�, ^ ��� ^ � o�obJ �\°• J `w� � y --• � �=-.J �� r o ��� °o Q �� o , • en a. �,G �+�'; Z n � � � as t\Q n w \n \v - z :E m vim, D � ° C 0 � � n � a G � `oo � _ 'On e CZ1�E., m GAO < t Di rn ZOvC z I a S D m z Z O O C 1• f" � '� a.1 q• \ p V IR a.. fid'