Loading...
HomeMy WebLinkAboutEC16-341 - Original - SkyCorp Ltd. - 914 W Meeker St Demolition - 09/08/2016 Records e [CENT � t WASHINGTON �rjt�y. Documen � E5 CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to City Clerks Office. All portions are to be completed. If you have questions, please contact City Clerk's Office. Vendor Name SkyCorp LTD Vendor Number: ]D Edwards Number Contract Number: ; - 5411 This is assigned by City Clerk's Office Project Name: Demo of 914 W. Meeker St Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment ❑ Contract ® Other: PW Agreement Contract Effective Date 9/8/16 Termination Date: 10/31/16 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Kurt Hanson Department: Econ & Comm. Dev. Contract Amount: $13,000.00 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): I As of: 08/27/14 ICIENT PUBLIC WORKS AGREEMENT between City of Kent and SkyCorp LTD THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and SkyCorp LTD organized under the laws of the State of Washington , located and doing business at 526 N WEST AVE SUITE #11, Arlington, WA 98223, (360) 926-8989 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City In accordance with the following described plans and/or specifications: SkyCorp LTD will demolish and remove the three(3) structures located at 914 W. Meeker St., Kent, WA 98032. As detailed on the attached and incorporated exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described in Section I by October 31, 2016, III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $13,000.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) 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. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is $35,000 or less, 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 fifty percent (50%) 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. PUBLIC WORKS AGREEMENT - 1 ($20K or Less and No Performance Bond) B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. i E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. PUBLIC WORKS AGREEMENT - 2 ($20K or Less and No Performance Bond) Y' B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change Increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. PUBLIC WORKS AGREEMENT - 3 ($20K or Less and No Performance Bond) At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records, The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (Including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED, THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. PUBLIC WORKS AGREEMENT - 4 ($20K or Less and No Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's Inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this PUBLIC WORKS AGREEMENT - 5 ($20K or Less and No Performance Bond) 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 XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. 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. ]. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. I 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 PUBLIC WORKS AGREEMENT - 6 ($20K or Less and No Performance Bond) 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. CONTRACTOR: CITY OF KENT: By: By: (sf ure (slgnature) Print Name: 51c ��_✓ c✓�f cC a C Print Name: Ben Wolters Its {/�s s,o(ww¢ Its: Econ. &Comm. Dev. Director (title) DATE: 'y- DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Skyler Waldal, President Kurt Hanson, Deputy Econ. & Comm. Dev. Director SkyCorp, LTD, City of Kent 526 N West #11 220 Fourth Avenue South Arlington, WA 98223 Kent, WA 98032 360-926-8989 (telephone) (253) 856-5706 (telephone) 360-926-8987 (facsimile) (253) 856-6454 (facsimile) i i PUBLIC WORKS AGREEMENT- 7 ($20K or Less and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors subcontractors and Agreement shall comply with the regulationspofe hewCit perform e alwemploymentork ith aopp rt this policies. y qopportunity The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response Is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the, time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor compiled with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: �'9 Title: Date:. 0 !r i EEO COMPLIANCE DOCUMENTS - 1 I t[ CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy, 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. I I I EEO COMPLIANCE DOCUMENTS - 2 Pulliam, Julie From: Hanson, Kurt Sent: Wednesday, August 17, 2016 9:11 AM To: Pulliam,Julie Cc: Hanson, Kurt Subject: FW: 914 w meeker st demo proposal Attachments: SKMBT_C20316081215420.pdf Here is their scope of work... Kurt Hanson, AICP, EDFP, Deputy Director Economic and Community Development 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-5706 1 Fax 253-856-6454 khan son(o)KentWA.gov CITY OF KENT,WASHINGTON KentWA.00v Facebook YouTube From: Main Office [mailto:skycorpltd(a)yahoo.coml Sent: Friday,August 12, 2016 4:34 PM To: Hanson, Kurt Subject: 914 w meeker st demo proposal Ili Mark,please see attached proposal for 914 w meeker St. Sorry about the last email from my office she got your project mixed up with another City of Kent project that we are doing now. If you have any other questions or concerns please feel free to call or email me at anytime. Thank you and have a great weekend! Skyler SKYCORP. LTD. 526 N WEST AVE SUITE #11 Arlington, WA 98223 Ph: (360) 926-8989 Fax: (360) 926-8987 Email: skycorpltd(a yahoo.com Website: www.skycorpltd.com t SKYCORP. Demolition-Environmental -General Contractors August12,2016 Attn: Kurt Hanson City of Kent 220 4' Ave South Kent,WA 98032-5895 Re: Demolition and removal of the structures located at 914 W Meeker St—Kent WA SKYCORP,LTD. is pleased to provide the proposal based on the email sent from the City of Kent on August 12'h 2016 and the provided asbestos survey from the City of Kent prepared by Asbestos Test, Inc.please see the following: SKYCORP,LTD,will demolish and remove the(3)structures located at 914 W Meeker St Kent.WA 98042. in the total amount of $11,500.00 Excludiae Tax. Clarifications: 1. Proposal is based on one mobilization. 2. Proposal valid for 30 days. 3. No additional fill for foundations. 4.. SkyCorp,Ltd.will file Puget Sound Clean Air Permits. 5. SkyCorp,Ltd.will hire a certified company specializing in cleaning up human waste and needles. 6. Any and all salvage material belongs to SkyCorp,Ltd. Exclusions: 1. Engineering,soils testing, lay out and surveying. 2. Irrigation 3. Erosion Control 4. Fencing or security 5. Temp fencing 6. All fees and special inspections. 7. Relocating or shutting off utilities 8. Private locates. 9. Export of contaminated or unsuitable soils or import to replace exported quantity. 10. Import or export of any fill material 11. Dewatering 12, All permits except for Puget Sound Clean Air 13. Sales Tax 14. Landscaping 15. Hydro seeding and mulch 16. Removal and emptying of any Underground Storage Tanks 17. Removal and emptying of any Above Storage Tanks 18. Independent third party,on-site air monitoring 19. Lead paint abatement or exposure assessment 20. Additional asbestos survey and abatement work 21. Unforeseen or presumed asbestos materials 22. All other work not included in this proposal. Should there be anything that is not listed in the scope of work provided by the City of Kent or encountered in performing the said work a change order proposal will be submitted to you. If you have any questions concerning this proposal please feel free to contact us at anytime, Thank you for considering our proposal. SKYCORP,,�L�TD,, Skyler Waldal, President 425-367-7887 cell 360-92&8989 office 360-926-9987fax EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Contractor's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: i EXHIBIT B C( onti-Hued) 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 3. The Pollution Legal Liability Insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause_stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than 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. EXHIBIT B (Continued) F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. SKYCO-1 OF IM RN A�® CERTIFICATE OF LIABILITY INSURANCE D 071071206YI o71on2o1s 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 pollcy(les) must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). !.. i PRODUCER NIE�DT Tony Conti ' Soundview Insurance Agency Inc PHONE 1" k 18927 33rd Ave W Ste C (AM.Me); Lynnwood,WA 98036 E-MARADDR. ' �i Tony Conti j INSURE 9 AFFORDMG COVERAGE NAIC0 INSURER A:Weslcluccul Surplus Lines Ins '.. INSURED SKYCORP,LTD 626 NW Ave Ste 11 INSURER B:Zudch American Insurance Co Arlington,WA 98223 INSURERC: INSURER D: INSURER E: INSURERf: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR SURF TYPE OF INSURANCE POUCYNUMBER tIPPOAVD96F IM rcEXP LIMITS A X I COMMERCIAL GENERAL UASIUW EACHOCCURRENCE $ 1,000,00 CLAIMS-IIADEF5XI OCCUR X X G2T66278A002 0410412018 04104/2017 PREMISES Ea .I s 100,00 MED EX?(Any one person) $ 5,ODC �I. PERSONAL Is ADV INJURY $ 1,000,00 !i GEN'L AGGREGATE LIMIT APPLIES PER. GENERAL AGGREGATE $ 2,000,00 JEC POLICYI—XI LOC PRODUCTS-COMPlOP AGG $ 2,000,00 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMB Ea e $ 1,000,00 mideM B ANYAUTO X RK-9016076-02 ✓ 0410412016 04/0412017 BODILY INJURY(Per parson) s ALL OS X AUTOSSCHEO LEO BODILY INJURY Pereccldenf s AUTOS AUTOS ( ) HIRED AUTOS NDN-OWNED PROPER D AMA E $ AUTOS Peraaddenl UMIUIM $ 1,000,00 X UMBRELLA LIA9 X OCCUR EACH OCCURRENCE $ 5,000,00 A EXCESS UAS CLAIMS-MADE UM82B3634ABOI 0610312016 0410412017 AGGREGATE s DED I X I RETENTIONS lam $ WORKERS COMPENSATION PER AND EMPLIZRB'LIABILITY STAT X ER Z ANY PROPMETOR/PARTNERIEXECUTIVE VIN G2758276AO02 04/0412016 04104/2017 R.L.EACHACCIDENT $ 1,000,00 OFFICERIMEMBER EXCLUDED? -� NIA (Mandalwy in NH) WASTOPGAP EL.DISEASE-EA EMPLOYE $ 1,000,00 If yes describeunder DES4RIPTION OF OPERATIONS b.bw E.LDISEASE-POLICY LIMIT $ 1,000,00 DF50RIPTIONDPOPERAnONSILOCATIONS/VEHICLES (ACORD 101,AddiVonel Rems*s Schedule,may be ettmhed IT mom space Is required) City of Kent Is Included as Primary&Non-Contributory Additional Insured.Waiver of Subrogation in their favor Including both on gong and completed operations apppplies on a ppeer ppreffect basis as required by written contract,per ENV-32261008, ENV-3 430305 and ENV-71030904 Blanket endorsements attached.Auto Form CA2048. Replaces cart dated 6/3/2016 CERTIFICATE HOLDER CANCELLATION CITYOKE SHOULDANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City Of Kent _ ACCORDANCE WITH THE POLICY PROVISIONS. 220 4th Avenue South Kent,WA 98032 AUTHORIZED REPRESENTATIVE 0 i966.2014 ACORD CORPORATION. All rights reserved. ACCORD 26(2014101) The ACORD name and logo are registered marks of ACORD POLICYNUMBER: TRK 9016075-02 COMMERCIAL AUTO CA 20 4810 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of 1he Coverage Form apply unless modified by this endorsement, This endorsement identifies person(s) or organization(s) who are "insureds"for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form. This endorsement does not alter coverage provided In the Coverage Form, This endorsement changes the policy effective on the Inception date of the policy unless another date is indicated below. Named Insured: Endorsemem Effective Date: SCHEDULE Name Of Person(s) Or Organ¢ation(s): CITY of KENT 220 FOURTH AVE SOUT KENT, WA USA 98032 f Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifles as an "insured" under the Who is An Insured provision contained in Paragraph A.1. of Section II — Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section 1 — Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 Q)Insurance Services Office, Inc., 2011 Page 1 of 1 Nemed Insured Endorsemenl Number Skycorp, Ltd Policy Symbol Policy Number Policy Period EtfectNe Date of Endorsement ECP G2758276A 002 04/04/2016 to 04/04/2017 04/04/2016 Issued By(Name of insurance Company) Westchester Surplus Lines Insurance Company Imertthe policy,number. The remainder"a Informailon lam be completed only vohen this endorsements Issued subsequent be the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Oroan'vatioh: � Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations,and only at the specific written request of such person or organization to you,wherein such request Is made prior to commencement of operations, (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and Included In the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. i All other terms and conditions remain the same. ENV3143(03-05) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 1 ADDITIONAL-INSURED ENDORSEMENT PRODUCTS-COMPLETED OPERATIONS HAZARD PRIMARY&NON-CONTRIBUTORY Named Insured Endorsement umber Skycorp, Ltd Policy Symbol Policy Number Policy Period Effective Date of Endorsement '.. ECP G2758276A 002 D4/04/2016 to 04/04/2017 04/04/2016 issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART SCHEDULE Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, Information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II—Who Is An Insured Is amended to include as an additional insured the persons) or organization(s)shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or In part, by your work performed for that additional insured and included in the products-completed operations hazard. Furthermore, the coverage provided hereunder shall be primary and not contributing with any other insurance available to those designated above under any other third party liability policy. All other terms and conditions remain the same. ENV-3226(10-08) Copyrlghlm2009 Page 1 of 1 Named Insured Endorsement Number Skywrp.LTD Policy symbol Policy Number Palley Period Effective Date of Endorsement ECP GZ756E76A002 04104":I6 TC D4,,4/2017 D41D42016 Issued By(Name of Insurance Company) Insert the policy number. The remainder of the Information Is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PROJECTS)GENERAL AGGREGATE LIMIT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Projects: Any person or cmeni7s6on that is an owner of met property w porsonatpiaperryon which you sm prefmming operedons,or a contractor on whose behalf you are preforming opewtlons,and ordy at the spedif When request of such paNm or organization to you,where In such request is made prior to commencement of operdtiansr. (If no entry appears above, information required to coinplete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the Insured becomes legally obligated to pay as damages caused by occurrences under COVERAGE A(SECTION I );and for all medical'expenses caused by accidents under COVERAGE C(SECTION I),which'ean be attributed only to ongoing operations at a single designated project shown in the Schedule above: . 1. A separate Defdgfiated Prof act General Aggregate Limit applies to each designated project,and that limit is equal`i4.the`afiount of the General Aggregate Limit shown in the Declarations. 2. The Designated Projeet'GeneII Aggregate Limit is the most we will pay for the sum of all damages underGOVERAGt A, except damages because of bodily Injury or property damage included in the products-completed operations hazard, and for medical expenses under COVERAGL,C regardless of the number of a. lnsurads b. Claims made or suits brought; or C. Persons or organizations making claims or bringing suits. 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Project General Aggregate Limit for that designated project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Project General Aggregate Limit for any other designated project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Aggregate Limit. ENV-7103(09-04) Includes copyrighted material of Insurance services Office,Inc.with its permission Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under COVERAGE A(SECTION I ), and for all medical expenses caused by accidents under COVERAGE C (SECTION I ),which cannot be attributed only to ongoing operations at a single designated project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shalt reduce the amount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit,whichever is applicable;and 2. Such payments shall not reduce any Designated Project General Aggregate Limit, C. When coverage for liability arising out of the products-completed operations hazard is provided, any payments for damages because of bodily injury or property damage included-in the products- completed operations hazard will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Project General Aggregate Limit. D. If the applicable designated project has been abandoned, delayed;or aban'Owed and then restarted, or if the authorized contracting parties deviate from plans, blueprints,designs, specifications or timetables, the project will still be deemed to be the same project. E, The provisions of Limits of Insurance(SECTION III) not otherwise modiffedby this endorsement shall continue to apply as stipulated. ENV-7103(09-04) Includes copyrighted material of Insurance Services Office,Inc.Vdh its permission Page 2 of 2 File Edit Ylew Favodtes Tools Help Oi0ce Supplies Offire Pm-. �Lodging Tax Expenditure LJ Suggested Sites� `C7 Kent Ory Code f>f Journey to Wellness-Ho.. {J'IGng County Parcel Wewe6.. corporations Advanced ketahuga Release ._...._, _____..— _.._.,__... Effective Date: B/25(2016 q 4r ;?L ,�+�wyhf 'v�n,_1- Apprentice Waite p Employer Responsibilides Benefit Code Key for 812 612 01 6 (]Awarding Agencies -- ----------- County Trade Jobeiassiffcet$on Wage Holiday Overtime Note 6s^ Advisory Commia" King Laborers Air,Gas Or Electric Vibrating S43.95 2A 31 ..._—_____—_._._._.__...._.._..__..—. serene! h Prevalbng Wage Polldes& King Laborers Airtrac Drill O rotor S45.32 )A — Determinations King Laborers Ballast Regular Maddna $43.95 TA 31 __—.---.-------.._-------- King Laborers Batch lvelshmao S37.261 9A 31 Prevaiing Wage Fbrns& King laborers Bride Pavers S43.95 IA 31 Pubhrmions King Laborers Brush Cutter $42.95 ]A 31 King Laborers amsh Hog Feeder 543.95 TA 31 (y]Prevailing Wage Elecuonic King Laborers Burner S43.95 9A A Mailing lists king Laborers biswn Worlwr $45.32 ]A 31 -- King Laborers Orpenter Tender S43.95 9A 31 king Laborers Caullmr $43.95 2A 31 King Laborers Cement Dumpenpaving $44.26 TA 31 King Laburerc Cement FlWshar Tender S43.95 3A 31 King Laborers Change House Or Dry Sbadc $ Llui ZA 31 King laborers Chipping Gui under 3D Lbs.) 543.95 9A 31 King laborers Chip 'ng Gw(30 Lbs.And over) S44.76 TA 31 King Laborers Choker Setter S43.95 2A 31 King Laborers Chuck Tender $43.95 9A 31 King Laborers Cloy Power Spreader S44.26 IA 31 King Laborers Cleanup Laborer S43.95 2A 31 King Laborers Concrete Dumper/chute S44.26 7A 31 Operator king Laborers concrete Form Stopper $43.9517AI _ King laborers Concrete Placement Crew S44.26 King laborers Concrete Saw Omratarlo.. $44.96Critter King labnnum Crusher Feeder S32.26King Laborers coring Labrm $43.95King Laborers oemoHHon:wrecking a Moving S43.95(Ind.Charred Material) King laborers Dhch rigger 541iuiKing iibomrs Diver S45.32King Laborers DdK Operator S 1.76(hydrauilc,dhun.d) King laborers Dry Stack Walls 543.951King laborers Dump Person1 j e J httpy/don wagon/conien4tlangbosiness(reglstermyousmess/brU/eefru'taspu f1 File Edit Viw Fawritm Pools Help ,,4 <&lficesupplies Office Pro.. Lodging Ta Fi endltim.. *jSuggbAnd Sjees 'IDKeMCity Code 0jJoumey10 Wellness-Ho.. jAj Kmg County Pa¢el Yewec., C wpoaaons Advanced5e.. i.. Ken ABOUT US I CONTACT US Espalld 6 t'� GOINGE1411:Ea REGISTSRNY PI:61V'c5'e L^.'JxLi NISNEiG INfDWtii'DV Backfe seORN ie"Its a'NorvreVenue'appe3.aa¢r a s,Rm tlbe Number,ale oft,or Snotm In Me WIN ale OPpartmeld DI ReV¢INe. vp�qe�g�ey Ibwever,a ma(be mgisterea wile ether agrmirs In me stale. a:IPi:1R961YPB3 n�IEmr n:r businasa Washtugton State Department of Revenue My=a::m State Badness Recalls Database Detail iA%RE46rMTlOH ND:6D]D]3351 n®UXT OPEXED:1f1)1M31]:9aUYAn uen 6aT9]nw Armuxr aosEo:a9en I emrY nAHE: sHrmar lm '�. 9USaMESi NAME: HAIIIHG ADH16a: aU51nE5$LD[A31ON: ' 636 HWESf AVF Sr P]1 993n 3KTN 5T HE ARIMHfON,WA9HZ]9-I]51 ARLLNLTON,WA 99])3J961 ENRIY TYPEImRPoMTNN RFYLLE0.PERHII MD:A2619333] PFRHREH£Cr1VE: 6(l0/3a15 M11T5 CODE 2V910 PE0.HRIXPIRE4. 6f9/LII] M.CEFNIIIIDN.Mnbk FAMTION fONHYR00.5 FOR NON-COMMERCIAL USE ONLY afss rolsmm Ha - If yyou are unable to find the reseller permit you are fookirg tor,try searchinG by tax reg'Isirotfon/U81 number. LJ ® ' �IHcnwl wlnH.a]I r.'wvallxls '. �VAeNw�- ra.m�al���munn+�mx.ne�nukre+cr.mmuwona,vanromslawna. � vck�9amlulxp.vvnu.w Rnm 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Received Intent ID: Affidavit ID: Status: Approved Date: 8/25/2016 785317 On 9/6/2016 { Company Details Company Name: SKYCORP LTD Address: 526 NW AVE SUITE 11 ARLINGTON, WA, 98223 Contractor Registration No. SKYCOL*899DD WA UBI Number 603077334 Phone Number 360-926-8989 Industrial Insurance Account ID 21043600 Email Address skycorpttdCyahoo.com Filed By waldal, skyler Prime Contractor Company Name SKYCORP LTD Contractor Registration No. SKYCOL*899DD j WA UBI Number 603077334 https:Hfortress.wa.gov/Ini/wagelookup/IntentDetaiIs.aspx 9/6/2016 3 Phone Number 360-926-8989 Project Information Awarding .Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032-5895 Awarding Agency Contact Kurt Hansen Awarding Agency Contact Phone 253-856-5454 Number Contract Number Demolition of Structures Project Name Demolition of Strutures Contract Amount $115500.00 Bid due date 8/12/2016 Award Date 8/17/2016 Project Site Address or Directions Payment Details Check Number: Transaction Id: 105386282 Intent Details Expected project start date: (MM-DD- 9/11 /2016 YYYY) In what county (or counties) will the King work be performed? In what city (or nearest city) will the Kent work be performed? What is the estimated contract $11 ,500.00 amount? OR is this a time and materials estimate? No https:Hfortress.wa.gov/Ini/wagelookup/IntentDetaiIs.aspx 9/6/2016 3 Wilt this project utilize American Recovery and Reinvestment Act (ARRA) funds? Specifically, will this project utilize No any weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Does your company intend to hire Yes ANY subcontractors? j Does your company intend to hire No subcontractors to perform ALL work? Will your company have employees No perform work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees. ) How many owner/operators 1 performing work on the project own 30% or more of the company? Journey Level Wages Public Notes o Show/Hide Existing Notes No note exists i https://fortress.wa.gov/Ini/wagelookup/IntentDetaiIs.aspx 9/6/2016