Loading...
HomeMy WebLinkAboutPK17-207 - Original - The Doorman Service Co., Inc. - Contract - 05/05/17 "gel I I Re c 0� rd s M a,,, n"", DENT M/ASN184 GTt7N Document #'++..+#I t i 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: The Doorman Service Co., Inc. Vendor Number: 3D Edwards Number Contract Number: '� - -2 0 1 This is assigned by City Clerk's Office Project Name Remove & Replace Garage Door at Corrections Facility Description: El linterlocal Agreement 0 Change Order C1 Amendment XEI Contract El Other; Contract Effective Date: 05105L,17 Termination Date: 08/04/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager:Nancy Clary Department: Parks, Facilities Contract Amount: $9,493.00 Facility Superintendent Approval Authority: (CIRCLE ONE) Department Director Mayor City Council Detail: (i.e.. address, location, parcel number, tax id, etc.): As off 08/27/1,4 KENT PUBLIC WORKS AGREEMENT between City of Kent and The Doorman Service Co., Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and The Doorman Service Co., Inc. organized under the laws of the State of Washington, located and doing business at P.O. Box 1603, Kent 98035, Shawn Stewart (253) 859-2318 (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: The Doorman Service Co., Inc. shall provide all labor and materials to remove and replace the existing garage door and operator at the City of Kent Corrections facility, 1230 Central Avenue South, Kent, 98032, in accordance with Quote Number: 1617-Kentlail, 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 90 days. IIi. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $9,493.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor the following amounts according to the following schedule: Vendor shall invoice upon Notice of Acceptance by City. Payment to be made upon receipt of Affidavit# of Wages Paid from the State and Net: 30 days. A. No Payment and Performance Bond; No Retainage. Because this contract is $20,000 or less, the City has elected to waive both the performance/payment bond requirement of Chapter 39.08 RCW and the retainage requirement of Chapter 60.28 RCW. PUBLIC WORKS AGREEMENT - 1 ($20,000 or Less- OPTIONAL PROCESS) B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor Is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves Its right to deduct the cost to complete the Contract work, Including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations; A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and Independent business that is eligible for a business deduction for federal Income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an Independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor Is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. PUBLIC WORKS AGREEMENT- 2 ($20,000 or Less - OPTIONAL PROCESS) C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change In the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. PUBLIC WORKS AGREEMENT - 3 ($20,000 or Less- OPTIONAL PROCESS) FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, Interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used--rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. 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, PUBLIC WORKS AGREEMENT - 4 ($20,000 or Less- OPTIONAL PROCESS) 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 duty to defend, indemnify, and hold the City harmless, and Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use In connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this 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. PUBLIC WORKS AGREEMENT- 5 ($20,000 or Less - OPTIONAL PROCESS) C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed In accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given If sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entine Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged In operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, 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. ]. 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. K. Counterparts and 5ignature5 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. PUBLIC WORKS AGREEMENT- 6 ($20,000 or Less - OPTIONAL PROCESS) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have, applied. ............ CONTRACTOR: CITY OF K N T- By: By (sl, nature) (signature) Print me: Print Name, Alex Ackley, Superintendent, Parks Its co 7��ra Its: Recreation and Community Services Z-7 tj 0 DATE: NOTICES-T6 6E-iiiiNT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Shawn Stewart Nancy Clary The Doorman Service Co., Inc. City of Kent P,O, Box 1603 220 Fourth Avenue South Kent, WA 98035 Kent, WA 98032 253 859-2318 (telephone) (253) 856-5084 (telephone) 253 859-2671 (facsimile) (253) 856-6080 (facsimile) PUBLIC WORKS AGREEMENT - 7 ($20,000 or Less - OPTIONAL PROCESS) 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. By: Aiiit For: vikL , YU1l� �� Title; na � Date: ----V 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 POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 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 1 a�,c 1 V1 GV 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: 04/05/2017 Count Trade Job Wa a Holiday Overtime Note Classification King Asbestos Abatement Journey Level $45.25 5D 1 H Workers King Boilermakers Journey Level $64.54 5N 1C King 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- $24.54 5S 2F Scaffold) King Building Service Employees Window Cleaner $27.33 5S 2F (Scaffold) King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $55.51 5D 4C King Carpenters Bridge, Dock And Wharf $55.51 5D 4C Carpenters King Carpenters Carpenter $55.51 5D 4C King 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 $55.51 5D 4C King Carpenters Scaffold Erector $55.51 5D 4C King Cement Masons Journey Level $55.56 7A 1M King Divers li Tenders Diver $108.77 5D 4C 8A King Divers &Tenders Diver on Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 Page 2 of 20 King Divers &Tenders Surface Rcv & Rov $59.88 5D 4C Operator King Divers &Tenders Surface Rcv & Rov $55.76 5A 4C Operator Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate $56.00 5D 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 5P 1E King Electrical Fixture Journey Level $27.99 5L 1E Maintenance Workers King Electricians - Inside Cable Splicer $73.20 7C 4E King Electricians - Inside Cable Splicer (tunnel) $78.59 7C 4E King Electricians - Inside Certified Welder $70.75 7C 4E King Electricians - Inside Certified Welder $75.89 7C 4E (tunnel) King Electricians - Inside Construction Stock $38.69 7C 4E Person King Electricians - Inside Journey Level $68.30 7C 4E King Electricians - Inside Journey Level (tunnel) $73.20 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - 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 5A 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- $17.20 5B 1 R Concrete Products Factory Work Only King Fence Erectors Fence Erector $15.181 11 King Flagcers Journey Level $38.36 7A 1 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 .0 King Glaziers Journey Level $59.31 7L 1y King Heat Et Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers 'King Heating Equipment Journey Level $75.46 7F 1 E Mechanics King Hod Carriers & Mason Journey Level $46.66 7A 31 Tenders King Industrial Power Vacuum Journey Level $11.00 1 Cleaner King Inland Boatmen Boat Operator $59.86 5B 1K King Inland Boatmen Cook $56.18 5B 1K King Inland Boatmen Deckhand $56.18 5B 1K King Inland Boatmen Deckhand Engineer $57.26 5B 1K King Inland Boatmen Launch Operator $58.59 5B 1K 'King Inland Boatmen Mate $58.59 5B 1K King Inspection/Cleaning/Sealing Cleaner Operator, $31.49 1 Of Sewer Ft Water Systems Foamer Operator By Remote Control 'King Inspection/Cleaning/Sealing Grout Truck Operator $11.48 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer Et Water Systems y Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer Ft Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Ft Water Systems By Remote Control `King Insulation Applicators Journey Level $55.51 5D 4C King Ironworkers Journeyman $65.48 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 $38.36 7A 31 King Laborers Brick Pavers $45.25 7A 31 .King Laborers Brush Cutter $45.25 7A 31 King Laborers Brush Hog Feeder $45.25 7A 31 .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 Caulker $45.25 7A 31 King Laborers Cement Dumper-paving $46.09 7A 31 King 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.) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 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 £t $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 Et 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 Et $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 I Laborers Jackhammer $46.09 7A 31 King Laborers Laserbeam Operator $46.09 7A 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 rage D oz LV King Laborers Maintenance Person $45.25 7A 31 King Laborers Manhole Builder- $46.09 7A 31 mudman King Laborers Material Yard Person $45.25 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 &Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bta King Laborers Pavement Breaker $46.09 7A 31 King Laborers Pilot Car $38.36 7A 31 King Laborers Pipe Layer Lead $46.66 7A 31 King Laborers Pipe Layer/tailor $46.09 7A 31 King Laborers Pipe Pot Tender $46.09 7A 31 King Laborers Pipe Retiner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 31 King Laborers Pot Tender $45.25 7A 31 ,King Laborers Powderman $46.66 7A 31 King Laborers Powderman's Helper $45.25 7A 31 King Laborers Power Jacks $46.09 7A 31 King Laborers Railroad Spike Puller - $46.09 7A 31 Power King Laborers Raker-Asphalt $46.66 7A 31 King Laborers Re-timberman $46.66 7A 31 King Laborers Remote Equipment $46.09 7A 31 Operator King Laborers Rigger/signal Person $46.09 7A 31 King Laborers Rip Rap Person $45.25 7A 31 ,King Laborers Rivet Buster $46.09 7A 31 King Laborers Rodder $46.09 7A 31 King Laborers Scaffold Erector $45.25 7A 31 King Laborers Scale Person $45.25 7A 31 King Laborers Sloper (over 20") $46.09 7A 31 King Laborers Sloper Sprayer $45.25 7A 31 King Laborers Spreader (concrete) $46.09 7A 31 King Laborers Stake Hopper $45.25 7A 31 King Laborers Stock Piler $45.25 7A 31 King Laborers Tamper Et Similar $46.09 7A 31 Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et $46.09 7A 31 Self-propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer & Cribber) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 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 31 811 King Laborers Traffic Control $41.02 7A 31 811 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 Compressed Air Worker 0-30 psi King Laborers Tunnel Work- $88.15 7A 31 88 Compressed Air Worker 30.01-44.00 psi King Laborers Tunnel Work- $91.83 7A 31 S Compressed Air Worker 44.01-54.00 psi King Laborers Tunnel Work- $97.53 7A 31 8 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 Compressed Air Worker 64.01-68.00 psi King Laborers Tunnel Work- $106.65 7A 31 8C Compressed Air Worker 68.01-70.00 psi King Laborers Tunnel Work- $108.65 7A 31 Ski Compressed Air Worker 70.01-72.00 psi King Laborers Tunnel Work- $110.65 7A 31 8Q Compressed Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and $46.76 7A 31 8�( Lock Tender King Laborers Tunnel Work-Miner $46.76 7A 31 8Q 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 it $45.25 7A 31 Sewer 1#Water Topman King Laborers - Underground Pipe Layer $46.09 7A 31 Sewer & Water King Landscape Construction Irrigation Or Lawn $13.56 1 Sprinkler Installers https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 r agc i vi /-v 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 1 H 'King Marble Setters Journey Level $54.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.00 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 $15.48 1 King Millwright Journey Level $57.01 5D 4C King Modular Buildings Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King Modular Buildings Plumber $11.56 1 King Modular Buildings Production Worker $11.00 1 King Modular Buildings Tool Maintenance $11.56 1 King Modular Buitdings Utility Person $11.56 1 King Modular Buildings Welder $11.56 1 King Painters Journey Level $40.60 6Z 2B King Pile Driver Journey Level $55.76 5D 4C King Plasterers Journey Level $53.20 1 R King Playground Ft Park Journey Level $11.00 1 Equipment Installers King Plumbers I* Pi efitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.691 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.211 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $58.17 7A 3C 8P 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 $55.21 7A 3C 8P King Power Equipment Operators Bump Cutter $58.17 7A 3C 8P King Power Equipment Operators Cableways $58.69 7A 3C 8P King Power Equipment Operators Chipper $58.17 7A 3C 8P King Power Equipment Operators Compressor $55.21 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck $58.69 7A 3C 8P Mount With Boom Attachment Over 42 M King Power Equipment Operators 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 4/22/2017 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 813 tons and over King Power Equipment Operators Cranes: 20 Tons $58.17 7A 3C 813 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 250' of boom 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 813 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 X 8P Tons With Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $58.17 7A 3C 81? 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 81? Permanent And Shaft Type King Power Equipment Operators Finishing Machine, $58.17 7A 3C 8P Bidwell And Gamaco Ft 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 Lbs. With Attachments King Power Equipment Operators Grade Engineer: Using $58.17 7A 3C 8P Blue Prints, Cut Sheets, Etc https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 r ii.g'C 7 U L L,U King IPower Equipment Operators Gradechecker/stakeman $55.21 7A 3C 8P King Power Equipment Operators Guardrail Punch $58.17 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $58.69 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et 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 8P Drill Operator King Power Equipment Operators Hydralifts/boom Trucks $57.72 7A 3C 8P Over 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, $55.21 7A 3C 8P 10 Tons And Under King Power Equipment Operators Loader, Overhead 8 $59.28 7A 3C 8P Yards. Ft Over King Power Equipment Operators Loader, Overhead, 6 $58.69 7A 3C 8P Yards. But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead $58.17 7A 3C 8P Under 6 Yards King Power Equipment Operators Loaders, Plant Feed $58.17 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type $57.72 7A 3C 8P Belt King Power Equipment Operators Locomotives, All $58.17 7A 3C 8P King Power Equipment Operators Material Transfer Device $58.17 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 $58.69 7A 3C 8P 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 Et 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:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 Page 10 of 20 King jPower Equipment Operators Pavement Breaker $55.21 7A 3C 8P King Power Equipment Operators Pile Driver (other Than $58.17 7A 3C 8P Crane Mount) King Power Equipment Operators Plant Oiler-Asphalt, $57.72 7A 3C 8P Crusher King Power Equipment Operators Posthole Digger, $55.21 7A 3C 8P Mechanical King Power Equipment Operators Power Plant $55.21 7A 3C 8P King Power Equipment Operators Pumps - Water $55.21 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, D10 And $58.69 7A 3C 813 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 $58.69 7A 3C 8P Operator On Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A 3C 8P King Power Equipment Operators Rigger/Signal Person, $57.72 7A 3C 8P Bellman (Certified) King Power Equipment Operators Rollagon $58.69 7A 3C 813 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 Materials King Power Equipment Operators Roto-mill, Roto-grinder $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 8P Under 45 Yards King Power Equipment Operators Scrapers - Concrete 8 $57.72 7A 3C 8P Carry All King Power Equipment Operators Scrapers, Self- $58.69 7A 3C 813 propelled: 45 Yards And Over King Power Equipment Operators Service Engineers - $57.72 7A 3C 8P Equipment King Power Equipment Operators Shotcrete/gunite $55.21 7A 3C 8P 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 3C 8P Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, $59.28 7A 3C 8P Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators 1 1 $59.88 7A I 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 rdgC 11 U1 Zu Shovel, Excavator, Backhoes: Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A X 8P King 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 X 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 X 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 X 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 Et Water King Power Equipment Assistant Engineer $55.21 7A 3C 8P Operators- Underground Sewer & Water King Power Equipment Barrier Machine (zipper) $58.17 7A 3C 8P Operators- Underground Sewer & Water King Power Equipment Batch Plant Operator, $58.17 7A X 8P Operators- Underground Concrete Sewer it Water King Power Equipment Bobcat $55.21 7A 3C 8P Operators- Underground Sewer £t Water King Power Equipment Brokk - Remote $55.21 7A 3C 8P Operators- Underground Demolition Equipment Sewer & Water King Power Equipment Brooms $55.21 7A 3C 8P Operators- Underground Sewer it Water King Bump Cutter $58.17 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup-aspx 4/22/2017 Page 12 of 20 Power Equipment Operators- Underground Sewer Et 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 & 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 8P Operators- Underground Mounted Or Trailer High Sewer & Water Pressure Line Pump, Pump High Pressure. ,King Power Equipment Concrete Pump: Truck $58.17 7A 3C 8P Ooerators- Underground Mount With Boom Sewer Et Water Attachment Up To 42m King Power Equipment Conveyors $57.72 7A 3C 8P Operators- Underground Sewer Et Water King Power E ui ment Cranes Friction: 200 $60.47 7A 3C 8P Operators- Underground tons and over Sewer it Water King Power Equipment Cranes: 20 Tons $58.17 7A 3C 8P Operators- Underground, Through 44 Tons With Sewer It 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 4/22/2017 rapt; 1-1 01 /-V Power Equipment Operators- Underground Sewer a Water King Power Equipment Cranes: Through 19 $57.72 7A 3C 8P Operators- Underground Tons With Attachments Sewer a Water A-frame Over 10 Tons King Power Equipment Crusher $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Deck Engineer/deck $58.17 7A 3C 8P Operators- Underground Winches (power) Sewer a Water ,King Power Eau_ipment Derricks, On Building $58.69 7A 3C 8P Operators- Underground Work Sewer Et Water King Power Equipment Dozers D-9 a Under $57.72 7A 3C 8P Operators- Underground Sewer a 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 a Water King Power Equipment Elevator And Man-lift: $55.21 7A 3C 8P Operators- Underground Permanent And Shaft Sewer a Water Type King Power Equipment Finishing Machine, $58.17 7A 3C 8P Operators- Underground Bidwell And Gamaco a Sewer a Water Similar Equipment King Power Equipment Forklift: 3000 Lbs And $57.72 7A 3C 8P Operators- Underground Over With Attachments Sewer a Water King Power Equipment Forklifts: Under 3000 $55.21 7A 3C 8P Operators Underground Lbs. With Attachments Sewer a Water King Power Equipment Grade Engineer: Using $58.17 7A 3C 8P Operators- Underground Blue Prints, Cut Sheets, Sewer £t Water Etc King Power Equipment Gradechecker/stakeman $55.21 7A 3C 8P Operators--Underground Sewer a Water King Power Equipment Guardrail Punch $58.17 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Hard Tail End Dump $58.69 7A 3C 8P Operators- Underground Articulating Off- Road Sewer a Water Equipment 45 Yards. Et Over King Power Equipment Hard Tail End Dump $58.17 7A 3C 8P Operators- Underground Articulating Off-road Sewer Et Water Equipment Under 45 Yards King Horizontal/directional $57.72 7A 3C 8P Drill Locator https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 Page 14 of 20 Power Equipment Operators- Underground Sewer Et 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 Et Water King Power Equipment Hyd ralifts/boom Trucks, $55.21 7A 3C 8P Operators- Under,,round 10 Tons And Under Sewer Et Water King Power Equipment Loader, Overhead 8 $59.28 7A 3C 8P Operators- Underground Yards. Et Over Sewer Et Water King Power Equipment Loader, Overhead, 6 $58.69 7A 3C 8P Operators- Underground Yards. But Not Including Sewer Et Water 8 Yards King Power Equipment Loaders, Overhead $58.17 7A 3C 8P Operators- Underground Under 6 Yards Sewer Et Water King Power Equipment Loaders, Plant Feed $58.17 7A 3C 8P Operators- Underground Sewer Et Water `King Power Equipment Loaders: Elevating Type $57.72 7A 3C 8P Operators- Underground Belt Sewer Et Water ;King Power Equipment Locomotives, All $58.17 7A 3C 8P Operators- Underground Sewer Et Water .King Power Equipment Material Transfer Device $58.17 7A 3C 8P Operators- Underground Sewer Ft Water King Power Equipment Mechanics, All (leadmen $59.28 7A 3C 8P Operators- Underground - $0.50 Per Hour Over Sewer Et Water Mechanic) King Power Equipment Motor Patrol Graders $58.69 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Mucking Machine, Mole, $58.69 7A 3C 8P Operators- Underground Tunnel Drill, Boring, Sewer Et Water Road Header And/or Shield King Power Equipment Oil Distributors, Blower $55.21 7A 3C 8P Operators- Undereround Distribution Et Mulch Sewer Et Water Seeding Operator King Power Equipment Outside Hoists $57.72 7A 3C 8P Operators- Underground (elevators And Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Overhead, Bridge Type $58.17 7A 3C 8P Operators- Underground Crane: 20 Tons Through Sewer Et Water 44 Tons King Overhead, Bridge Type: $59.28 7A 3C 8P 100 Tons And Over https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 rage i D of I-u Power Equipment Operators- Underground Sewer Et Water King Power Equipment Overhead, Bridge Type: $58.69 7A 3C 8P Operators- Underground 45 Tons Through 99 Sewer Et 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 Et Water King Power Equipment Plant Oiler - Asphalt, $57.72 7A 3C 8P Operators- Underground Crusher Sewer Et Water King Power Equipment Posthole Digger, $55.21 7A 3C 8P Operators- Underground Mechanical Sewer Et Water King Power Equipment Power Plant $55.21 7A 3C 8P Operators- Underground Sewer it Water King Power Equipment Pumps - Water $55.21 7A 3C 8P Operators- Underground Sewer Et 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 Et Water Tired Earth Moving Equipment King Power Equipment Rigger And Bellman $55.21 7A 3C 8P Operators- Underground Sewer Er Water King Power Equipment Rigger/Signal Person, $57.72 7A 3C 8P Operators- Underground Bellman (Certified) Sewer Et Water King Power Equipment Rollagon $58.69 7A 3C 8P 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, Roto-grinder $58.17 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Saws - Concrete $57.72 7A 3C 8P Operators- Underground Sewer Et Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 Page 16 of 20 King Power Equipment Scraper, Self Propelled $58.17 7A 3C 8P Operators- Underground Under 45 Yards Sewer Et Water King Power Equipment Scrapers - Concrete Et $57.72 7A 3C 8P Operators- Underground Carry All Sewer Et Water King Power Equipment Scrapers, Self- $58.69 7A 3C 8P Operators Underground propelled: 45 Yards And Sewer Et Water Over King Power Equipment Service Engineers - $57.72 7A 3C 8P Operators- Underground Equipment Sewer Et Water King Power Equipment Shotcrete/gunite $55.21 7A 3C 8P Operators Underground Equipment Sewer Et Water King Power Equipment Shovel , Excavator, $57.72 7A 3C 8P Operators- Underground Backhoe, Tractors Sewer Et Water Under 15 Metric Tons. King Power Equipment Shovel, Excavator, $58.69 7A 3C 8P Operators- Underground Backhoe: Over 30 Metric Sewer Et Water Tons To 50 Metric Tons King Power Equipment Shovel, Excavator, $58.17 7A 3C 8P Operators- Underground Backhoes, Tractors: 15 Sewer Et Water To 30 Metric Tons King Power Equipment Shovel, Excavator, $59.28 7A 3C 8P Operators- Underground Backhoes: Over 50 Sewer Et Water Metric Tons To 90 Metric Tons King Power Equipment Shovel, Excavator, $59.88 7A 3C 8P Operators- Underground Backhoes: Over 90 Sewer Et Water Metric Tons King Power Equipment Slipform Pavers $58.69 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Spreader, Topsider Et $58.69 7A 3C 8P Operators- Underground Screedman Sewer Et Water King Power Equipment Subgrader Trimmer $58.17 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Tower Bucket Elevators $57.72 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Tower Crane Up To 175' $59.28 7A 3C 8P Operators- Underground In Height Base To Boom Sewer Et Water King Power Equipment Tower Crane: over 175' $59.88 7A 3C 8P Operators Underground through 250' in height, Sewer Et Water base to boom King Power Equipment Tower Cranes: over 250' $60.47 7A 3C 8P Operators- Underground in height from base to Sewer Et Water boom King Power Equipment Transporters, All Track $58.69 7A 3C 8P Operators- Underground Or Truck Type Sewer Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 rage i / or /-u King Power Equipment Trenching Machines $57.72 7A 3C 8P Operators Underground Sewer Et Water King Power Equipment Truck Crane $58.17 7A 3C 8P Operators- Underground Oiler/driver - 100 Tons Sewer Et Water And Over King Power Equipment Truck Crane $57.72 7A 3C 8P Operators- Underground Oiler/driver Under 100 Sewer Et Water Tons King Power Equipment Truck Mount Portable $58.17 7A 3C 8P Operators- Underground Conveyor Sewer Et Water King Power Equipment Welder $58.69 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Wheel Tractors, Farman $55.21 7A 3C 8P Operators- Underground Type Sewer & Water King Power Equipment Yo Yo Pay Dozer $58.17 7A 3C 8P Operators- Underground Sewer Et 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 King Power Line Clearance Tree Tree Trimmer $31.65 5A 4A Trimmers Groundperson King Refrigeration Et Air Journey Level $75.36 6Z 1 G Conditioning Mechanics King Residential Brick Mason Journey Level $54.32 5A 1M King Residential Carpenters Journey Level $28.20 1 .King Residential Cement Masons Journey Level $22.64 1 King 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 $39.40 7L 1 H King Residential Insulation Journey Level $26.28 1 Applicators King Residential Laborers Journey Level $23.03 1 King Residential Marble Setters Journey Level $24.09 1 King Residential Painters Journey Level $24.46 1 King Residential Plumbers Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Journey Level $75.36 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 4/22/2017 Page 18 of 20 King Residential Soft Floor Journey Level $45.86 5A 3D Lavers King Residential Sprinkler Fitters Journey Level $44.98 5C 2R (Fire Protection) King Residential Stone Masons Journey Level $54.32 5A 1M King Residential Terrazzo Journey Level $50.26 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 $47.51 5A 3H King Roofers Using Irritable $50.51 5A 3H Bituminous Materials King Sheet Metal Workers Journey Level (Field or $75.46 7F 1 E Shop) King Shipbuilding Et Ship Repair Boilermaker $41.72 7M 1H King Shipbuilding Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding & Ship Repair Electrician $41.09 7T 4B King Shipbuilding Et Ship Repair Heat Et Frost Insulator $65.68 51 4H King Shipbuilding & Ship Repair Laborer $41.08 7T 4B King Shipbuilding li Ship Repair Machinist $41.32 7T 46 King Shipbuilding Et Ship Repair Operator $41.03 7T 4B King Shipbuilding Et Ship Repair Painter $41.05 7T 413 King 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 King Shipbuilding Et Shig Repair Shipfitter $41.12 7T 4B King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding & Ship Repair Warehouse $41.02 7T 413 King Shipbuilding Et Ship Repair Welder/Burner $41.12 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electricall King Sign Makers Et Installers Sign Maker $21.36 1 fElectrical) King Sign Makers Et Installers Sign Installer $27.28 1 iNon-Electrical) 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 $72.89 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 $57.171 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 rage i Y or Lu King Surveyors Construction Site $58.69 7A 3C 8P Surveyor King Telecommunication Journey Level $22.76 1 Technicians King Telephone Line Cable Splicer $38.84 5A 2B Construction - Outside King Telephone Line Hole Digger/Ground $21.45 5A 2B Construction - Outside Person King Telephone Line Installer (Repairer) $37.21 5A 2B Construction - Outside King Telephone Line Special Aparatus $38.84 5A 26 Construction - Outside Installer King Telephone Line Special Apparatus $38.03 5A 2B Construction - Outside Installer II King Telephone Line Telephone Equipment $38.84 5A 2B Construction - Outside Operator (Heavy) King Telephone Line Telephone Equipment $36.09 5A 2B Construction - Outside Operator (Light) King Telephone Line Telephone Lineperson $36.09 5A 2B Construction - Outside King Telephone Line Television $20.33 5A 2B Construction - Outside Groundperson King Telephone Line Television $27.21 5A 2B Construction - Outside Lineperson/Installer King Telephone Line Television System $32.55 5A 2B Construction - Outside Technician King Telephone Line Television Technician $29.18 5A 2B Construction - Outside King Telephone Line Tree Trimmer $36.09 5A 2B Construction - Outside King Terrazzo Workers Journey Level $50.26 5A 1M King Tile Setters Journey Level $21.65 1 King Tile, Marble Et Terrazzo Finisher $41.09 5A 1B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1 K King Truck Drivers Asphalt Mix Over 16 $52.70 5D 3A 8L Yards (W. WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards $51.86 5D 3A 8L (W. WA-Joint Council 28) King Truck Drivers Dump Truck Et Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA- $51.86 5D 3A 8L Joint Council 28) King Truck Drivers Other Trucks (W. WA- $52.70 5D 3A 8L Joint Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers Et Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers Et Irrigation Oiler $12.97 1 Pump Installers King Well Driller $18.00 1 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 4/22/2017 Page 20 of 20 IWell Drillers it Irrigation Pump installers _.._......_. _..._.__._I_........_.....-_.__M.._...-_-....___L___._..._..__I_..___ I___.__.__..._ L.--.-_.-___htti)s:Hforfxess.wa.p-ov/lni/WaizeloolcuD/-DrvWaReloolcu-o.asi)x 4/22/2017 EXHIBIT A o�qG� Quotation LU DOORMAN Quote Number: ULv a seAvlce co,. lNc. 1617-KentJail PHONE :(253)859-2318 FAX: (253)8 59-26 71 e-mail :doorman@doormanservice.com Quote Date: PO Box 1603 Kent WA 98035 Apr 5, 2017 Page: 1 Quoted to: Kent, City of 220 4th Ave S Kent, WA 98031 ........ .... __ - Customer ID Good Thru Payment Terms I Sales Rep KEN1013 5/5/17 Net 30 Days JAM9059 Quantity Item Description Unit Price Extension 1.00,ComDoorInstall 17'lxll R&S Rolling Steel Service 4, 600.00 4, 600.00 Door, 20ga, primed grey, i�/100,000 cycle springs I 1.00'ComopInstall Lift Master Gearhead Operator, 1,500.00� 1,500.00 ;1/2 HP, 3 phase, 460v, with photo ;eyes, and cycle counter 24.00ComSer .(Prevailing wage) 3-man labor to 95.00 2,280.00 remove and haul existing door and '. motor and replace with new 1.00Postage Material Freight 250.00; 250.00 Note: approx 3-4 week lead time Note: AC Power and wall prep by others i I L►1 r, FLj30t(00 Subtotal 8, 630.00 �Us��� �IuaJ db Sales Tax Total 8, 630.00 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. 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 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. 2. 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. 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. 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. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) 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 ANII. 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. Client#:93867 DOORSERV ACORD. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/26/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy()es)must be endorsed.If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONT PRODUCER NAME: T Suzanne Paschke Propel Insurance PA"rc°N,� E><t,800 499-0933 arc No): 866 577-1326 Tacoma Commercial Insurance AUDRIEss: Suzanne.Paschke@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURER A:Milwaukee Casualty Insurance Co 26662 INSURED INSURER B:AmTrust Insurance Company of Ka 15954 The Doorman Service Co.Inc. PO Box 1603 INSURER C: Kent,WA 98035 INSURER D: INSURER E: INSURER F: 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE NSRADDL WVD POLICY NUMBERBR MMIDDDY EFF MMIDDNY LIMITS A X COMMERCIAL GENERAL LIABILITY X X MPP102094100 1/01/2017 0110112018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE FA OCCUR PREMISES ERENTED Eo"ceu ence S100 000 X PD Ded:500 MED EXP(Any one person) $6 000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 POLICY F7X ECT 7 LOC PRODUCTS-COMP/OP AGG S2 000,000 OTHER: $ A AUTOMOBILE LIABILITY MPP102094100 1/0112017 01101/201 COMBINEDSINGLELIMIT Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) S ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X HIRED AUTOS X NON-OWNED PROPERTY DAMAGE $ AUTOS Per acc dent $ B X UMBRELLA LIAR X OCCUR KMB103109102 0110112017 01101/201 EACH OCCURRENCE S5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5 000 000 DED I X RETENTION S10000 $ A WORKERS COMPENSATION MPP102094100 0110112017 011011201 PER X OTH- AND EMPLOYERS'LIABILITYER ANY PROPRIETOR/PARTNERIEXECUTIVE Y/N Stop Gap E.L.EACH ACCIDENT $1,000,000 OFFICERIMEMBER EXCLUDED? � N 1 A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S1,000,000 It yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1 000,000 DESCRIPTION OF OPERATIONS I LOCATIONS l VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) City of Kent is additional insured per the attached endorsements. CERTIFICATE HOLDER CANCELLATION ANYBE City of Kent THE SHOULD EXP RATTIIONH DATE VTHE THEREOF, NDESCRIBED O ICEIEANCELLED WILL CBE DELVER DO IN 220 4th Ave S ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE r1 'U dL JW*-.' 01988-2014 ACORD CORPORATION.All rights reserved. ACORD 25(2014101) 1 of 1 The ACORD name and logo are registered marks of ACORD #S26825101M2662314 SDP00 This page has been left blank intentionally. POLICY NUMBER: COMMERCIAL GENERAL LIABILITY 33-0712 0105 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY BLANKET WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM Paragraph 8. Transfer Of Rights Of Recovery We waive our right of recovery against any pdn- Against Others To Us of SECTION IV. COMMER- cipal for whom the insured is operating under a CIAL GENERAL LIABILITY CONDITIONS is re- written contract when such contract requires a placed with the following: waiver of subrogation. It is further agreed, that work commenced under a letter of intent or work 8. Transfer Of Rights Of Recovery Against Oth- order, subject to subsequent reduction to writing ers To Us with customers, whose customary contracts would require a waiver, would also be included in If the insured has rights to recover all or part of this blanket waiver provision. any payment we have made under this Coverage Form, those rights are transferred to us. The in- sured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. 33-0712 0105(rev) Includes Copyrighted Material of Insurance Services Offices, Inc. Page 1 of 1 Used with permission This,page has been left blank,.intept onally COMMERCIAL GENERAL LIABILITY CG 20 33 0413 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 additional insureds, the following additional organization for whom you are performing exclusions apply: operations when you and such person or This insurance does not apply to: organization have agreed in writing in a contract or 1. "Bodily injury", "property damage" or "personal agreement that such person or organization be added as an additional insured on your policy. and advertising injury„ arising out of the Such person or organization is an additional rendering of, or the failure to render, any insured only with respect to liability for "bodily professional architectural, engineering or injury", "property damage" or "personal and surveying services, including: advertising injury"caused, in whole or in part, by: a. The preparing, approving, or failing to 1. Your acts or omissions;or prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, 2. The acts or omissions of those acting on your change orders or drawings and behalf; specifications;or in the performance of your ongoing operations for b. Supervisory, inspection, architectural or the additional insured. engineering activities. However, the insurance afforded to such This exclusion applies even if the claims against additional insured: any insured allege negligence or other wrongdoing 1. Only applies to the extent permitted by law; in the supervision, hiring, employment, training or and monitoring of others by that insured, if the 2. Will not be broader than that which you are "occurrence" which caused the "bodily injury" or required by the contract or agreement to "property damage", or the offense which caused provide for such additional insured. the "personal and advertising injury", involved the A person's or organization's status as an rendering of or the failure to render any additional insured under this endorsement ends professional architectural, engineering or when your operations for that additional insured surveying services. are completed. CG 20 33 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 CG 20 33 0413 2. 'Bodily injury" or "property damage" occurring C. With respect to the insurance afforded to these after: additional insureds, the following is added to a. All work, including materials, parts or Section III—Limits Of Insurance: equipment furnished in connection with The most we will pay on behalf of the additional such work, on the project (other than insured is the amount of insurance: service, maintenance or repairs) to be 1. Required by the contract or agreement you performed by or on behalf of the additional have entered into with the additional insured; insured(s) at the location of the covered or operations has been completed;or 2. Available under the applicable Limits of b. That portion of "your work" out of which the Insurance shown in the Declarations; injury or damage arises has been put to its whichever is less. intended use by any person or organization other than another contractor or This endorsement shall not increase the subcontractor engaged in performing applicable Limits of Insurance shown in the operations for a principal as a part of the Declarations. same project. All terms and conditions apply unless modified by this endorsement. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 33 0413 Milwaukee Casualty Insurance Company Policy Number: FA 4455 LBJ Freeway, Suite 700 MPP1020941 00 Dallas, Texas 75244 Named Insured: THE DOORMAN SERVICE CO INC COMMERCIAL COMMON POLICY DECLARATIONS FORMS AND ENDORSEMENTS SCHEDULE Coverage Farm Number Edition Date Title CIF 311216 03/14 COMMERCIAL PROPERTY EXPANDED COVERAGE CG 330712 01/05 BLANKET WAIVER OF SUBROGATION CG 330713 10104 LEAD CONTAMINATION EXCLUSION CG 330728 09/13 PUNITIVE OR EXEMPLARY DAMAGES EXCLUSION CG 330730 10113 COMMERCIAL GENERAL LIABILITY COVERAGE EXPANSION ENDORSEMENT (CONTRACTORS) EPLI 330871 09108 EMPLOYMENT PRACTICES LIABILITY INSURANCE STANDARD EPLI 330926 08/11 WASHINGTON AMENDATORY ENDORSEMENT—STANDARD CF 372NS 11150 MORTGAGEE CLAUSE CA AutolDCard NoF 0/0 AUTO ID CARD NO FILL IN illln CA CA0001 03/10 BUSINESS AUTO COVERAGE FORM CA CA0135 01/08 WASHINGTON CHANGES CA CA2134 01/08 WASHINGTON UNDERINSURED MOTORISTS COVERAGE CA CA2392 01/06 WASHINGTON EXCLUSION OF TERRORISM CA CA2393 01/06 WASHINGTON EXCLUSION OF TERRORISM INVOLVING NUCLEAR, BIOLOGICAL OR CHEMICAL TERRORISM CA CA9903 03/06 AUTO MEDICAL PAYMENTS COVERAGE CG CGO001 04/13 COMMERCIAL GENERAL LIABILITY COVERAGE FORM CG CGO197 12/07 WASHINGTON CHANGES—EMPLOYMENT-RELATED PRACTICES EXCLUSION CG CG0300 01/96 DEDUCTIBLE LIABILITY INSURANCE(FOR USE WITH CGL AND PRODUCTS POLICIES) CG CG0435 12/07 EMPLOYEE BENEFITS LIABILITY COVERAGE CG CG0442 11/03 STOP GAP—EMPLOYERS LIABILITY COVERAGE ENDORSEMENT—WASHINGTON CG CG0450 05/08 WASHINGTON CHANGES—WHO 1S AN INSURED CG CG028 04/13 ADDITIONAL INSURED-LESSOR OF LEASED EQUIPMENT CG CG2033 04/13 ADDITIONAL INSURED-OWNERS, LESSEES OR CONTRACTORS-AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU CG CG2107 05/14 EXCLUSION—ACCESS OR DISCLOSURE OF CONFIDENTIAL OR PERSONAL INFORMATION AND DATA-RELATED LIABILITY CG CG2109 06/15 EXCLUSION-UNMANNED AIRCRAFT CG CG2149 09/99 TOTAL POLLUTION EXCLUSION ENDORSEMENT CG CG2167 12/04 FUNGI OR BACTERIA EXCLUSION CG CG2170 01/15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM CG CG2186 12/04 EXCLUSION - EXTERIOR INSULATION AND FINISH SYSTEMS CG CG2196 03/05 SILICA OR SILICA-RELATED DUST EXCLUSION Issued Date: 12/23/2016 ILFORIVISCH 0414 Page 21 of 22 Milwaukee Casualty Insurance Company Policy Number: r4i 4455 LBJ Freeway, Suite 700 MPP1020941 00 Dallas, Texas 75244 Named Insured: THE DOORMAN SERVICE CO INC COMMERCIAL COMMON POLICY DECLARATIONS FORMS AND ENDORSEMENTS SCHEDULE Coverage Form Number Edition Date Title CG CG2503 05/09 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT CG CG2677 12/04 WASHINGTON—FUNGI OR BACTERIA EXCLUSION CM CM0001 09/04 COMMERCIAL INLAND MARINE CONDITIONS CM CM0028 03/10 SIGNS COVERAGE FORM CM CM0066 03110 ACCOUNTS RECEIVABLE COVERAGE FORM CF CP0010 10/12 BUILDING AND PERSONAL PROPERTY COVERAGE CF CP0030 10112 BUSINESS INCOME (AND EXTRA EXPENSE) COVERAGE FORM CF CP0090 07188 COMMERCIAL PROPERTY CONDITIONS CF CP0126 10112 WASHINGTON CHANGES CF CP0140 07/06 EXCLUSION OF LOSS DUE TO VIRUS OR BACTERIA. CF CP0160 12/98 WASHINGTON CHANGES—DOMESTIC ABUSE CF CP0405 10/12 ORDINANCE OR LAW COVERAGE CF CP1030 10/12 CAUSES OF LOSS-SPECIAL FORM CF CP1508 10/12 BUSINESS INCOME FROM DEPENDENT PROPERTIES - BROAD FORM CR CR0021 11/15 COMMERCIAL CRIME COVERAGE FORM (LOSS SUSTAINED FORM) IL IL0146 08/10 WASHINGTON COMMON POLICY CONDITIONS CF I'L0157 07/02 WASHINGTON CHANGES—ACTUAL CASH VALUE IL IL0173 07/02 WASHINGTON CHANGES—EXCLUDED CAUSES OF LOSS IL IL0198 09/08 NUCLEAR ENERGY LIABILITY EXCLUSION ENDORSEMENT(BROAD FORM) IL IL0935 07/02 EXCLUSION OF CERTAIN COMPUTER-RELATED LOSSES IL IL0952 01/15 CAP ON LOSSES FROM CERTIFIED ACTS OF TERRORISM IL iL0985 01/15 DISCLOSURE PURSUANT TO TERRORISM RISK IL IL990044 01/17 ASBESTOS EXCLUSION CA ILU008 04/06 WASHINGTON UNDERINSURED MOTORISTS COVERAGE SELECTION/REJECTION CM IM7200 10/02 ELECTRONIC DATA PROCESSING EQUIPMENT COVERAGE PART Issued Date: 12/23/2016 ILFORMSCH 0414 Page 22 of 22 Review statement of Intent litti),,://sectireaccess.wa.A,ov/liis;'pwvici/Vic%vliiteiit.aspx Labor & Industries Intent Details for Intent Id: 828365 t1rJCu—WR4rcn"I D.i$,.1 24 dp,I Inrzana"1 112 A I G Affd—r Id tW- 0, Nt 7 Company Details DOORMAN SERVICE CO INC 'THE (IRIm�600374 320 P0 Box 1603 Resift 1:3O0RMS'205PC KENr,WA 9803S f-mail accounurghdonvotarr". rvice com 253-859-2318 Industrial Insurance Attount Id 46690000 frdfeu By Stewart.Carry N.—C-111M, C—g—, %—o D00"Wi WA ul6'l U11W1111or Ph—%iv,r— Zs]ssf,Mg P',,t... A.udaq,Ag,,,,y ON't C11YCF B.10 4 TH M1 5 Kg,%t,Yi A q8432 5895 d As....C-t,0 tv rvncx Ph—%,, W P,.Jr,t Mu". X."C gv.,Qo d-,and R,d clu.d.n, A-4 0". N."m.-,ndd.111.1 D-11-1 C."'W t,i—I Wx+M02 Intent Details Due%yo tit company intend to hire suhcoocractors to jwHwm all work) No Drre5 your company intend to hire any supcontractoW NO Will V,)tjr company have rmpOyeei pettorm wotk or)this project? Yes Do you intend to use any apprentiCW(apprerincei arp considered No employfes.b Will this project utllizv American Recov"and ReovosTment Act No (ARRA)Tonds'T 5pe.cifn:Aljy witt this project utilize any wctatherization or energy No efficiency upgrade funds QARRA or otherwise)? flow n1jily cyNneriopp.cators,performing work an the ppolen own fi or more of the company? What is the estimated contract aniount'Or is this a Onto and malem,15 $9,493 00 PsnniaiO Expecti:d project start dale,i%iM-W>YYyY) 5 17,2017 In whm county im tauntiesI will the projpct be doirvv? K,nq In what city(or nearest c.Wi wO iha protect be(]one? Kent journey tPyel Wages C...is, E—g, A W.Ikv� It, Help us improve 1 of"? 4/24/2017 8:39 AM N I I ' Sell IT I 1 I 1 I Q > r � cra a z F I 6 z < I I PE) I n` I I tie I