Loading...
HomeMy WebLinkAboutPK17-001 - Original - Christensen Inc. General Contractor - Contract - 01/06/17 Records arm em n; t �T �= Document a 4....... 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: Christensen Inc. General Contractor Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name Centennial Center Garage Glass Glazing Project Description: ❑ Interlocal Agreement ❑ Change Order ❑ Amendment X❑ Contract ❑ Other: Contract Effective Date: 01/06/17 Termination Date: 03/17/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nancy Clary Department: Parks, Facilities Contract Amount: $118,506.38 Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 1 ICOT PUBLIC WORKS AGREEMENT between City of Kent and Christensen Inc. General Contractor THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Christensen Inc. General Contractor, organized under the laws of the State of Washington, located and doing business at 2840 Crites Street SW #100, Tumwater, WA 98512, Kevin Christensen, 360 709-0330, (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: Christensen Inc. General Contractor shall provide all material and labor to install an HSS fabricated and painted sheet framework on portions of the third floor of the Centennial Center parking garage, and installation of a storefront glazing system on portions of the second and third floors of the parking garage as indicated on Architect's drawing, In accordance with the Bid Proposal, which is attached as 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 within 70 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $118,506.38, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall Invoice the City monthly. The City will pay for the portion of the work described In the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaoe. The City shall hold back a retalnage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a PUBLIC WORKS AGREEMENT - 1 (Over$20K, but$65K or Less, and Performance Bond) I: fund by the City pursuant to RCW 60,28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves Its right to withhold payment from Contractor for any defective or unauthorized work, Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees; incurred by the City beyond the maximum Contract price specified above. The City further reserves Its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor, D. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (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 Cityy 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. 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: PUBLIC WORKS AGREEMENT- 2 (Over$20K, but$65K or Less, and Performance Bond) i. i A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations, E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt, F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision Issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may Issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the 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 falls 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 PUBLIC WORKS AGREEMENT - 3 (Over$20K, but$65K or Less, and Performance Bond) I otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim Is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth In subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. 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 falling 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 repalred 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 PUBLIC WORKS AGREEMENT- 4 (Over$20K, but$65K or Less, and Performance Bond) i a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City In order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, Its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. 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 S1 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. PUBLIC WORKS AGREEMENT- 5 (Over$20K, but$65K or Less, and Performance Bond) i i B. Non-Waiver of Breach. The failure of the City to Insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree In writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all Its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section 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 pf 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 1 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, emalls, and other records prepared or gathered by the Contractor in Its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT- 6 (Over$20K, but$65K or Less, and Performance Bond) i 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 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: f By: �"� By: s gn ure -') r' (signature) Print Na et 'h5� �flni.�Nar�ge Suzette Cooke Its Its` Mayor DATE: Z' m ' 1'wtitle) , 1� �9J DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Kevin Christensen Nancy Clary Christensen Inc. General Contractor 2840 Crites Street SW #100 City of Kent Turmater, WA 98512 220 Fourth Avenue South Kent, WA 98032 360 709-0330 (telephone) 360 709-0220 (facsimile) (253) 856-5084 (telephone) (253) 856-6080 (facsimile) APPROVED AS TO F}O�RM: �< ud4 d r Ken Law Department i PUBLIC WORKS AGREEMENT - 7 (Over$20K, but$65K or Less, and Per Bond) F DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Dated this day of Ur bbOb-cr 201-Lo , By: �I For: Chrl5tftS0r) Inc. (&%0AP J C E14'L oy— Title: RV/-�$1 GR Date: ( (J' 1 U EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLIC Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider.for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 Page 1 of 20 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 10/25/2016 Count Trade Classif�anon WaeHolidayOvertimeNote` King Asbestos Abatement Journey Level $45.25 5D 1H Workers King Boilermakers Journey Level $64.29 5N 1C rKing Brick Mason Journey Level $54.32 5A 1M :King Brick Mason Pointer-Caulker-Cleaner $54.32 5A 1M King Building Service Employees Janitor $22.84 5S 2F .King Building Service Employees Traveling $23.29 5S 2F Waxer/Shampooer :King Building Service Employees Window Cleaner (Non- $23.99 5S 2F Scaffold) 'King Building Service Employees Window Cleaner $26.78 5S 2F (Scaffold) 'King Cabinet Makers (In Shop) Journey Level $22.74 1 King !Z nters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C Xng Carpenters Carpenters on $55.64 5D 4C Stationary Tools King Carpenters Creosoted Material $55.61 5D 4C -King Carpenters Floor Finisher $55.51 5D 4C =King Carpenters Floor Layer $55.511 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M +King Divers a Tenders Diver $108.77 5D 4C 8A .King Divers 8 Tenders Diver On Standby $66.05 5D 4C King Divers & Tenders Diver Tender $59.88 5D 4C https:Hfortress.wa.gov/lni/wagelookup/PrvWagelookup.aspx 11/4/2016 Page 2 of 20 King Divers &Tenders Surface Rcv Fc Rov $59.88 5D 4C Operator King Divers 8 Tenders Surface Rcv fx Rov $55.76 SA 4C Operator Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate $56.00 SD 3F (Deckhand) King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $55.51 5D 1H King Drywall Tapers Journey Level $55.66 SP 1 E King Electrical Fixture Journey Level $27.24 5L 1E Maintenance Workers !King Electricians - Inside Cable Splicer $69.77 7C 4E 'King Electricians Inside Cable Splicer (tunnel) $74.95 7C 4E King Electncians - Inside Certified Welder $67.41 7C 4E King Electricians - Inside Certified Welder $72.37 7C 4E (tunnel) King Electricians - Inside Construction Stock $37.94 7C 4E Person King Electricians - Inside Journey Level $65:05 7C 4E King Electncians - Inside Journey Level (tunnel) $69.77 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Elect is ans - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $71.85 5A 4D Construction King Electricians - Powerline Certified Line Welder $65.71 5A 4D Construction King Electricians - Powerline Groundperson $44.12 5A 4D Construction !King Electricians - Powerline Heavy Line Equipment $65.71 5A 4D Construction Operator King Electricians - Powerline Journey Level $65.71 SA 4D Construction Lineperson (King Electricians - Powerline Line Equipment $55.34 5A 4D Construction Operator King Electricians - Powerline Pole Sprayer $65.71 5A 4D Construction King Electricians - Powerline Powderperson $49.16 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $85.45 7D 4A King Elevator Constructors Mechanic in Charge $92.35 7D 4A 'King Fabricated Precast All Classifications • In- $16.55 5B 1R Concrete Products Factory Work Only King Fence Erectors Fence Erector $15.18 King FlaQoers Journey Level $38.361 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookap.aspx 11/4/2016 Page 3 of 20 King lGlaziers Journey Level $58.31 7L 1Y King Heat is Frost Insulators And Journeyman $65.43 5J 15 Asbestos Workers 'King Heating Equipment Journey Level $75.46 7F tE Mechanics Xing Hod Carriers Et Mason Journey Level $46.66 7A 31 Tenders King Industrial Power Vacuum Journey Level $9.47 1 Cleaner IKing Inland Boatmen Boat Operator $56.781 5B 1K ..King Inland Boatmen Cook $53,301 5B 1K ":King Inland Boatmen Deckhand $53.301 5B 1K ;King Inland Boatmen Deckhand Engineer $54.32 5B 1K King Inland Boatmen Launch Operator $55.57 5B 1K King Inland Boatmen Mate $55.57 5B 1K 'King Inspection/Cleaning/Sealing Cleaner Operator, $31.49 1 Of Sewer Et Water Systems Foamer Operator By Remote Control 'King Inspection/Cleaning/Seating Grout Truck Operator $11.48 1 Of Sewer It Water Systems By Remote Control King Inspection/Cleaning/Seating Head Operator $24.91 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer £t Water Systems By Remote Control 'King Insulation Applicators Journey Level $55.51 5D 4C 'King Ironworkers Journeyman $65.53 7N 10 "King Laborers Air, Gas Or Electric $45.25 7A 31 Vibrating Screed 'King Laborers Airtrac Drill Operator $46.66 7A 31 King Laborers Ballast Regular Machine $45.25 7A 31 :King Laborers Batch Weighman $38.361 7A 31 King Laborers Brick Pavers $45.25 7A 31 ;King Laborers Brush Cutter $45.251 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 r'King Laborers Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 31 King Laborers Carpenter Tender $45.25 7A 31 '-;King Laborers Cautker $45.25 7A 31 'King Laborers Cement Dumper-paving $46.09 7A 31 IKing Laborers Cement Finisher Tender $45.25 7A 31 ,King Laborers Change House Or Dry $45.25 7A 31 Shack King Laborers Chipping Gun (under 30 $45.25 7A 31 Lbs.) hops://fortress.wa.gov/lni/wagelookup/prvWageloolwp.aspx 11/4/2016 Page 4 of 20 King Laborers Chipping Gun(30 Lbs. $46.09 7A 31 And Over) King Laborers Choker Setter $45.25 7A 31 King Laborers Chuck Tender $45.25 7A 31 King Laborers Clary Power Spreader $46.09 7A 31 King Laborers Clean-up Laborer $45.25 7A 31 King Laborers Concrete Dumper/chute $46.09 7A 31 Operator King Laborers Concrete Form Stripper $45.25 7A 31 King Laborers Concrete Placement $46.09 7A 31 Crew King Laborers Concrete Saw $46.09 7A 31 Operator/core Driller King Laborers Crusher Feeder $38.36 7A 31 -King Laborers Curing Laborer $45.25 7A 31 -King Laborers Demolition: Wrecking 8 $45.25 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $45.25 7A 31 King Laborers Diver $46.66 7A 31 King Laborers Drill Operator $46.09 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $45.25 7A 31 King Laborers Dump Person $45.25 7A 31 King Laborers Epoxy Technician $45.25 7A 31 King Laborers Erosion Control Worker $45.25 7A 31 King Laborers Faller 8 Bucker Chain $46.09 7A 31 Saw King Laborers Fine Graders $45.25 7A 31 King Laborers Firewatch $38.36 7A 31 King Laborers Form Setter $45.25 7A 31 King Laborers Gabian Basket Builders $45.25 7A 31 `King Laborers General Laborer $45.25 7A 31 :King Laborers Grade Checker li $46.66 7A 31 Transit Person King Laborers Grinders $45.25 7A 31 King Laborers Grout Machine Tender $45.25 7A 31 'King Laborers Groutmen (pressure) $46.09 7A 31 including Post Tension Beams King Laborers Guardrail Erector $45.25 7A 31 King Laborers Hazardous Waste $46.66 7A 31 Worker (level A) King Laborers Hazardous Waste $46.09 7A 31 Worker (level B) ,King Laborers Hazardous Waste $45.25 7A 31 Worker (level C) King Laborers High Scaler $46.66 7A 31 King Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.091 7A 131 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 5 of 20 :King 1-aborer Imaintenance Person 1 $45.25 7A 31 i King Laborers Manhole Builder- $46.09 7A 31 mudman King ILaborers Material Yard Person $45.251 7A 31 ;King Laborers Motorman-dinky $46.09 7A 31 Locomotive :,King Laborers Nozzleman (concrete $46.09 7A 31 Pump, Green Cutter When Using Combination Of High Pressure Air 8: Water On Concrete £x Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $46.091 7A 1 31 .King Laborer 1 Pilot Car $38.361 7A 31 iKing Laborers I Pipe Layer Lead 1 $46.661 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers I Pipe Pot Tender 1 $46.091 7A 31 King I Laborers Pipe Reliner 1 $46.091 7A 31 King Laborers Pipe Wrapper 1 $46.091 7A 31 ,King ILaborers Pot Tender 1 $45.251 7A 31 King t-aborer jPowderman 1 $46.661 7A 31 King Laborers Powderman's Helper 1 $45.25 7A 31 ,King Laborers Power Jacks 1 $46.091 7A 31 .King Laborers Railroad Spike Puller - $46.09 7A 31 Power `:King jLaborers Raker- Asphalt 1 $46.661 7A 31 ¢Xing Laborers Re-timberman 1 $46.661 7A 31 ;King Laborers Remote Equipment $46.09 7A 31 Operator ;King ILaborers Rigger/signal Person 1 $46,091 7A 31 ;'King ILaborers Rip Rap Person 1 $45.251 7A 31 ,King I Laborers I Rivet Buster1 $46.091 7A 31 ::!King ILaborers Rodder 1 $46.091 7A 31 King ILaborersI Scaffold Erector 1 $45.25 7A 31 :King t-aborer I Scale Person 1 $45.251 7A 31 King Laborers Sloper (over 20") 1 $46.091 7A 31 :King Laborers Sloper Sprayer 1 $45.251 7A 31 `King ILaborers Spreader (concrete) 1 $46.091 7A 31 :King ILaborers Stake Hopper $45.25 7A 31 King ILaborers Stock Piler 1 $45.251 7A 31 'King Laborers Tamper 8: Similar $46.09 7A 31 Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple B: $46.09 7A 31 Self-propelled) "King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) https:Hfortress.wa.gov/lni/wageloolwp/prvWagelookup.aspx 11/4/2016 Page 6 of 20 King Laborers Toolroom Person (at $45.25 7A 31 Jobsite) King Laborers Topper $45.25 7A 31 King Laborers Track Laborer $45.25 7A 31 King Laborers Track Liner (power) $46.09 7A 31 King Laborers Traffic Control Laborer $41.02 7A 31 8R King Laborers Traffic Control $41.02 7A 31 8R Supervisor King Laborers Truck Spotter $45.25 7A 31 King Laborers Tugger Operator $46.09 7A 31 King Laborers Tunnel Work- $83.12 7A 31 S Compressed Air Worker 0-30 psi King Laborers Tunnel Work- $88.15 7A 31 Compressed Air Worker 30.01-44.00 psi King Laborers Tunnel Work- $91.83 7A Compressed Air Worker 44.01-54.00 psi King Laborers Tunnel Work- $97.53 7A 31 Compressed Air Worker 54.01.60.00 psi King Laborers Tunnel Work- $99.65 7A 31 Compressed Air Worker 60.01-64.00 psi King Laborers Tunnel Work- $104.75 7A 31 8S Compressed Air Worker 64.01-68.00 psi King Laborers Tunnel Work- $106.65 7A 31 ; Compressed Air Worker 68.01-70.00 psi King Laborers Tunnel Work- $108.65 7A 31 8�( Compressed Air Worker 70.01-72.00 psi ,King Laborers Tunnel Work- $110.65 7A 31 Compressed Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $46.76 7A 31 Lock Tender ;King Laborers Tunnel Work-Miner $46.76 7A 31 :King Laborers Vibrator $46.09 7A 31 King Laborers Vinyl Seamer $45.25 7A 31 King Laborers Watchman $34.86 7A 31 ;.King Laborers Welder $46.09 7A 31 King Laborers Well Point Laborer $46.09 7A 31 King Laborers Window Washer/cleaner $34.86 7A 31 King Laborers - Underground General Laborer EL $45.25 7A 31 Sewer Fx Water Topman King Laborers - Underground Pipe Layer $46.09 7A 31 Sewer Ir Water King Landscape Construction Irrigation Or Lawn $13.56 1 Sprinkler Installers littps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 7 of 20 King Landscape Construction Landscape Equipment $28.17 1 Operators Or Truck Drivers King Landscape Construction Landscaping or Planting $17.87 1 Laborers "King Lathers Journey Level $55.51 5D 1H ,King Marble Setters Journey Level $54.32 5A 1M i..King Metal Fabrication (In Shop) Fitter $15.86 1 ;King Metal Fabrication (In Shop) Laborer $9.78 1 .King Metal Fabrication (In Shop) Machine Operator $13.04 1 .King Metal Fabrication (In Shop) Painter $11.10 1 King Metal Fabrication (In Shop) Welder 1 $15.48 1 ;King Millwright Journey Level $57.01 5D 4C 'King IMLdular Buildings ICabinet Assembly $11.56 1 King IModular Buildings Electrician $11.56 1 King IMLdular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King jModutar Buildings Production Worker $9.471 1 King Modular Buildings Tool Maintenance $11.56 1 King IModular Buildings Utility Person $11.56 1 ,King IModular Buildings Welder $11.561 1 King Painters Journey Level $40.601 6Z 2B ,King Pile Driver Journey Level $55.761 5D 4C King Plasterers lJourney Level $53.201 ZQ 1R King Playground & Park Journey Level $9.47 1 Equipment Installers iKing Plumbers Cx Pipefitters Journey Level $75.061 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.691 7A 3C 8P King Power Equipment Operators I Assistant Engineer $55.211 7A 3C 8P :King Power Equipment Operatorsl Barrier Machine (zipper) $58.171 7A 3C 8P I'King Power Equipment Operators Batch Plant Operator, $58.17 7A 3C 8P Concrete ,King Power Equipment Operators Bobcat $55.21 7A 3C 8P King Power Equipment Operators Brokk - Remote $55.21 7A 3C 8P Demolition Equipment King Power Equipment Operators Brooms $55.211 7A 3C I 8P -King Power Equipment Operators Bump Cutter 1 $58.171 7A 3C SP "King Power Equipment Operators Cableways 1 $58.691 7A 3C 8P King Power Equipment Operators Chipper 1 $58.171 7A 3C 8P King Power Equipment Operators Compressor 1 $55.211 7A 3C 8P CKing Power Equipment Operators Concrete Pump: Truck $58.69 7A 3C 8P Mount With Boom Attachment Over 42 M !'King Power Equipment Operatorl Concrete Finish Machine $55.21 7A 3C 8P -laser Screed ;King Power Equipment Operators Concrete Pump - $57.72 7A 3C 8P Mounted Or Trailer High Pressure Line Pump, Pump High Pressure https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 8 of 20 King Power Equipment Operators Concrete Pump: Truck $58.17 7A 3C 8P Mount With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $57.72 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 $60.47 7A 3C 8P tons and over King Power Equipment Operators Cranes: 20 Tons $58.17 7A 3C 2P Through 44 Tons With Attachments King Power Equipment Operators Cranes: 100 Tons $59.28 7A 3C 8P Through 199 Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 $59.88 7A 3C 8P tons, or 25U' of Doom including jib with attachments King Power Equipment Operators Cranes: 300 tons and $60.47 7A 3C 8P over or 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons $58.69 7A 3C 8P Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 $55.21 7A 3C 8P Tons And Under King Power Equipment Operators Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons .King Power Equipment Operators Cranes: Through 19 $57.72 7A 3C 8P Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 8P King Power Equipment Operators Deck Engineer/deck $58.17 7A 3C 8P Winches (power) King Power Equipment Operators Derricks, On Building $58.69 7A 3C 8P Work King Power Equipment Operators Dozers D-9 Et Under $57.72 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, $57.72 7A 3C 8P Truck Or Crane Mount King Power Equipment Operators Drilling Machine $59.28 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $55.21 7A 3C 8P Permanent And Shaft Type King Power Equipment Operators Finishing Machine, $58.17 7A 3C 8P Bidwell And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And $57.72 7A 3C 8P Over With Attachments King Power Equipment Operators Forklifts: Under 3000 $55.21 7A 3C 8P LDS. With Attachments King Power Equipment Operators Grade Engineer: Using $58.17 7A 3C 8P Blue Prints, Cut Sheets, Etc https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 9 of 20 King Power Equipment Operators IGradechecker/stakemanj $55.211 7A 3C 8P King 1power Equipment Operators Guardrail Punch 1 $58.171 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Ft Over ,King Power Equipment Operators Hard Tail End Dump $58.17 7A 3C 8P Articulating Off-road Equipment Under 45 Yards .King Power Equipment Operators Horizontal/directional $57.72 7A 3C 8P Drill Locator :King Power Equipment Operators Horizontal/directional $58.17 7A 3C BP Drill Operator or Power Equipment Operator110 Hydralifts/boom Trucks $57.72 7A 3C 8P Over 10 Tons 'King Power Equipment OperatorHydralifts/boom Trucks, $55.21 7A 3C 8P Tons And Under °:King Power Equipment Operators Loader, Overhead 8 $59.28 7A #3C8P Yards. 8 Over King Power Equipment Operators Loader, Overhead, 6 $58.69 7A Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead $58.17 7A Under 6 Yards ;King Power Equipment Operatorsj Loaders, Plant Feed $58.17 7A 3C BP .King Power Equipment Operators Loaders: Elevating Type $57.72 7A 3C 8P Belt I King Power Equipment Operators Locomotives, All 1 $58.171 7A 3C 8P =:King Power Equipment Operators Material Transfer Devicel $58.171 7A 3C 8P 'King Power Equipment Operators Mechanics, All (leadmen $59.28 7A 3C 8P $0.50 Per Hour Over Mechanic) "King Power Equipment Operators Motor Patrol Graders 1 $58.691 7A 3C 8P I'King Power Equipment Operators Mucking Machine, Mole, $58.69 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $55.21 7A 3C 8P Distribution Fx Mulch Seeding Operator !King Power Equipment Operators Outside Hoists $57.72 7A 3C 8P (elevators And Manlifts), Air Tuggers,strato ;King Power Equipment Operators Overhead, Bridge Type $58.17 7A 3C 8P Crane: 20 Tons Through 44 Tons :King Power Equipment Operators Overhead, Bridge Type: $59.28 7A 3C 8P 100 Tons And Over King Power Equipment Operators Overhead, Bridge Type: $58.69 7A 3C 8P 45 Tons Through 99 Tons https://fortressewa.gov/lni/wagelookup/pivWagelookup.aspx 11/4/2016 Page 10 of 20 King Power Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than $58.17 7A 3C Crane Mount) $57.72 7A 3C 8P King Power Equipment Operators Plant Oiler- Asphalt, — Crusher King Power Equipment Operators PosYhole Digger, $55.21 7A 3C 8P Mechanical King Power Equipment Operators Power Plant $55.21 7A 3C pumps King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And $58.69 7A Over King Power Equipment Operators Quick Tower- No Cab, $55.21 7A 3C 8P Under 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $58.69 7A 3C 8P Tired Earth Moving Equipment Power Equipment Operators Rigger And Bellman $55.21 7A 3C BID King King Power Equipment Operators Rigger/Signal Person, $57.72 7A 3C 8P Bellman (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C SP ".King Power Equipment Operators Roller, Other Than Plant $55.21 7A 3C 8P Mix King Power Equipment Operators Roller, Plant Mix Or $57.72 7A 3C 8P Multi-lift Matenals King Power Equipment Operators Roto-mill, Roto-gender $58.17 7A 3C 8P King Power Equipment Operators Saws - Concrete $57.72 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled $58.17 7A 3C SP Under 45 Yards King Power Equipment Operators Scrapers - Concrete EL $57.72 7A 3C 8P Carry All King Power Equipment Operators Scrapers, Self- $58.69 7A 3C SP propelled: 45 Yards And Over King Power Equipment Operators Service Engineers - $57.72 7A 3C SP Equipment King Power Equipment Operators Shotcrete/gunite $55.21 7A 3C SP Equipment King Power Equipment Operators Shovel , Excavator, $57.72 7A 3C 8P Backhoe, Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, $58.69 7A 3C 8P Backhoe: Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, $58.17 7A sC SP Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, $59.28 7A 3C SP Backhoes: Over50 Metric Tons To 90 Metric Tons King Lower Equipment Operators $ 3C 59.88 7A 8P Po littps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page I 1 of 20 Shovel, Excavator, Backhoes: Over90 Metric Tons King Power Equipment Operators SUpform Pavers $58.69 7A 3C 8P SKing Power Equipment Operators Spreader, Topsider Et $58.69 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $58.17 7A 3C 8P :King Power Equipment Operators Tower Bucket Elevators $57.72 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' $59.28 7A 3C 8P In Height Base To Boom King Power Equipment Operators Tower Crane: over 175 $59.88 7A 3C 8P through 250' in height, base to boom !King Power Equipment Operators Tower Cranes: over 250' $60.47 7A 3C 8P in height from base to boom King Power Equipment Operators Transporters, All Track $58.69 7A 3C 8P Or Truck Type ;King Power Equipment Operators Trenching Machines $57.72 7A 3C 8P King Power Equipment Operators Truck Crane $58.17 7A 3C 8P Oiler/driver- 100 Tons And Over :King Power Equipment Operators Truck Crane $57.72 7A 3C 8P Oiler/driver Under 100 Tons '.King Power Equipment Operators Truck Mount Portable $58.17 7A 3C 8P Conveyor King Power Equipment Operators Welder $58.69 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall $55.21 7A 3C 8P Type King Power Equipment Operators Yo Yo Pay Dozer $58.17 7A 3C 8P ',King Power Equipment Asphalt Plant Operators $58.69 7A 3C 8P Operators- Underground Sewer Ft Water ;,King Power Equipment Assistant Engineer $55.21 7A 3C 8P Operators- Underground Sewer Ft Water a King Power Equipment Barrier Machine (zipper) $58.17 7A 3C 8P Operators- Underground Sewer Ft Water lKing Power Equipment Batch Plant Operator, $58.17 7A 3C 8P Operators- Underground Concrete Sewer & Water ;King Power Equipment Bobcat $55.21 7A 3C 8P Operators- Underground Sewer & Water King Power Equipment Brokk - Remote $55.21 7A 3C 813 Operators- Underground Demolition Equipment Sewer Ft Water King Power Equipment Brooms $55.21 7A 3C 8P Operators- Underground Sewer & Water .King Bump Cutter $58,17 7A 3C 8P https://fortress.wa.gov/lni/wagelooklip/prvWagelookup.aspx 11/4/2016 Page 12 of 20 Power Equipment Operators- Underground Sewer 8 Water King Power Equipment Cableways $58.69 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Chipper $58.17 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Compressor $55.21 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Concrete Pump: Truck $58.69 7A 3C 8P Operators- Underground Mount With Boom Sewer_Et Water Attachment Over 42 M King Power Equipment Concrete Finish Machine $55.21 7A 3C 8P Operators- Underground -laser Screed Sewer Et Water King Power Equipment Concrete Pump - $57.72 7A 3C BP Operators- Underground Mounted Or Trailer High Sewer Et Water Pressure Line Pump, Pump High Pressure. King Power Equipment Concrete Pump: Truck $58.17 7A 3C 8P Operators- Underground Mount With Boom Sewer Et Water Attachment Up To 42m King Power Equipment Conveyors $57.72 7A 3C 2 Operators- Underground Sewer Et Water King Power Equipment Cranes Friction: 200 $60.47 7A 3C 8P Operators- Underground tons and over Sewer Et Water King Power Equipment Cranes: 20 Tons $58.17 7A 3C 8P Operators- Underground Through 44 Tons With Sewer Et Water Attachments King Power Equipment Cranes: 100 Tons $59.28 7A 3C 8P Operators- Underground Through 199 Tons, Or Sewer Et Water 150' Of Boom (Including Jib With Attachments) King Power Equipment Cranes: 200 tons- 299 $59.88 7A 3C 8P Operators- Underground tons, or 250' of boom Sewer Et Water including jib with attachments King Power Equipment Cranes: 300 tons and $60.47 7A 3C 8P Operators- Underground over or 300' of boom Sewer Et Water including jib with attachments King Power Equipment Cranes: 45 Tons $58.69 7A 3C 8P Operators- Underground Through 99 Tons, Under Sewer Et Water 150 Of Boom (including Jib With Attachments) King Power Equipment Cranes: A-frame - 10 $55.21 7A 3C 8P Operators- Underground Tons And Under Sewer Et Water King Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 13 of 20 Power Equipment Operators- Underground Sewer Ft Water King Power Equipment Cranes: Through 19 $57.72 7A 3C 8P Operators- Underground Tons With Attachments Sewer E Water A-frame Over 10 Tons ;King Power Equipment Crusher $58.17 7A 3C 8P Operators- Underground Sewer Ft Water King Power Equipment Deck Engineer/deck $58.17 7A 3C 8P Operators- Underground Winches (power) Sewer Et Water .King Power Equipment Derricks, On Building $58.69 7A 3C 8P Operators- Underground Work Sewer Ft Water King Power Equipment Dozers D-9 & Under $57.72 7A 3C 8P Operators- Underground Sewer Ft Water King Power Equipment Drill Oilers: Auger Type, $57.72 7A 3C 8P Operators- Underground Truck Or Crane Mount Sewer a Water :,King Power Equipment Drilling Machine $59.28 7A 3C 8P Operators- Underground Sewer Ft Water ;King Power Equipment Elevator And Man-lift: $55.21 7A 3C 8P Operators- Underground Permanent And Shaft Sewer Et Water Type ;King Power Equipment Finishing Machine, $58.17 7A 3C 8P Operators- Underground Bidwell And Gamaco Ft Sewer fx Water Similar Equipment King Power Equipment Forklift: 3000 Lbs And $57.72 7A 3C 8P Operators- Underground Over With Attachments Sewer Ft Water King Power Equipment Forklifts: Under 3000 $55.21 7A 3C 8P Operators- Underground Lbs. With Attachments Sewer Ft Water :King Power Equipment Grade Engineer: Using $58.17 7A 3C 8P Operators- Underground Blue Prints, Cut Sheets, Sewer Et Water Etc ,King Power Equipment Gradechecker/stakeman $55.21 7A 3C 8P Operators- Underground Sewer Ft Water 'King Power Equipment Guardrail Punch $58.17 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Hard Tail End Dump $58.69 7A 3C 8P Operators- Underground Articulating Off- Road Sewer i3 Water Equipment 45 Yards. Ft Over King Power Equipment Hard Tail End Dump $58.17 7A 3C 8P Operators- Underground Articulating Off-road Sewer 8 Water Equipment Under 45 Yards King Horizontal/directional $57.72 7A 3C SP Drill Locator https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 14 of 20 Power Equipment Operators- Underground Sewer a Water King Power Equipment Horizontal/directional $58.17 7A 3C 8P Operators- Underground Drill Operator Sewer Et Water King Power Equipment Hydralifts/boom Trucks $57.72 7A 3C 8P Operators- Underground Over 10 Tons Sewer a Water King Power Equipment Hydralifts/boom Trucks, $55.21 7A 3C 8P Operators- Underground 10 Tons And Under Sewer a Water King Power Equipment Loader, Overhead 8 $59.28 7A 3C 8P Operators- Underground Yards. a Over Sewer a Water King Power Equipment Loader, Overhead, 6 $58.69 7A 3C 8P Operators- Underground Yards. But Not Including Sewer a Water 8 Yards King Power Equipment Loaders, Overhead $58.17 7A 3C 8P Operators- Underground Under 6 Yards Sewer a Water King Power Equipment Loaders, Plant Feed $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Loaders: Elevating Type $57.72 7A 3C 8P Operators- Underground Belt Sewer a Water King Power Equipment Locomotives, All $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Material Transfer Device $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Mechanics, All (leadmen $59.28 7A 3C 8P Operators- Underground - $0.50 Per Hour Over Sewer a Water Mechanic) King Power Equipment Motor Patrol Graders $58.69 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Mucking Machine, Mole, $58.69 7A 3C 8P Operators- Underground Tunnel Drill, Boring, Sewer a Water Road Header And/or Shield King Power Equipment Oil Distributors, Blower $55.21 7A 3C 8P Operators- Underground Distribution a Mulch Sewer Ft Water Seeding Operator King Power Equipment Outside Hoists $57.72 7A 3C 8P Operators- Underground (elevators And Sewer a Water Manlifts), Air Tuggers,strato King Power Equipment Overhead, Bridge Type $58.17 7A 3C 8P Operators- Underground Crane: 20 Tons Through Sewer a Water 44 Tons King Overhead, Brdge Type: $59.28 7A 3C 8P 100 Tons And Over https:Hfortress.wa.gov/lni/wagelookup/prvWageloolwp.aspx 11/4/2016 Page 15 of 20 Power Equipment Operators Underground Sewer Ft Water King Power Equipment Overhead, Bridge Type: $58.69 7A 3C 8P Operators- Underground 45 Tons Through 99 Sewer Ex Water Tons `.King Power Equipment Pavement Breaker $55.21 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Pile Driver (other Than $58.17 7A 3C 8P Operators- Underground Crane Mount) Sewer Ft Water King Power Equipment Plant Oiler- Asphalt, $57.72 7A 3C 8P Operators- Underground Crusher Sewer & Water King Power Equipment Posthole Digger, $55.21 7A 3C BP Operators- Underground Mechanical Sewer Et Water .King Power Equipment Power Plant $55.21 7A 3C 8P Operators- Underground Sewer Et Water (!'King Power Equipment Pumps - Water $55.21 7A 3C 8P Operators- Underground Sewer 8:Water ''King Power Equipment Quad 9, Hd 41, D10 And $58.69 7A 3C 8P Operators- Underground Over Sewer Et Water King Power Equipment Quick Tower- No Cab, $55.21 7A 3C 8P Operators- Underground Under 100 Feet In Sewer Et Water Height Based To Boom King Power Equipment Remote Control $58.69 7A 3C 8P Operators- Underground Operator On Rubber Sewer It Water Tired Earth Moving Equipment King Power Equipment Rigger And Bellman $55.21 7A 3C 8P Operators- Underground Sewer 8 Water King Power Equipment Rigger/Signal Person, $57.72 7A 3C 8P Operators- Underground Bellman (Certified) Sewer 8: Water ,King Power Equipment Rollagon $58.69 7A 3C 813 Operators- Underground Sewer Et Water King Power Equipment Roller, Other Than Plant $55.21 7A 3C 8P Operators- Underground Mix Sewer Et Water King Power Equipment Roller, Plant Mix Or $57.72 7A 3C 8P Operators- Underground Multi-lift Materials Sewer Et Water King Power Equipment Roto-mill, Rota-grinder $58.17 7A 3C BP Operators- Underground Sewer Et Water King Power Equipment Saws - Concrete $57.72 7A 3C 8P Operators- Underground Sewer Ft Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 16 of 20 King Power Equipment Scraper, Self Propelled $58.17 7A 3C 8P Operators- Underground Under 45 Yards Sewer a Water King Power Equipment Scrapers - Concrete a $57.72 7A 3C SP Operators- Underground Carry All Sewer a Water :King Power Equipment Scrapers, Self- $58.69 7A 3C 8P Operators- Underground propelled: 45 Yards And Sewer a Water Over King Power Equipment Service Engineers - $57.72 7A 3C 8P Operators- Underground Equipment Sewer a Water King Power Equipment Shotcrete/gunite $55.21 7A 3C 8P Operators- Underground Equipment Sewer a Water King Power Equipment Shovel , Excavator, $57.72 7A 3C 8P Operators- Underground Backhoe, Tractors Sewer a Water Under 15 Metric Tons. King Power Equipment Shovel, Excavator, $58.69 7A 3C 8P Operators- Underground Backhoe: Over 30 Metric Sewer a Water Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, $58.17 7A 3C 8P Operators- Underground Backhoes, Tractors: 15 Sewer a Water To 30 Metric Tons King Power Equipment Shovel, Excavator, $59.28 7A 3C 8P Operators- Underground Backhoes: Over 50 Sewer a Water Metric Tons To 90 Metric Tons King Power Equipment Shovel, Excavator, $59.88 7A 3C 8P Operators- Underground Backhoes: Over 90 Sewer a Water Metric Tons King Power Equipment Slipform Pavers $58.69 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Spreader, Topsider Et $58.69 7A 3C 8P Operators- Underground Screedman Sewer a Water King Power Equipment Subgrader Trimmer $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Tower Bucket Elevators $57.72 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Tower Crane Up To 175' $59.28 7A 3C 8P Operators- Underground In Height Base To Boom Sewer a Water King Power Equipment Tower Crane: over 175' $59.88 7A 3C 8P Operators- Underground through 250' in height, Sewer a Water base to boom King Power Equipment Tower Cranes: over 250' $60.47 7A 3C 8P Operators- Underground in height from base to Sewer a Water boom King Power Equipment Transporters, All Track $58.69 7A 3C 8P Operators- Underground Or Truck Type Sewer a Water i https://fortress.wa.gov/1ni/wagelook-up/prvWagelookup.aspx 11/4/2016 Page 17 of 20 King Power Equipment Trenching Machines $57.72 7A 3C 8P Operators- Underground Sewer a Water "]King Power Equipment Truck Crane $58.17 7A 3C 8P Operators- Underground Oiler/driver- 100 Tons Sewer a Water And Over King Power Equipment Truck Crane $57.72 7A 3C 8P Operators- Underground Oiler/driver Under 100 Sewer a Water Tons King Power Equipment Truck Mount Portable $58.17 7A 3C 8P Operators- Underground Conveyor. Sewer a Water King Power Equipment Welder $58.69 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Wheel Tractors, Farman $55.21 7A 3C 813 Operators- Underground Type Sewer a Water kKing Power Equipment Yo Yo Pay Dozer $58.17 7A 3C 8P Operators- Underground Sewer a Water ]King Power Line Clearance Tree Journey Level In Charge $47.08 5A 4A Trimmers ,King Power Line Clearance Tree Spray Person $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment $47.08 5A 4A Trimmers Operator 'King Power Line Clearance Tree Tree Trimmer $42.01 5A 4A Trimmers 1King Power Line Clearance Tree Tree Trimmer $31.65 5A 4A Trimmers Groundperson (King Refrigeration a Air Journey Level $74.66 6Z 1G Conditioning Mechanics lKing Residential Brick Mason Journey Level $54.32 5A 1M ;King Residential Carpenters Journey Level $28.20 1 !;King Residential Cement Masons Journey Level $22.641 1 1King Residential Drywall Journey Level $41.69 5D 4C Applicators `]King Residential Drywall Tapers Journey Level $55.66 5P 1 E King Residential Electricians Journey Level $30.44 1 ;King Residential Glaziers Journey Level $38.40 7L 1H :King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 jKing Residential Marble Setters Journey Level $24.091 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers a Journey Level $34.69 1 ETefitters King Residential Refrigeration a Journey Level $74.66 6Z 1G Air Conditioning Mechanics !King Residential Sheet Metal Journey Level (Field or $45.99 7F 1R Workers Shop) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 18 of 20 King Residential Soft Floor Journey Level $45.86 5A 3D Lavers King Residential Sprinkler Fitters Journey Level $42.73 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Journey Level $48.86 5A 1M Workers King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $25.17 1 King Roofers Journey Level $46.46 5A 3H King Roofers Using Irritable $49.46 5A 3H Bituminous Materials King Sheet Metal Workers Journey Level (Field or $75.46 7F 1E Shop) King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B :King Shipbuilding Et Ship Repair Electrician $41.09 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.43 5J 1S King Shipbuilding Et Ship Repair Laborer $41.08 7T 4B King Shipbuilding a Ship Repair Machinist $41.32 7T 4B King Shipbuilding Et Ship Repair Operator $41.03 7T 4B "King Shipbuilding Et Ship Repair Painter $41.05 7T 4B RKing Shipbuilding Et Ship Repair Pipefitter $41.05 7T 4B ..King Shipbuilding Et Ship Repair Rigger $41.12. 7T 4B King Shipbuilding Et Ship Repair Sheet Metal $41.04 7T 4B rKing Shipbuilding Ft Ship Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.01 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B !King Sign Makers EL Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 Electrical King Sign Makers Et Installers Sign Installer $27.28 1 (Non-Electricaq King Sign Makers Et Installers Sign Maker $33.25 1 (Non-Electrical) King Soft Floor Lavers Journey Level $45.86 5A 3D King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $72.49 5C 1X Protection) King Stage Rigging Mechanics Journey Level $13.23 1 (Non Structural) King Stone Masons Journey Level $54.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction $57.72 7A 3C 8P Site Surveyor King Surveyors Chainman $57.17 7A 3C 8P https:Hfortress.wa.gov/lni/Nvagelookup/prvWagelookup.aspx 11/4/2016 Page 19 of 20 King Surveyors Construction Site $58.69 7A 3C 8P Surveyor King Telecommunication Journey Level $22.76 1 Technicians .King Telephone Line Cable Splicer $37.60 5A 2B Construction - Outside King Telephone Line Hole Digger/Ground $20.79 5A 2B Construction - Outside Person King Telephone Line Installer (Repairer) $36.02 5A 2B Construction - Outside ":King Telephone Line Special Aparatus $37.60 5A 2B Construction - Outside Installer I '.King Telephone Line Special Apparatus $36.82 5A 2B Construction - Outside Installer II ;King Telephone Line Telephone Equipment $37.60 5A 2B Construction - Outside Operator (Heavy) l,King Telephone Line Telephone Equipment $34.94 5A 2B Construction - Outside Operator (Light) King Telephone Line Telephone Lineperson $34.93 5A 2B Construction - Outside ;King Telephone Line Television $19.73 5A 2B Construction - Outside Groundperson .King Telephone Line Television $26.31 5A 2B Construction - Outside Lineperson/Installer King Telephone Line Television System $31.50 5A 26 Construction - Outside Technician King Telephone Line Television Technician $28.23 5A 2B Construction - Outside King Telephone Line Tree Trimmer $34.93 5A 2B Construction - Outside King Terrazzo Workers Journey Level $48.86 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble 8 Terrazzo Finisher $39.69 5A 1B Finishers l'King Traffic Control Stripers Journey Level $44.35 7A 1K ,King Truck Drivers Asphalt Mix Over 16 $51.25 5D 3A 8L Yards (W. WA-Joint Council 28) i King Truck Drivers Asphalt Mix To 16 Yards $50.41 5D 3A 8L (W. WA-Joint Council 28) King Truck Drivers Dump Truck 8 Trailer $51.25 5D 3A 8L :King Truck Drivers Dump Truck (W. WA- $50.41 5D 3A 8L Joint Council 28) VKing Truck Drivers Other Trucks (W. WA- $51.25 5D 3A 8L Joint Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers 8 Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers Ft Irrigation Oiler $12.97 1 Pump Installers ;King Well Driller $18.00 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 Page 20 of 20 (Well Dntters EtIrrigation Pump Installers I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 11/4/2016 i- BOND NUMBER: RCB0006279 IKE.WT PAYMENT AND PERFORMANCE BOND TO CITY'OF KENT KNOW ALL MEN BY THESE PRESENTS; That we, the undersigned, Christensen Inc. General Contractor as Principal, and Contractors Bonding and Insurance Company a Corporation organized and existing under the laws of the State of Washington, as,a Surety Corporation, and quallhed under the laws of the :State of Washington to become,Surety upon bonds of Contractors With Municipal Corporations, as Surety, °are jolntly and severally held and firmly bound to the CM, OF KENT In the penal sum of$ One Hundred Eighteen Tnousantlnve Hundred six Dollars and 381100 together with any adj_ustmeP4 up or down, in the total contract'. price because of changes In the contract work, for the payment of which sum on demand we hind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obllgatlon is entered into In pursuance of the;.statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT, Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion,, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden principal, a, certain contract, the said contract providing for construction of Kent Garage Glazing.Project (Which contract Is referred to herein and Is,made a part hereof as though attached hereto), and ;- WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for In the manner rand within the time set forth, i NOW, THEREFORE, for non-FHWA projects only, If the Principal shall faithfully perform all the provisions of said, contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as, specifled in said contract or from defects appearing or developing In the material or workmanship provided or performed under said contract, then and In that event this obligation shall be void; but otherwise it shall be and remain in full force and effect: IN WITNESS WHEREOF, the above bounden parties have executed this Instrument under their separate seals. The name and corporate seal (if required by PAYMENT AND PERFORMANCE BOND Pa9e i of 2 i I law) of each corporate party is hereto affixed and duly signed by Its undersigned representatives pursuant to authority ofIts governing body. TWO WITNESSES: Christensen Inc. General Contractor ' PRINCIPAL (enter principals name above) TITLE: President DATE: - ,2 — DATE: 12/16/2016 a ! CORPORATE SEAL:' PRINT NAME pp DATE;' ! i Contractors Bonding and Insurance Company �- SURETY CORPORATE SEAL: BY: DATE. 1 211 6/2 0 1 8 TITLE• Attorney in Fact `+ SEAL ADDRESS: 1802 Black Lake Blvd SW#301 Olympia,WA 98512 ,4 CERTIFICATE AS TO CORPORATE STEAL I hereby certify that I am the(Assistant) Secretary of the';Corporation named as Principal in the within Bond; that Who signed the'said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is ;genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of Its governing;body. SECRETARY OR ASSISTANT SECRETARY eAo•uveMteamm +jpau+nw+narm+=•wne.eve PAYMENT AND PERFORMANCE BOND Page 2 of 2 R L I C kk POWER OF ATTORNEY ,,.R,.r RLI Insurance Company 9025 N.Lindbergh 5-2402 Peoria,IL 9)61615 9-20 Contractors Bondingand Insurance Company Phone:(800)645-2402�Fax:(309)6R9-2036 p y Know All Men by These Presents: That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the approving officer if desired. That this Power of Attorney may be effective and given to either or both of RLI Insurance Company and Contractors Bonding and Insurance Company,required for the applicable bond. That RLI Insurance Company and/or Contractors Bonding and Insurance Company, each Illinois corporations (as applicable), each authorized and licensed to do business in all states and the District of Columbia do hereby make,constitute and appoint: Benjamin M.Houk, Drake G.Nicholson,Tiffany Kamavicius Cindv Chambers Kim Wenrich Eric Belgau Tandv Ilemer Gretchen Henrie,Mal lori Peck,iointly or severally in the City of Olvmoia State of Washinrrton as Attorney in Fact, with full power and authority hereby conferred upon him/her to sign, execute, acknowledge and deliver for and on its behalf as Surety, in general, any and all bonds, undertakings,and recognizances in an amount not to exceed Ten Million Dollars ( $10,000,000.00 )for any single obligation. The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had been executed and acknowledged by the regularly elected officers of this Company. RLI Insurance Company and Contractors Bonding and Insurance Company, as applicable, have each further certified that the following is a true and exact copy of the Resolution adopted by the Board of Directors of each such corporation,and now in force,to-wit: "All bonds, policies, undertakings, Powers of Attorney or other obligations of the Corporation shall be executed in the corporate name of the Corporation by the President,Secretary,any Assistant Secretary,Treasurer,or any Vice President,or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the name of the Corporation. The corporate seal is not necessary for the validity of any bonds, policies, undertakings,Powers of Attorney or other obligations of the Corporation. The signature of any such officer and the corporate seat may be printed by facsimile or other electronic image." IN WITNESS WHEREOF,RLI Insurance Company and/or Contractors Bonding and Insurance Company, as applicable,have caused these presents to be executed by its respective Vice President with its corporate seal affixed this 17th day of November,2016. A y�arvt€s RLI Insurance Company °d- Contractors Bonding and Insurance Company State of Illinois t�a Barton W.Davis Vice President SS n '�€i�vr5 County of Peoria CERTIFICATE On this 17th day of November 2016 1, the undersigned officer of RLI Insurance Company, and/or before me, a Notary Public, personally appeared Barton W. Davis Contractors Bonding and Insurance Company, each Illinois who being by me duly sworn,acknowledged that he signed the above Power corporations, do hereby certify that the attached Power of Attorney is of Attorney as the aforesaid officer of the RLI Insurance Company and/or in full force and effect and is irrevocable; and furthermore, that the Contractors Bonding and Insurance Company, and acknowledged said Resolution of the Company as set forth in the Power of Attorney, is instrument to be the voluntary act and deed of said corporation, now in force. In testimony whereof,I have hereunto set my hand and the seal of the RLI Insurance CogrngGgy and/or on, traptorrs �j I V' its 17�� oq mg and Insurance Company this day of t,(/-ti y u! RLI Insurance Company Jacqu ine M.Bockle Notary Public Contractors on mg and Inspranee Company 'OFFICIAL SEAL" xornev Barton W.Davis Vice President �emiLor JACQUEtINE M.BQCKLER uurvois COMMISSION EXPIRES D1114118 4675336020212 A0059115 EXHIBIT SECTION 004000 BID PROPOSAL n Kent Centennial Garage Glazing Project i Proposal of I V e t k u (hereinafter called the 'Bidder"), organized and existing under the laws of the State of Washington and doing business as * Chri*P-A I n aen raj r t (*Insert"a corporation", "a partnership", or"an individual') To the OWNER(City of Kent): In compliance with your Invitation to Bid, the Bidder hereby proposes to furnish all labor and materials specified herein necessary for and incidental to the completion of the work in strict accordance with the Contract Documents, within the time set forth herein, and at the lump sum price stated below(not including WSST). �I A. LUMP SUM BASE BID: The construction of the improvements for the above mentioned project as shown on the drawings and as specified in this project manual for the lump sum price(which does not include Washington State Sales Taxes(WSST)) 00 e M '�d find @Cht"I[ha isagA, Dollars $ (Amount in words) o &kql).t 1,j r-A vle (Amount in numbers) B. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. C. TIME OF COMPLETION: The work of this contract shall commence from the Notice to Proceed and the work specified in Lump Sum Base Bid shall be substantially completed within seventy(70) calendar days for all of the work. E. STATE SALES TAX: The undersigned agrees that the above named Lump Sum Bid does not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay application. I F. OVERHEAD AND PROFIT: The above Lump Sum Bid includes overhead,profit, and all other expenses involved: G. COMMENCEMENT OF WORK: The bidder hereby agrees to commence work under this contract within five(5)calendar days after the Notice to Proceed and to fully complete the work within the time established in paragraph C of this proposal. H. LIQUIDATED DAMAGES: The Bidder further agrees to pay as liquidated damages the sum as calculated in specification section 007000 General Conditions, article 8.3.3. Bid Proposal Section 004000-1 1. BID SECURITY: Bid security,consisting of a postal money order, cashier's check or bid(surety) bond, in the amount of 5%of the bid attached hereto. A Performance and Payment bond will be required of the successful bidder. J. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. K. SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaluated as follows: 1. Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is in compliance with the invitation to bid. 2. Responsibility. The Owner will consider all material submitted by the contractor, and other evidence it may obtain otherwise,to determine whether the contractor is capable of and has a history of successfully completing contracts of this type. The following elements may be given consideration by the Owner in determining whether a contractor is a responsible contractor: a)The ability, capacity and skill of the contractor to perform the contract and/or provide the service required; b)The character, integrity, reputation,judgment, experience and efficiency of the bidder;c) Whether the contractor can perform the contract and do so within the time specified; d)the quality of performance by the contractor on previous and similar contracts; e)The previous and existing compliance by the bidder with laws relating to the contract or services;and f)such other information as may be secured having bearing on the decision to award the contracts. When requested by the Owner,contractors shall furnish acceptable evidence of the contractor's ability to perform, such as firm commitments by subcontractors, equipment,supplies and facilities,and the contractor's ability to obtain the necessary personnel. Refusal to provide such information upon request may cause the bid to be rejected. 3. Lowest Bid: The lowest bid L. SIGNATURE: By signing this Bid Proposal, the undersigned bidder agrees to submit all insurance documents, performance bonds, and signed contracts within ten (10) calendar days after City awards the Contract and be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Addendum No. Date of receipt and acknowledgme 1. 8®i 2 H U -- -- 2. 3. 4. Bid Proposal Section 004000-2 10- 1215 . Bid Date Company Name Address I gubmitted By(Signature) TIWLwa i2 1381512 Will VAVI redtvl Address 2 Submitted By (Printed Name) C3(Q)-I0q- ?0 Telephone Number Title C3[cxs)'O!7- o AnfDethOStknwnocke. rl Fax Number E-mail address END OF BID PROPOSAL I Bid Proposal Section 004000-3 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile 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. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT (Continue 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, 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, �i CHRIS01 OP ID: BT M(MMIDDIYYYY) CERTIFICATE OF LIABILITY INSURANCE DA12/16/2016 � 1arlsrzDls � 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 endomement(s). '.. PRODUCER NAMEACT Billie Tripp Nicholson&Associates PHONE 360-352-8444 FAX 3 1802 Black Lake Blvd.SW AIC No EXI: 11C Na: 60-943-9712 Olympp.Houk ia,WA 98612 E MARI Ben MEss,Mail@nichinsure.com INSURERS AFFORDING COVERAGE NAM If INSURER A:Associated Industries(nsuranc '.. INSURED Christensen, Inc. INSURER B:Ohio Security Insurance 24082 General Contractor 2840 Crites St SW,Suite 100 INSURER C:StarStone Specialty Insurance Tumwater,WA 98512 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, INSR TYPE OF INSURANCE DOL UD POLICY NUMBER MWDDYEFF MWDD/YYY1( LIMITS LTR A X COMMERCIALGENERALLIASILITY 9w $ E $ 1,000,000 CLAIMS-MADE OCCUR X X AES1039530 06116/2016 0611612017rrence $ 100,000 erson) $ 5,000 JURY $ 1,000,000 '. GEN'L AGGREGATE LIMIT APPLIES PER: '.. GENERAL AGGREGATE $ 2,000,000 POLICY JECT LOG PRODUCTS_-_COMP/OP AGG $ 2,000,000 OTHER: _ __.S AUTOMOBILE LIABILITY EOMB`aEDtSINGLE LIMIT I$ 1,000,000 A X ANrnuro X X BAS57232670 0617612016 0617612017 BODILY INJURY(Per person) $ ALLOWNED SCHEDULED BODILY INJURY(Per accident) II AUTOS AUTOS X X NON-OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS Peraccident $ X I UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 4,000,000 O EXCESS LIAR CLAIMS-MADE X X 89039RISOALI 0611612016 06116/2017 AGGREGATE E 4,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER A ANY PROPRIETORIPARTNERIEXECUTIVE YIN X AES1039630 0611612016 06/1612017 EL EACH ACCIDENT $ 1,000,000 OFFICEMandarR/MEMBER NHJ EXCLUDED? WA STOP GAP E.L.DISEASE-EA EMPLOYE $ 1,000,000 IMBDda RIM In NH) Ifyes,descnbe antler DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 B (Installation BM057232670 06/16/2016 08/1612017 Limit: 580,000 iFloater DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES IACORD 1 D1,Additional Remarks Schedule,may be attached If more apace is required) RE: Centennial Center Parking Garage Project City of Kent is included as additional insured per the attached endorsement. Coverage afforded shall be primary& noncontributory& include ongoing& completed operations.Waiver of subrogation applies. In the event of policy cancellation or material change in coverage certificate...continued... CERTIFICATE HOLDER CANCELLATION CITYK-1 SHOULD ANY 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 Ave S '.. Kent,WA 98032 AUTHORRED REPRESENTATIVE u> 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD y�py/,®a HOLDERCODE CITYK-1 CHRIS01 PAGE NOTE PAD:PA INSUREDS NAME Christensen, Inc. OP ID: BT Dale 12/16/2016 holder shall be provided 30 days notification, except for nonpayment of premium in which case ten days notice shall be provided. Policy Number:AES1039530 00 COMMERCIAL GENERAL LIABILITY CG 20 33 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured any person or or- additional insureds, the following additional exclu- ganization for whom you are performing operations sions apply: when you and such person or organization have This insurance does not apply to: agreed in writing in a contract or agreement that such person or organization be added as an addi- 1. "Bodily injury", "property damage" or "personal tional insured on your policy. Such person or or- and advertising injury" arising out of the render- ganization is an additional insured only with re- ing of, or the failure to render, any professional spect to liability for "bodily injury", "property architectural, engineering or surveying servic- damage" or "personal and advertising injury" es, including: caused, in whole or in part, by: a. The preparing, approving, or failing to pre- 1. Your acts or omissions; or pare or approve, maps, shop drawings, opi- 2. The acts or omissions of those acting on your nions, reports, surveys, field orders, change behalf; orders or drawings and specifications;or b. Supervisory, inspection, architectural or in the performance of your ongoing operations for engineering activities. the additional insured. A erson's or or anization's status as an additional 2. "Bodily injury" or "property damage" occurring Insured under this endorsement ends when your after: operations for that additional insured are com- a. All work, including materials, parts or pleted. equipment furnished in connection with such work, on the project (other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional in- sured(s) at the location of the covered operations has been completed; or b. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontrac- tor engaged in performing operations for a principal as a part of the same project. I I, CG 20 33 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 POLICY NUMBER: AES1039530 00 COMMERCIAL GENERAL LIABILITY NX GL 009 08 09 i THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTING INSURANCE (THIRD-PARTY) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Third Party: All persons or organizations where required by written contact with the Named Insured (Absence of a specifically named Third Party above means that the provisions of this endorsement apply as required by written contractual agreement with any Third Party for whom you are performing work.) Paragraph 4.of SECTION IV: COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Otherinsurance: With respect to the Third Party shown above, this insurance is primary and non-contributing. Any and all other valid and collectable insurance available to such Third Party in respect of work performed by you under written contractual agreements with said Third Party for loss covered by this policy, shall in no instance be considered as primary, co-insurance, or contributing insurance. Rather, any such other insurance shall be considered excess over and above the insurance provided by this policy. NX GL 009 08 09 Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission POLICY NUMBER:AES1039530 00 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: All persons or organizations where required by written contract with the Named Insured Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: 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. CG 24 04 05 09 ©Insurance Services Office, Inc., 2008 Page 1 of 1 O POLICY NUMBER: AES1039530 00 COMMERCIAL GENERAL LIABILITY CG 20 37 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. f ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s : Location And Description Of Completed Operations All persons or organizations where written contract with the Named Insured requires additional insured completed operations coverage. This form does not apply to your work on"residential property". Information required to complete this Schedule, if not shown above,will be shown in the Declarations. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property dam- age" caused, in whole or in part, by "your work" at the location designated and described in the sche- dule of this endorsement performed for that addi- tional insured and included in the "products- completed operations hazard". CG 20 37 07 04 0 ISO Properties, Inc., 2004 Page 1 of 1 r Page 1 of 4 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 Intent Affidavit ID: Status: Approved Received Date: ID: On 12/28/2016 12/22/2016 808422 Company Details Company Name: CHRISTENSEN INC GENERAL CONTR Address: 2840 CRITES ST SW #100 OLYMPIA, WA, 98512 Contractor Registration No. CHRISIG066LB WA UBI Number 601546765 Phone Number 360-709-0330 Industrial Insurance Account ID 86797300 Email Address infoCchristensenincgc.com Filed By Christensen, Kevin Prime Contractor Company Name CHRISTENSEN INC GENERAL CONTR https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 12/29/2016 Page 2 of 4 Contractor Registration No. CHRISIG066LB WA UBI Number 601546765 Phone Number 360-709-0330 Project Information Awarding Agency KENT, CITY OF/PARKS Et REC. 220 - 4TH AVE S KENT, WA - 98032 Awarding Agency Contact Nancy Clary Awarding Agency Contact Phone 253-856-5084 Number Contract Number Project Name Kent Centennial Garage Glazing project Contract Amount $1183506.38 Bid due date 10/25/2016 Award Date 12/22/2016 Project Site Address or Directions 400 West Gowe Kent WA Payment Details Check Number: Transaction Id: 105544423 Intent Details Expected project start date: (MM- 1 /3/2017 DD-YYYY) In what county (or counties) will the King work be performed? In what city (or nearest city) will Kent the work be performed? $118,506.38 https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 12/29/2016 Page 3 of 4 What is the estimated contract amount? OR is this a time and materials estimate? Will this project utilize American No 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? Does your company intend to hire No subcontractors to perform ALL work? Will your company have employees Yes perform work on this project? Do you intend to use any No apprentices? (Apprentices are considered employees. ) How many owner/operators 0 performing work on the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe Workers King Carpenters Carpenter $55.51 $0.00 1 King Laborers General Laborer $45.25 $0.00 1 Public Notes https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 12/29/2016 REQUEST FOR MAYOR'S SIGNATURE T Routing Information. (ALL REQUESTS MUST FIRST HE ROUTED THROUGH THE LAW DEPARTMENT) Approved by director Originator: Alex Ackley Phone (Originator): 5081P date Sent: 12/28/16 T hate Required: 01/06/17 Return Signed Document to: Nancy Clary Contract Termination Date: 03/17117 VENDOR NAME: Christensen Inc Date Finance Notified: 12/28/16 (Only required on contracts $20 000 and over or on any Grant) _ DATE OF COUNCIL APPROVAL: 12/13/16 Date Risk Manager Notified: 1117/ s Re uired onfNon-City Standard Co s/AA roements,�, Has this Document been Specifically i I Account;'Number: School Zane Traffic Safety Authorized in the Budget? IYES1 NO Camera Program (PD account) Brief Explanation of Document: Christensen Inc, shall provide all material and labor to install an HSS fabricated and painted steel framework on portions of the third floor of the Centennial Center parking'' average and installation of a storefront glazing system on portions of the second and third floors of the parking garage. The purpose of this project is to provide a ballistic barrier that will ideter an individual frory shooting or throwing objects from the upper levels of the parking garage. The project will be paid by the Police Department with funds from the School Zone Traffic Safety Camera Program All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) 3 Received: : ? t Approval of Law Dept. ' ` Law Dept. Comments; r Date Forwarded to Mayor; Shaded Areas �o,Be completer ak 4dminist, ors staff Received' Recommendations and Comments; Disposition, Date Returned: .40 KENT M1'/.S I+IN4i Od Agenda Item: Consent TO: City Council DATE: December 13, 2016 SUBJECT: Public Works Agreement with Christensen Inc. General Contractor For the Centennial Center Garage Glazing Project - Authorize MOTION: authorize the mayor to accept the bid and enter into an agreement with Christensen Inc. General Contractor in the amount of $118,506.38 including Washington State Sales Tax, to perform all work necessary for the Centennial Center Garage Glazing Project, subject to final terms and conditions acceptable to the parks director and the city attorney. SUMMARY: The purpose of this project is to provide a ballistic barrier that will deter an individual from shooting or throwing objects from the upper levels of the Centennial Center parking garage. The laminate glass will disrupt and deflect bullets, as well as impact the shooter with high velocity spalling glass and will degrade the shooter's ability to continue the attack. This project consists of installation of an HSS fabricated and painted steel framework on portions of the third floor of the Centennial Center parking garage and installation of a storefront glazing system on portions of the second and third floors of the parking garage. Council approved the expenditure of funds from the School Zone Traffic Safety Camera fund to install ballistic barriers on portions of the Centennial Center Parking Garage in the approximate amount of $115,000 at the July 19, 2016 Council meeting. EXHIBITS: Draft Public Works Agreement and bid results RECOMMENDED BY: Operations Committee YEA: Ralph - Boyce - Thomas NAY: BUDGET IMPACT: School Zone Traffic Safety Camera Fund Kent City Council Regular Meeting December 13, 2016 Minutes Kent, Washington Approval Pending Councilmember Budell spoke in support of the motion. Councilmember Berrios spoke in support of the motion. After discussion, the motion passed unanimously with a vote of 7-0. 6. Public Comment Tim Peterson spoke regarding market rate housing and Kent. David Hoffman, a representative from the Master Builders Association spoke in support of the council pulling the stormwater maintenance manual ordinance from today's agenda. David also spoke in support of the Economic and Community -. Development's request for an increase of permit fees. Tim Pedersen expressed his concerns of the removal of street trees. Kim Fisher requested the City pass an ordinance banning plastic bags. Abbe Gloor requested the City pass an ordinance banning plastic bags. Annie Sieger, chair of the Parks and Recreation Commission spoke expressing her concerns over the budget and indicated there is a critical need for sustainable parks funding. Kan Hendrick, expressed her desire for the City to find a sustained funding source for parks. Ty Whitfield requested more money for parks. Dan Barrett expressed the need for sustainable capital funding for parks. Randy Furakawa requested the council find a sustainable funding source for parks. Kristen Brown conveyed concerns she has with the cleanliness of the parks and presented her ideas for solving the issues in the parks. Andrea Keikkala, CEO of the Kent Chamber of Commerce, expressed her concerns over the potential expenditures of B&O tax funds and requested the council uphold the council's original intent of the use of funds. 7. Consent Calendar Council President Boyce moved to approve Consent Calendar Items A through II, excluding Item C, seconded by Councilmember Thomas. The motion passed unanimously 7-0. Page 5 of 15 -- - ----- - _ _ is Kent City Council Regular Meeting December 13, 2016 Minutes Kent, Washington Approval Pending of the funds in accordance with final grant terms and conditions acceptable to the City Attorney. Z. Grant Agreement with Recreation and Conservation Office for Hogan Park Athletic Field #1 — Authorize The Mayor was authorized to sign a Grant Agreement with the Recreation and Conservation Office, in the amount of $750,000, for the renovation of Hogan Park Field #1, subject to final terms and conditions acceptable to the Parks Director and City Attorney. AA. Lease Agreement with Perfect Drive Golf and Utility Vehicles and Riverbend Golf Complex — Authorize The Mayor was authorized to sign the lease agreement with Perfect Drive Golf and Utility Vehicles in the amount of $255,616.00 for the four-year lease of seventy- four golf carts and three utility carts, subject to final terms and conditions acceptable to the Parks Director and City Attorney. BB. Public Works Agreement with Great Floors, LLC., for the Senior Center Flooring Replacement Project — Authorize The Mayor was authorized to enter into an agreement with Great Floors, LLC in the amount of $136,875.00, including Washington State Sales Tax, to perform all work necessary for the removal and replacement of the carpeting and tile at the Kent Senior Center, subject to final terms and conditions acceptable to the Parks Director the City Attorney. CC. Agreement with Christensen, Inc., for the Centennial Center Garage Glazing Project — Authorize The Mayor was authorized to accept the bid and enter into an agreement with Christensen Inc. General Contractor in the amount of $118,506.38 including Washington State Sales Tax, to perform all work necessary for the Centennial Center Garage Glazing Project, subject to final terms and conditions acceptable to the Parks Director and the City Attorney. DD. Brenna's Vista Subdivision Final Plat — Approve Council approved the final plat maps for Brenna's Vista Final Plat and authorized the Mayor to sign the final plat maps. EE. Willowcrest FKA Kentridge Estates Final Plat — Approve Council approved the final plat maps for Willowcrest Final Plat and authorized the Mayor to sign the final plat maps. FF. Recreation and Conservation Office Grant Agreement for the Lake Meridian Floating Dock Replacement Project — Authorize The Mayor was authorized to sign the grant agreement with the Recreation and Conservation Office for $1,000,000.00 to fund the replacement of the Lake Meridian Floating dock, subject to final terms and conditions acceptable to the Parks Director and the City Attorney. Page 9 of 15