Loading...
HomeMy WebLinkAboutPuget Sound Masonry & Restorat #02-16PUBLIC WORKS AGREEMENT NO. 02-16 For Work Under $25,000 THIS AGREEMENT is entered into between the City of Auburn, a Washington Municipal Corporation ("City"), and Puget Sound Masonry & Restoration Inc. ("Contractor"), whose mailing address is 107,~[5 Stone Ave N, Seattle WA 98133. The parties agree as follows: I. CONTRACTOR SERVICES. The Contractor shall perform the services for the City as shown on the attached Exhibit A, which is by this reference incorporated herein and made a part hereof: II. TIME OF COMPLETION. The Contractor shall complete the work within 35 working days from the date of issuance of the City's Notice to Proceed. IIl. COMPENSATION. The City shall pay the Contractor the total amount of seven thousand eight hundred fifty-five dollars and fifty cents ($7,855.50) plus Washington State Sales Tax of six hundred ninety-one dollars and twenty-eight cents ($691.28) for a total contract price of eight thousand, six hundred forty-six dollars and seventy-eight cents ($8,646.78), for the work and services contemplated in this agreement. A. RETAINAGE. The Contractor may elect to (1) furnish a performance bond, in which case the City shall hold back retainage in the amount of five percent (5 %) of any and all pa~nents made to the Contractor, or (2) have the City retain, in lieu of the performance bond, fifty percent (50%) ot' the total contract amount, pursuant to RCW 39.08.010. The Contractor shall execute a "Declaration of Option for Performance Bond or Additional Retainage" form to indicate his/her option. In either case, said retainage shall be held by the City 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, State Employement Security Department, and the State Department of Labor & Industries and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Defective or Unauthorized Work. The City reserves its right to withhold payment fiom 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 oftl~is agreement; and extra work and materials fumished 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. PUBLIC WORKS AGREEMENT NO. 02-16 July I I, 2002 C. Final Pawnent: Waiver of Claims. The making of final payment (excluding withheld mtainage) shall constitute a waiver of claims, except those previously and properly made and :identified by Contractor as unsettled at the time request for final payment is made. 1V. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor - Employer Relationship will be created by this agreement, the City being interested only in the results obtained under this agreement. 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. If the City terminates this agreement for good cause, the Contractor shall not receiw~ any further monies due under this agreement until the Contract work is completed. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages" with the State of Washington Department of Labor & Industries prior to commencing the contract work. The Contractor shall pay prevailing wages and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest iprevailing wage rate revision issued by the Department of Labor & Industries is attached. No paymant will be made until an approved "Statement of Intent to Pay Prevailing Wages," has been received. Final payment shall not be released until an "Affidavit of Wages Paid" has been received. VII. CHANGES. The City may issue a written change order for any change in the contract work during the performance of this agreement, lfthe Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to an authorized agent of the City within fifteen (15) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change, lfthe City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustmant. 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 mritten change order. If the Contractor fails to require a change order within the time allowed, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract PUBLIC WORKS AGREEMENT NO. 02-16 July I I, 2002 Page 2 of 7 work. If the Contractor disagrees with the equitable adjustment the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided below: A. Procedure and Protest by the Contractor. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including m~y diiection, instruction, interpretation, or determination by the City, the Contractor shall: 1. Immediately give a signed written notice of protest to the City; 2. Supplement the written protest within fifteen (15) calendar days with a written statement that provides the following information: a. The date of the Contractor's protest. b. The nature and circumstances that caused the protest. c. The provisions in this agreement that support the protest. d. The estimated dollar cost, if any, of the protested work and how that estimate was determined. e. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. The Contractor shall keep complete records of extra costs and time incurred as a result of the protested work. The City shall have access to any of the Contractor's records needed for evaluating the protest. 3. The City will evaluate all protests, provided the procedures in this section are fi>llowed. If the City determines that a protest is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. B. Contractor's Duty to Complete Protested Work. In spite of any protest, the Contractor shall proceed promptly with the work as the City has ordered. C. Contractor's Acceptance of Changes. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provideded in this sectinn 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. 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). PUBLIC WORKS AGREEMENT NO. 02-16 July I I, 2002 Pa~e 3 of 7 VIII. CLAIMS. The Contractor waives right to a claim if they have not followed procedures outlined in Section VII.A of this agreement. If resolution cannot be reached under Section VII.A, then the Contractor shall give written notice to the City of all claims other than change orders within fifteen (15) calendar days of the City's notice of its final decision on the Contractor's protest. 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; or, if (and only if~ no such provision is applicable, unless that claim is set forth in detail in writing and received by the City within seven (7) calendar days from the date the Contractor knew, or should have known, of the facts giving rise to the claim. At a minimum, a Contractor's written claim must include the information set forth regarding protests in Section VII.A. 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. The Contractor must, in any event, file any claim or bring any suit arising from or connected with this agreement within 120 calendar days from the date the contract work is complete. IX. WARRANTY. The Contractor shall correct all defects in workmanship and materials within one year from the date of the City's acceptance of the contract work. When defects m'e corrected, the warranty for that portion of the work shall extend for one year from the date such correction is completed and accepted by the City. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect, lfthe Contractor does not accomplish the corrections within a reasonable time, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. X. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officer, 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 performance of this agreement, except for injuries and damages caused by the sole negligence of the City. 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 corm 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 pemons or damages to property caused by or resulting from the concurrent negligence of the Contractor and ~[he City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. PUBUC WORKS AGREEMENT NO, 02-16 July I I, 2002 Pa~e 4 of 7 It is further specifically and expressly understood that this indemnification constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. The parties acknowledge that they have mutually negotiated this waiver. The provisions of this section shall survive the expiration or termination of this agreement. XI. INSURANCE. The Contractor shall procure and maintain for the duration of this agreement, insurance against claims for injuries to persons or damage to property that may arise from or in connection with the performance of the contract work by the Contractor, its agents, repn~-sentatives, employees or subcontractors. Before beginning work on the project described in this agreement, the Contractor shall provide a Certificate of Insurance evidencing: A. Automobile Liability insurance with limits no less than $1,000,000 combined single limit per accident fur bodily injury and property damage; and B. Commercial General Liability insurance written on an occurrence basis with limits no less than $1,000,000 combined single limit per occurrence and $2,000,000 aggregate for personal injury, bodily injury and property damage. Coverage shall include but not be limited to: blanket contractual; products/completed operations/broad form property damage; and employer's liability. Any payment of deductible or self insured retention shall be the sole responsibility of the Contractor. The City reserves the right to receive a certified copy of all the required insm'mace policies. XII. MISCELLANEOUS. A. Nondiscrimination. In the hiring of employees for the performance of work under this agreement the Contractor, its subcontractors, or any person acting on behalf of contractor shall not, by reason of race, religion, color, sex, national origin, or the presence of any sensory, mental, .or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. B. Compliance with Laws. The Contractor shall comply with all federal, state and local laws, rules and regulations throughout every aspect in the performance of this agreement. C. Work Performed at Contractor's Risk. The Contractor shall take all precautions necessary and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of this agreement. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. D. Nonwaiver of Breach. The failure of the City to insist upon strict performance of any of the terms and rights contained herein, or to exercise any option heroin conferred in one or more instances, shall not be construed to be a waiver or relinquishment of those terms and rights and they shall remain in full force and effect. PUBLIC WORKS AGREEMENT NO, 02-16 July I l. 2002 Pa~$ of? E. Governing I.aw. This agreement shall be governed and construed in accordance with the laws of the State of Washington. If any dispute arises between the City and the Contractor under any of the provisions of this agreement, resolution of that dispute shall be available only tta'ough the jurisdiction, venue and roles of the King County Superior Court, King County, Washington. F. Attorney's Fees. To the extent not inconsitent with RCW 39.04.240, in any claim or lawsuit for damages arising fi-om the parties' performance of this agreement, each party shall be responsible for payment of its own legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit; however, nothing in this subsection shall limit the City's right to indemnification under Section 10 of this agreement. G. Written Notice. All communications regarding this agreement shall be sent to the parties at the addresses listed on the signature page of this agreement, unless otherwise notified. Any written notice shall become effective upon delivery, but in any event three (3) calendar 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. H. Assignment. Any assignment of this agreement by the Contractor without the written consent of the City shall be void. I. 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. J. Severabilitv. If any one or more sections, sub-sections, or sentences of this agreement are held to be unconstitutional or invalid, that decision shall not affect the validity of the remaining portion of this agreement and the remainder shall remain in full fume and effect. K. Entire Agreement. The written provisions and terms of this agreement, together with any attached Exhibits, supersede all prior verbal statements by any representative of the City, and those statements shall not be construed as forming a part of or altering in any manner this agreement. This agreement and any attached Exhibits contain the entire agreement between the parties. Should any language in any Exhibit to this agreement conflict with any language contained in this agreement, the terms of this agreement shall prevail. PUBLIC WORKS AGREEMENT NO. 02-16 July 11, 2002 Page 6 of 7 IN WITNESS WHEREOF, the parties below have executed this agreement. PUGET SOUND MASONRY & RESTORATION INC. (Sig~tu~e) By ~.~ ~)~ (Print name here) t (Autho~tz~d representative) DATE: ~-3~'~- 0-9..~ Contractor Registration No. PUGETI*223JA State Tax ID # Federal Tax ID # THE CITY OF AUBURN (Signature) By Peter B. Lewis Its Mayor DATE: ~.Z~-t/~ '0 2-.- Notices to be sent to: CONTRACTOR PUGET SOUND MASONRY & RESTORATION INC. 10745 Stone Ave N Seattle WA 98133 PHONE: 206.367.6710 FAX: 206.365.7166 Notices to be sent to: CITY OF AUBURN Attn: Jeff Weir 25 West Main Street Auburn, WA 980014998 PHONE: 253.804.3121 FAX: 253.931.3053 APPROVED AS TO FORM: Daniel B. He~, City Atto-m~' \ ._~ ATTEST: H:~PROJ~IS748-1 H:XFORMS~FC125 (1/02) PUBLIC WORKS AGREEMENT NO, 02-16 July 11,2002 Page 7 of? EXHIBIT A SMALL WORKS - REQUEST FOR QUOTES CITY OF AUBURN TUCK POINT/MASON REPAIR, EAST TOWER & EAST WALL Your fa'm has been selected to submit a quote for the City of Auburn Tuck PoinffMason Repair of the East Tower & East Wall project. The major items of work include: Tuck Point all exterior failed mortar. Acid wash and apply high solids exterior sealer. Erect and maintain scaffolding, and pressure wash areas as needed. Contractor shall supply all equipment and materials. Any area, equipment, or space disturbed by the contxactor shall be restored to equal or better condition. The entire project, including.clean up, shall be physically completed within 35 days of starting date. The City of Auburn does not discriminate on the grounds of race, color, religion, national origin sex, age or handicap in consideration for a project award. The Washington State Prevailing Wage Law (or applicable federal statute) applies to this work. A copy of the most current prevailing wage law or federal statute will be provided upon request. The City reserves the right to reject any and all quotes, waive technicalities or irregularities and to accept any quote if such action is believed to be for the best interest of the City of Auburn. The Contractor shall coordinate all work, including a pre-quote walk-through with Jeff Wei~', City of Auburn Building Manager or his assigned designee(s). Quote must be received by 6/24/02~ Material type listing (i.e. grout type, wall sealer, etc) mu~t accompany quote. Please submit your itemized quote and material type listing to: Jeff Weir, Building Manager Plarming Department - Building Division 25 West Main St Auburn, WA 98001 (253) 931-3121 office (253) 931-3053 fax Contract 02-16 Exhibit A Page 1 QUOTE SHEET TUCK POINT/MASON REPAIR, EAST TOWER & EAST WALL Submitted by: I certify under penalty of perjury under the laws of the State of Washington that I am the offi¢iait authorized to submit this quote on behalf of: FIRM N~E Address Phone Numb~ Authorized Official FAX Number (Please print name) Title Date (Signature) Contractor's State License Number: Expiration Date: Contractor's State Tax Registration Number: Federal Tax ID Number: Item Description Qty Unit Price Total Price # 1 Furnish, Erect & Maintain Scaffolding #2 Pressure Wash Areas As Needed #3 Tuck point All Exterior Failed Mortar Joints Of East Stairwell & East Wall g4 Acid Clean & Apply High Solids Exterior Sealer #5 Acid Washing & Sealant #6 Equipment Rental . #7 Clean up #8. #9 Sub-total of above items W.4 State Sales Tax 8.8% Total Quote RECEIPT OF ADDENDA. I certify and acknowledge receipt of the following ADDENDA to the quote documents and that due consideration thereof has been used in preparing and submitting this quote. IADDENDUM NO. 1. 2. DATE OF RECEIPT OF ADDENDLLM SIGNED ACKNOWLEDGEMENT NOTE: Failure to herein acknowledge receipt of the addenda may be considered an irregularity in this proposal. Contract 02-16 Exhibit A Page 2 TUCK POINT/MASON REPAIR, EAST TOWER & EAST WALL IgdN(~ County- Effective: 3/3/02 Page 1 of 12 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 by clicking on the benefit code. KING County Effective 3/3/02 Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER Prevailing Overtime Holiday Note Wage Code Code Code $29.67 1M 5D $38.71 1B ~H $35.37 1M 5~A $11.71 $35.31 !.M. 5D $35.15 1M 5D $35.15 1M 5~D $35.25 !M 5D $34.94 JM 5D $35.28 1M 5D $35.28 !M 5D $35.28 !M ~D $36.15 1M 5D $35.35 !.M 5.D $35.28 !M 5D $35.28 !M KD http ://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 ] i KING County - Effective: 3/3/02 Page 2 of 12 STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER WELDER LEVERMAN, HYDRAULIC MAINTENANCE MATES OILER DRYWALL TAPERS JOURNEY LEVEL ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL ELECTRICIANS - INSIDE CABLE SPLICER CABLE SPLICER (TUNNEL) CERTIFIED WELDER CERTIFIED WELDER (TUNNEL) CONSTRUCTION STOCK PERSON JOURNEY LEVEL JOURNEY LEVEL (TUNNEL) ELECTRICIANS - MOTOR SHOP CRAFTSMAN JOURNEY LEVEL ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER CERTIFIED LINE WELDER GROUNDPERSON HEAD GROUNDPERSON HEAVY LINE EQUIPMENT OPERATOR JACKHAMMER OPERATOR JOURNEY LEVEL LINEPERSON LINE EQUIPMENT OPERATOR POLE SPRAYER $35.28 $35.28 $36.15 $75.57 $37.85 $35.67 $35.23 $35.67 $35.72 $37.11 $35.23 $35.67 $35.33 $34.92 $18.69 $45.65 $62.70 $43.99 $60.27 $23.33 $42.33 $57.83 $15.37 $14.69 $44.01 $40.40 $29.62 $31.13 $40.40 $31.13 $40.40 $34.44 $40.40 1M 1M !M !B I~B !B .!.8 lB lB I~B 1J 1D .1D !.P 1D I_D I~D 2A 4* 4~A 4A 4A 4A 4~ 4A 5D 5~D 5D 5~D 5D 5~D 5D 5D 5D 5D 5D 5B 6~H 6U 6~H 6.H 6H 5~A 5A 5A 5~ 5~A 8A 8L 8L 8~L 8L 8L 8L http://www.lni.wa.gov/prevailingwage/jwages/20021/co l 7.htm 7/11/2002 K1NG County- Effective: 3/3/02 ?age 3 off2 POWDERPERSON $31.13 ELECTRONIC & TELECOMMUNICATION TECHNICIANS 4~A JOURNEY LEVEL $12.07 ! ELEVATOR CONSTRUCTORS CONSTRUCTOR $31.29 4,~ MECHANIC $42.25 MECHANIC IN CHARGE $46.63 4A PROBATIONARY CONSTRUCTOR $16.27 4A FABRICATED PRECAST CONCRETE PRODUCTS ARCHITECTURAL AND PRESTRESSED $11.05 1_ CONCRETE - All Classifications ALL OTHER CONCRETE PRODUCTS - Carpenter $18.77 I~B ALL OTHER CONCRETE PRODUCTS - Clean-up $17,99 ALL OTHER CONCRETE PRODUCTS - Fabricator $18.24 lB ALL OTHER CONCRETE PRODUCTS - Gunite $18.24 I~B ALL OTHER CONCRETE PRODUCTS - $18.77 ! B Maintenance ALL OTHER CONCRETE PRODUCTS - Operator $18.24 1B ALL OTHER CONCRETE PRODUCTS - Welder $18.24 ALL OTHER CONCRETE PRODUCTS - Wet Pour $17.99 I~B ALL OTHER CONCRETE PRODUCTS - Yard Patch $17.99 1B FENCE ERECTORS FENCE ERECTOR $24.62 1_ FLAGGERS JOURNEY LEVEL $24.99 !M GLAZIERS JOURNEY LEVEL $35.96 HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $35.93 I~F HEATING EQUIPMENT MECHANICS MECHANIC $18.45 .!.J HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $30.15 .!M INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1- INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN ASSISTANT ENGINEER $30.70 1K CHIEF ENGINEER $31.57 !K COOK $26.58 I~K 5A 6Q 6~S 6S 65 6S 6S 6~S 6S 5D 56 5C 5~ 5D 5P 5D http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 KIN(} County - Effective: 3/3/09 page 4 of 12 DECK ENGINEER, ABLE SEAMAN, OILER DECKHAND FIRST MATE MASTER MATE, LAUNCH OPERATOR MESSMAN ORDINARY SEAMAN $26.58 1 K 5~D $26.17 .!..K $30.80 !.1'~ $33.74 I~K 513 $28.83 1K 5D $21.96 1K 5D $23.28 I~K 5D INSPECTIONICLEANINGISEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1_ TECHNICIAN $6.90 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $35.15 !M ~D IRONWORKERS JOURNEY LEVEL $37.17 I~B 5~A LABORERS ASPHALT RAKER $30.15 1.M ,SP BALLAST REGULATOR MACHINE $29.67 I~M 5D BATCH WEIGHMAN $24.99 ~IM 5D CARPENTER TENDER $29.67 !.M CASSION WORKER $30.51 1M 5D CEMENT DUMPER/PAVING $30.15 1M 5D CEMENT FINISHER TENDER $29.67 !M 5D CHIPPING GUN (OVER 30 LBS) $30.15 1M 5~D CHIPPING GUN (UNDER 30 LBS) $29.67 !M ~D CHUCK TENDER $29.67 !M 5D CLEAN-UP LABORER $29.67 1M 5D CONCRETE FORM STRIPPER $29.67 .!M 5D CONCRETE SAW OPERATOR $30.15 !M 5D CRUSHER FEEDER $24.99 1M 5D CURING LABORER $29.67 1M 5D DEMOLITION, WRECKING & MOVING $29.67 ;!M 5D (INCLUDING CHARRED MATERIALS) DITCH DIGGER $29.67 !M 5D DIVER $30.51 1M 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $30.15 '!.M DRILL OPERATOR, AIRTRAC $30.51 1.M 5P DUMPMAN $29.67 1M 5D http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 KING County - Effective: 3/3/02 Page 5 of 12 FALLER/BUCKER, CHAIN SAW FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT construction debris cleanup) FINE GRADERS FIRE WATCH FORM SETTER GABION BASKET BUILDER GENERAL LABORER GRADE CHECKER & TRANSIT PERSON GRINDERS GROUT MACHINE TENDER HAZARDOUS WASTE WORKER LEVEL A HAZARDOUS WASTE WORKER LEVEL B HAZARDOUS WASTE WORKER LEVEL C HIGH SCALER HOD CARRIER/MORTARMAN JACKHAMMER LASER BEAM OPERATOR MINER NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH PRESSURE AIR & WATER ON CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER PILOT CAR PIPE RELINER (NOT INSERT TYPE) PIPELAYER & CAULKER PIPELAYER & CAULKER (LEAD) PIPEWRAPPER POT TENDER POWDERMAN POWDERMAN HELPER POWER JACKS RAILROAD SPIKE PULLER (POWER) RE-TIMBERMAN RIPRAP MAN SIGNALMAN SLOPER SPRAYMAN SPREADER (CLARY POWER OR SIMILAR TYPES) SPREADER (CONCRETE) STAKE HOPPER STOCKPILER $30.15 $22.67 $29.67 $29.67 $29.67 $29.67 $29.67 $30.15 $29.67 $29.67 $30.51 $3o.15 $29.67 $30.51 $30.15 $30.15 $30.15 $30.51 $30.15 $30.15 $24.99 $30.15 $30.15 $30.51 $30.15 $29.67 $30.51 $29.67 $30.15 $30.15 $30.51 $29.67 $29.67 $29.67 $30.15 $30.15 $29.67 $29.67 1M 1M ! M 1M 1M .!M 1M /IM !.M 1M ! M !.M 1M 1M !M 1M ~IM !..M 1M !.M !M 1M !.M 1M 1. M !M 1M !M ! M 1M !.M 1M 1M 5~D 5D 5D 5D 5D ~D 50 5D 5D 5~D 5.D ~D 5~D 5.D 5D 5~D 5D 5__D 5D 5~D 5.B 5D 5D 5D 5D 5.[;) 5.D 5D 5__D 5D 5D 5~D http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 TAMPER & SIMILAR ELECTRIC, AIR & GAS TAMPER (MULTIPLE & SELF PROPELLED) TOOLROOM MAN (AT JOB SITE) TOPPER-TAlLER TRACK LABORER TRACK LINER (POWER) TUGGER OPERATOR VIBRATING SCREED (AIR, GAS, OR ELECTRIC) VIBRATOR WELDER WELL-POINT LABORER LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER PIPE LAYER LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS LANDSCAPING OR PLANTING LABORERS LATHERS JOURNEY LEVEL MACHINISTS (HYDROELECTRIC SITE WORK) MACHINIST METAL FABRICATION (IN SHOP) FITTER LABORER MACHINE OPERATOR PAINTER WELDER MODULAR BUILDINGS CABINET ASSEMBLY ELECTRICIAN EQUIPMENT MAINTENANCE PLUMBER PRODUCTION WORKER TOOL MAINTENANCE UTILITY PERSON WELDER PAINTERS JOURNEY LEVEL PLASTERERS $30.15 $30.15 $29.67 $29.67 $29.67 $30.15 $30.15 $29.67 $30.15 $29.67 $30.15 $29.67 $30.15 $11.07 $10.63 $8.42 $34.94 $16.84 $15.86 $9.78 $13.04 $11.10 $15.48 $11.56 $11.56 $11.56 $11.56 $9.26 $11.56 $11.56 $11.56 $28.63 I~M 1M. :IM 1M !M !M 1M !.M ~!.M 1M !.M 1M 1M 1 1M 1 2B 5D 5~D 5~D 5p 5D 5D 5~D http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 ~ r county - ~,ileCtlVe: ,~/J/uz Page 7 of 12 JOURNEY LEVEL $35.63 PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.42 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $44.76 POWER EQUIPMENT OPERATORS ASSISTANT ENGINEERS $33.59 I~T BACKHOE, EXCAVATOR, SHOVEL (3 YD & $36.05 UNDER) BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YD & $36.49 UNDER 6 YD) BACKHOE, EXCAVATOR, SHOVEL (6 YD AND $36.99 OVER WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $35.69 1T BACKHOES, (OVER 75 HP) $36.05 BARRIER MACHINE (ZIPPER) $36.05 I~T BATCH PLANT OPERATOR, CONCRETE $36.05 1T BELT LOADERS (ELEVATING TYPE ) $35.69 BOBCAT $33.59 I~T BROOMS $33.59 BUMP CUTTER $36.05 CABLEWAYS $36.49 I~T CHIPPER $36.05 COMPRESSORS $33.59 CONCRETE FINISH MACHINE - LASER SCREED $33.59 I~T CONCRETE PUMPS $35.69 CONCRETE PUMP-TRUCK MOUNT WITH BOOM $36.05 ATTACHMENT CONVEYORS $35.69 ! T~ CRANES, THRU 19 TONS, WITH ATTACHMENTS $35.69 1T CRANES, 20 - 44 TONS, WITH ATTACHMENTS $36.05 .!.T CRANES, 45 TONS- 99 TONS, UNDER 150 FT OF $36.49 BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF $36.99 !..T BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF $37.49 1T BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $33.59 CRANES, A-FRAME, OVER 10 TON $35.69 I~T CRANES, OVER 300 TONS, OR 300' OF BOOM $37.99 INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 $36.05 1T TONS) 5~A 5A 5D 5D 5D 5~D 5D 5D 5D 5P 5~D 5D 5D 5D 5D 5D 5D 5~D 5D 8L 8L 8~ 8~L 8L 8L 8~L 8~ 8~ 8L 8~ 8~L 8L 8L 8~- 8L 8L 8L 8L http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 KING County- Effective: 3/3/02 Page 8 of 12 CRANES, OVERHEAD, BRIDGE TYPE ( 45- 99 $36.49 I~T TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS $36.99 I~T & OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, $36.99 I~T BASE TO BOOM CRANES, TOWER CRANE OVER 175' IN HEIGHT, $37.49 I~T BASE TO BOOM CRUSHERS $36.05 I~T DECK ENGINEER/DECK WINCHES (POWER) $36.05 DERRICK, BUILDING $36.49 1T DOZERS, D-9 & UNDER $35.69 I~T DRILL OILERS - AUGER TYPE, TRUCK OR $35.69 CRANE MOUNT DRILLING MACHINE $36.05 !.7~ ELEVATOR AND MANLIFT, PERMANENT AND $33.59 1T SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) $35.69 FINISHING MACHINE/BIDWELL GAMACO AND $36.05 I~T SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $35.69 I~T FORK LIFTS, (UNDER 3000 LBS) $33.59 JT GRADE ENGINEER $35.69 !T GRADECHECKER AND STAKEMAN $33.59 I~T HOISTS, OUTSIDE (ELEVATORS AND $35.69 1T MANLIFTS), AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR $35.69 1T HORIZONTAL/DIRECTIONAL DRILL OPERATOR $36.05 1T HYDRALIFTS/BOOM TRUCKS (10 TON & UNDER) $33.59 I~T HYDRALIFTS/BOOM TRUCKS (OVER 10 TON) $35.69 !..T LOADERS, OVERHEAD (6 YD UP TO 8 YD) $36.49 LOADERS, OVERHEAD (8 YD & OVER) $36.99 I~T LOADERS, OVERHEAD (UNDER 6 YD), PLANT $36.05 FEED LOCOMOTIVES, ALL $36.05 1T MECHANICS, ALL $36.05 1T MIXERS, ASPHALT PLANT $36.05 I~TT MOTOR PATROL GRADER (FINISHING) $36.05 !T MOTOR PATROL GRADER (NON-FINISHING) $35.69 MUCKING MACHINE, MOLE, TUNNEL DRILL $36.49 I~T AND/OR SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION $33.59 I~T AND MULCH SEEDING OPERAT.OR 5D 5D 5D 5D 50 5D 5D 5~D 5D 5D 5D 5D 5.D ~D ~0 5~D 5...P 5~D 5D 5D 5D 5p 5~D 5~D 8_L 8_L 8_L 8L 8~L 8L 8__L 61- 8L 8L ~L 8~L 8L 8~L 8k 8~L 8L 8L 8~L 8~ 8L 8~L 8L 8k 8~L 8L http ://www.lni.wa.gov/prevailingwage/jwages/20021/co 17 .htm 7/11/2002 ,~a.t'~',J ,,_,uml~)' - ~u.o~,u ¥~. a/a/uz Page 9 of 12 PAVEMENT BREAKER $33.59 l~T PILEDRIVER (OTHER THAN CRANE MOUNT) $36.05 PLANT OILER (ASPHALT CRUSHER) $35.69 POSTHOLE DIGGER, MECHANICAL $33.59 1T POWER PLANT $33.59 PUMPS, WATER $33.59 .!-[ QUAD 9, D-lO, AND HD-41 $36.49 l~T REMOTE CONTROL OPERATOR ON RUBBER $36.49 TIRED EARTH MOVING EQUIP RIGGER AND BELLMAN $33.59 l-r ROLLAGON $36.49 ROLLER, OTHER THAN PLANT ROAD MIX $33.59 l~T ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $35.69 ROTO-MILL, ROTO-GRINDER $36.05 ;!-[ SAWS, CONCRETE $35.69 1T SCRAPERS - SELF PROPELLED, HARD TAIL END $36.05 DUMP, ARTICULATING OFF-ROAD EQUIPMENT (UNDER45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END $36.49 l~T DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $35.69 SCREED MAN $36.05 l~T SHOTCRETE GUNITE $33.59 SLIPFORM PAVERS $36.49 1T SPREADER, TOPSIDE OPERATOR - BLAW KNOX $36.05 1T SUBGRADE TRIMMER $36.05 TRACTORS, (75 HP & UNDER ) $35.69 TRACTORS, (OVER 75 HP) $36.05 l~T TRANSFER MATERIAL SERVICE MACHINE $36.05 1T TRANSPORTERS, ALL TRACK OR TRUCK TYPE $36.49 1T TRENCHING MACHINES $35.69 l~T TRUCK CRANE OILER/DRIVER ( UNDER 100 $35.69 TON) TRUCK CRANE OILER/DRIVER (100 TON & $36.05 !? OVER) WHEEL TRACTORS, FARMALL TYPE $33.59 YO YO PAY DOZER $36.05 POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $29.97 5D 5D 5D 5D 5p 5~D 5D 5~D 8LL 8L 8~L ~L 8L. 8L 81- 8_L 8L ~L 8__L 8~L ~D 8L 5D 8_L 5D ~L 5D 8L 5D 8~L ~D 8L ~P 8L 5~D 5D 8L 5D 8L 5~D 8L 5D 8L 'I'E 5.D 8L 1 T 5P 8.L & WATER 4A 5~A http://www.lni.wa.gov/prevailingwage/jwages/20021/col 7.htm 7/11/2002 KING County - Effective: 3/3/02 Page 10 et 12 SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON $28.35 4~A 5~A $28.75 4A 5A $26.62 4A 5A $19.48 4~A 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $43.46 1G RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $19.25 1 RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.47 1_ RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $36.15 ~M 5D RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $22.18 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.24 1_ RESIDENTIAL GLAZIERS JOURNEY LEVEL $24.84 2.5 5G RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $17.60 RESIDENTIAL LABORERS JOURNEY LEVEL $18.12 1_ RESIDENTIAL PAINTERS JOURNEY LEVEL $14.83 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $27.87 !..G 5~ RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $43.46 5~A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $26.23 5A RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 5A RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL ROOFERS JOURNEY LEVEL USING IRRITABLE BITUMINOUS MATERIALS SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) SIGN MAKERS & INSTALLERS (ELECTRICAL) SIGN INSTALLER $15.37 $32.53 $35.53 $39.68 $23.36 1G 1 !.R 1R 1 5A http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002 County- Effoe/ive'. 3/3/02 Page 11 of 12 SIGN MAKER $16.84 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) SIGN INSTALLER $17.31 SIGN MAKER $15.61 1_ SOFT FLOOR LAYERS JOURNEY LEVEL $30.60 ;lB SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $12.44 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $42.48 lB STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 SURVEYORS CHAIN PERSON $9.35 INSTRUMENT PERSON $11.40 ! PARTY CHIEF $13.40 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $24.74 2B HOLE DIGGER/GROUND PERSON $13.18 2~B INSTALLER (REPAIRER) $23.66 2B JOURNEY LEVEL TELEPHONE LINEPERSON $22.91 ~.13 SPECIAL APPARATUS INSTALLER I $24.74 2B SPECIAL APPARATUS INSTALLER II $24.21 TELEPHONE EQUIPMENT OPERATOR (HEAVY) $24.74 2.B TELEPHONE EQUIPMENT OPERATOR (LIGHT) $22.91 2B TELEVISION GROUND PERSON $12.42 TELEVISION LINEPERSON/INSTALLER $17.02 TELEVISION SYSTEM TECHNICIAN $20.54 2~B TELEVISION TECHNICIAN $18.33 ~B TREE TRIMMER $22.91 2.B TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $32.83 1H TILE, MARBLE & TERR/~70 FINISHERS FINISHER $26.66 1H TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $27.67 TRUCK DRIVERS ASPHALT MIX ( TO 16 YARDS) $33.48 !T ASPHALT MIX (OVER 16 YARDS) $34.06 !T DUMP TRUCK $33.48 I~T DUMP TRUCK & TRAILER $34.06 !~T 5~C .5A 5~A 5A 5A 5__A 5A 5~A 5A 5A 5~A 5D 8L .5.0 8L 5~D 8_L http://www.lni.wa.gov/prevailingwage/jwages/2OO2 l/co l 7.htm 7/! 1/2002 IMl'qkJ UUllII[y - E, II¢~[1¥~: 3/3/UZ Page 12 of 12 OTHER TRUCKS $34.06 TRANSIT MIXER $23.45 WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.71 OILER $12.97 WELL DRILLER $17.68 1T 5D 8L http://www.lni.wa.gov/prevailingwage/jwages/20021/co 17.htm 7/11/2002