Loading...
HomeMy WebLinkAboutPK17-384 - Original - M.A.D. Construction, LLC - IT Office Remodel Project - Contract - 06/28/2017 sty ' > ru l,i r,�ws ¢ F c or s lam.E T wv A s H i rr ar x a n � ? If�f UpDocument 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: M.A.D. Construction Vendor Number: JD Edwards Number Contract Number: This is assigned by City Clerk's Office Project Name: IT Office (Remodel Project Description: 0 Tntedocal Agreement ® Change Order ® Amendment x Contract Cl Other:. Contract Effective Gate: 07/03/17 Termination Crate: 09/16/17 Contract Renewal Notice (Days): Number of days required notice for termination or renewal or amendment Contract Manager: Nancy Clary Department: Parks, Facilities Contract Amount: $56,870.00 Approval Authority. [:] Department Director X Mayor F� City Council Detail: (i.e. address, location, parcel number, tax id, etc.): As of: 08/27/14 KENT PUBLIC WORKS AGREEMENT between City of Kent and M.A.D. Construction, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and M.A.D. Construction, LLC, organized under the laws of the State of Washington, located and doing business at 22002 38`h Ave E, Spanaway, 98387, Kevin Young, 253-846- 1265, (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: M.A.D. Construction, LLC shall provide all labor and materials to renovate the old IT Server room into one new office area, constructing two new walls and a new closet. Scope includes, but is not limited to, selected demolition, new metal framing, GWB, Caulking, wood trim, carpet and rubber base all as indicated on the drawings and as required for a completed project in accordance with Bid Proposal dated May 31, 2017, 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 75 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $56,870.00, 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. Retaina4e. The City shall hold back a retainage 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) 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 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: PUBLIC WORKS AGREEMENT - 2 (Over$20K, but$65K or Less, and Performance Bond) 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 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 PUBLIC WORKS AGREEMENT- 3 (Over$20K, but$65K or Less, and Performance Bond) 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 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 PUBLIC WORKS AGREEMENT - 4 (Over$20K, but$65K or Less, and Performance Bond) 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 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. PUBLIC WORKS AGREEMENT - 5 (Over$20K, but$65K or Less, and Performance Bond) 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. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. 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) K. Cot interog.rts and Signatures by Fax or Ej2i_sLij-j- 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. 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 KENT: By:- By: y (signat ire, (signature) Suzette Cooke ftsPrint Name ri nt its_j(�ov,, I It Mlle T, DATE: DATE: V-1 v1 (2 NOTICES TO BE SENT TO: NOTICES TO BE SENT TO. CONTRACTOR: CITY OF KENT: Kevin L. Young Nate Harper M.A.D. Construction, LLC 22002 381h Ave E City of Kent Spanaway, WA 98387 220 Fourth Avenue South Kent, WA 98032 253-846-1265 (telephone) 253-375-7811 (facsimile) (253) 856-5082 (telephone) (253) 856-6080 (facsimile) APPROVED AS TO FORM: Kent L4W Department PUBLIC WORKS AGREEMENT - 7 (Over$20K, but$65K or Less, and Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and 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 olutlines, 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, 1 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 1, 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: For: Jk C Title: Date:, 1 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 r arc 1 Vl 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: 05/31/2017 Count Trade JobWag ze Holiday Overtime Note, Classificafiion King Asbestos Abatement Journey Level $45.25 5D 1 H Workers Xing 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 $55.611 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 Et Tenders Diver $108.77 5D 4C 8A King Divers a Tenders Diver On Standby $66.05 5D 4C King Divers Et Tenders Diver Tender $59.88 5D 4C https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 Page 2 of 20 King Divers Et Tenders Surface Rcv Et Rov $59.88 5D 4C Operator King Divers Et Tenders Surface Rcv Et 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 1 E King Electrical Fixture Journey Level $27.99 5L 1 E 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 $73.93 5A 4D Construction King Electricians - Powerline Certified Line Welder $67.60 5A 4D Construction King Electricians - Powertine Groundperson $45.49 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $67.60 5A 4D Construction Operator King Electricians - Powerline Journey Level $67.60 5A 4D Construction Lineperson King Electricians - Powerline Line Equipment $57.02 5A 4D Construction Operator King Electricians - Powertine Pole Sprayer $67.60 5A 4D Construction King Electricians - Powerline Powderperson $50.76 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 $15.18 1 King Flaggers Journey Level $38.36 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelool<-up.aspx 5/5/2017 rage .3 ui /-v King Glaziers Journey Level $59.31 7L 1y King Heat 8t Frost Insulators And Journeyman $65.68 5J 4H Asbestos Workers King Heating Equipment Journey Level $75.46 7F 1E 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 It Water Systems By Remote Control King Inspection/Cleaning/Sealing Technician $19.33 1 Of Sewer & Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer &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 5/5/2017 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 & $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 Laborers Jackhammer 1 $46.09 7A I 3I King Laborers Laserbeam Operator $46.09 7A 31 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 rage D or /-u King ILaborers 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 Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla 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 Reliner $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 It Similar $46.09 7A 31 Electric, Air Ft Gas Operated Tools King Laborers Tamper (multiple Ft $46.09 7A 31 Self-propelled) King Laborers Timber Person - Sewer $46.09 7A 31 (lagger, Shorer Et Cribber) https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 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 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 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 31 Compressed Air Worker 44.01-54.00 psi King Laborers Tunnel Work- $97.53 7A 31 88 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 8�C Compressed Air Worker 64.01-68.00 psi King Laborers Tunnel Work- $106.65 7A 31 80 Compressed Air Worker 68.01-70.00 psi King Laborers Tunnel Work- $108.65 7A 31 S Compressed Air Worker 70.01-72.00 psi King Laborers Tunnel Work- $110.65 7A 31 88 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 - UnderQround General Laborer Et $45.25 7A 31 Sewer &Water Topman King Laborers - Underground Pipe Layer $46.09 7A 31 Sewer Et Water King Landscape Construction Irrigation Or Lawn $13.56 1 Sprinkler Installers htws://fortress.wa.Rov/lni/waaelookup/DrvWaRelookup.aspx 5/5/2017 rage oz zv 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 Buildings 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 7C 1 R King Playground Ft Park Journey Level $11.00 1 Equipment Installers King Plumbers Ft Pipefitters Journey Level $76.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $58.69 7A 3C 8P King Power Equipment Operators Assistant Engineer $55.21 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 X 8P Mounted Or Trailer High Pressure Line Pump, Pump High Pressure. https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 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 8P tons and over King Power Equipment Operators Cranes: 20 Tons $58.17 7A 3C 8P 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 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 813 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 Lbs. 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 5/5/2017 rage!) of Lu King Power 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. li 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://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 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 8P 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 8P 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 Et $57.72 7A 3C 8P Carry All King Power Equipment Operators Scrapers, Self- $58.69 7A 3C 8P 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 $59.88 7A 3C 8P htti)s://fortress.wa.p,ov/lni/wagelookui)/-DrvWaaelookui).asi)x 5/5/2017 rage i 1 01 /-v Shovel, Excavator, Backhoes: Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $58.69 7A 3C 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 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, Farman $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 Et Water King Power Equipment Batch Plant Operator, $58.17 7A 3C 8P Operators- Underground Concrete Sewer Et Water King Power Equipment Bobcat $55.21 7A 3C 8P Operators- Underground Sewer Et Water King Power Equipment Brokk - Remote $55.21 7A 3C 8P Operators- Underground Demolition Equipment Sewer Et Water King Power Equipment Brooms $55.21 7A 3C 8P Operators- Underground Sewer Et Water King Bump Cutter $58.17 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup-aspx 5/5/2017 Page 12 of 20 Power Equipment Operators- Underground Sewer & Water King Power Equipment Cableways $58.69 7A 3C 8P Operators- Underground Sewer FC Water King Power Equipment Chipper $58.17 7A 3C 8P Operators- Underground Sewer &Water King Power Equipment Compressor $55.21 7A 3C 8P Operators- Underground Sewer & 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&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 Operators- Underground Mount With Boom Sewer &Water Attachment Up To 42m King Power Equipment Conveyors $57.72 7A 3C 8P Operators- Underground Sewer &Water King Power Equipment Cranes Friction: 200 $60.47 7A 3C 8P Operators- Underground tons and over Sewer & Water King Power Equipment Cranes: 20 Tons $58.17 7A 3C 8P Operators- Underground Through 44 Tons With Sewer & 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 & 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 & Water including jib with attachments King Power Equipment Cranes: 45 Tons $58.69 7A 3C 8P Operators- Underground Through 99 Tons, Under Sewer & 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 & Water King Cranes: Friction cranes $59.88 7A 3C 8P through 199 tons httbs://fortress.wa.R-ov/lni/wap-elookup/17rvWap-elookub.asDx 5/5/2017 rage t.5 of 2.v Power Equipment Operators- Underground Sewer Et 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 Er 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 a Water King Power Equipment Dozers D-9 Et 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 Et 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 Et 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 Et 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 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 Et Water Equipment 45 Yards. a 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://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 Page 14 of 20 Power Equipment Operators- Underground Sewer &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 Hydralifts/boom Trucks, $55.21 7A 3C 8P Operators- Underground 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 Et Water King Power Equipment Mechanics, All (leadmen $59.28 7A 3C 8P Operators- Underground - $0.50 Per Hour Over Sewer 8: Water Mechanic) King Power Equipment Motor Patrol Graders $58.69 7A 3C 8P Operators- Underground Sewer iz Water King Power Equipment Mucking Machine, Mole, $58.69 7A 3C 8P Operators- Underground Tunnel Drill, Boring, Sewer & Water Road Header And/or Shield King Power Equipment Oil Distributors, Blower $55.21 7A 3C 8P Operators- Underground 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://fortress.wa.p-ov/lni/waizelookuv/-DrvWap-elookui).asi)x 5/5/2017 rage i D of Lu 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 E: 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 Et 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 5/5/2017 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 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 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 Ex 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 a Water Metric Tons King Power Equipment Slipform Pavers $58.69 7A 3C 8P Operators- Underground Sewer a Water King Power Equipment Spreader, Topsider a $58.69 7A 3C 8P Operators- Underground Screedman Sewer a 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 SP 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 Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 rage i or 1.0 King Power Equipment Trenching Machines $57.72 7A 3C 8P Operators- Underground Sewer &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 813 Operators- Underground Conveyor Sewer Et Water King Power Equipment Welder $58.69 7A 3C 8P Operators- Underground Sewer & Water 'King Power Equipment Wheel Tractors, Farmall $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 &Water King Power Line Clearance Tree Journey Level In Charge $48.54 5A 4A Trimmers King Power Line Clearance Tree Spray Person $46.03 5A 4A Trimmers 'King Power Line Clearance Tree Tree Equipment $48.54 5A 4A Trimmers Operator King Power Line Clearance Tree Tree Trimmer $43.32 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $32.68 5A 4A Trimmers Groundperson King Refrigeration & Air Journey Level $75.36 6Z 1G 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 1H 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 & 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:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 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 it Ship Repair Boilermaker $41.72 7M 1 H 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 $65.68 5J 4H King Shipbuilding Et Ship Repair Laborer $41.08 7T 4B King Shipbuilding Et 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 King Shipbuilding Fr Ship Repair Pipefitter $41.05 7T 4B King Shipbuilding Et Ship Repair Rigger $41.12 7T 4B King Shipbuilding Ft Ship Repair Sheet Metal $41.04 7T 4B King Shipbuilding Et Ship Repair Shipfitter $41.12 7T 4B 'King Shipbuilding Et Ship Repair Trucker $41.26 7T 4B King Shipbuilding Et Ship Repair Warehouse $41.02 7T 4B King Shipbuilding It Ship Repair Welder/Burner $41.12 7T 4B King Sian Makers Et Installers Sign Installer $22.92 1 (Electrical) King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical) King Sign Makers Ex Installers Sign Installer $27.28 1 (Non-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 lChainman $57.17 7A 3C 8P https://fortress.wa.pov/lni/waRelookui)/i)rvWaaelookui).asi)x 5/5/2017 rage i Y or zu 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 2B Construction - Outside Installer I 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 It Terrazzo Finisher $41.09 5A 1 B Finishers King Traffic Control Stripers Journey Level $44.85 7A 1K 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 >:t 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 It Irrigation Irrigation Pump Installer $17.71 1 Pump Installers King Well Drillers & Irrigation Oiler $12.97 1 Pump Installers King Well Driller $18.00 1 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 Page 20 of 20 1well Dritters £t Irrigation f Pump Installers https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/5/2017 PREMIUM IS FOR CONTRACT TERM BOND NUMBER: CE1 1511000318 AND IS SUBJECT TO ADJUSTMENT RASED ON FINAL CONTRACT AMOUNT. • KENT PAYMENT AND PERFORMANCE BOND W..air.*'.. TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, M.A.D.Construction, LLC as Principal, and Philadelphia Indemnity Insurance Company a Corporation organized and existing under the laws of the State of Pennsylvania, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CM OF KENT in the penal sum of $ $56,870.00 , together with any adjustments, up or down, In the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation 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 IT Office Remodel 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 and within the time set forth: 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 specified 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 j PAYMENT AND PERFORMANCE BOND Page 1 of 2 law) of each corporate party Is hereto affixed and duly signed by Its undersigned representatives pursuant to authority of its governing body. TWO WIINESSES; KAD, Construction, LLC PRINCIPAL (enter principal's name above) BY. t TITLE: DATE: DATE: CORPORATE SEAL: PRINT NAME DATE: Philadelphia Indemnity Insurance Company BAREP CORPORATE SEAL: BY DATE., June 13, 2017 TITLE: Ran Tash, Attornev-ln-Fact AI DRE : 251 South Lake Ave., Ste, 360 SS Pasadena, CA 91101 CERTIFICATE AS TO CORPORATE SEAL 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 PAYMENT AND PERFORMANCE BOND Page 2 of 2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento j On Q. ,r , 4, before me, Susan Fournier, Notary Public (insert name and title of the officer) personally appeared Ryan Tash e who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. dit-A" ..mba SUSAN rC7C.RNIER WITNESS my hand and official seal. Notary W'ubic -Calilurnia Z ." Sacramento County Z Commission #2167974 M Comm. Expa res Nov 11,2020 Signature (Seal) 5345 PHILADELPHIA INDENINTUYINSIAZANCE COMPANY One Bala Plaza,State I 00 Baki Cyowyd,11A 19004-0950 i,ower ormiforney KNOW ALL PF.,',RSONS 13Y TIJf.-.Sl_` IIRESENTS:Thal PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),acorporation oryamizcdand existing under the Iavws ol'the Commonwealth of Pennsylvania,does hereby constitute and appoint dolm i Pare, Rjaq Tash, Roger Ball, Slephanie Arreoln& Stjsrm Fournier of StIrdy Sohilions Insurance Senjees, Inc, City of Rancho Cordova,State or CA, its true and lawkil Allorney-in-fact with Ili]] ainiloriky to execute on its behalf"bonds, undertakings, recognizances and other contracts of tildQviinity and Nkritings obhgator% in tile u3tUrC lkre0l'l iSSUed in the course ol*its, bosancss grid to bind the Company thereby,in an ainouril not to exceed S5,000,000.00, I'lus [lower ol'Attorney,is ,ranted and is signed and serded by fiacsiruile under arld by the aulborily ol'the following,Resolution adopted by the Board ol'Direclors(it' ]If IIl_ADF1'I_PIIIA INDLMNl I-Y INSURANCE COM PANY on the,f 4"'of November,2016. RE'SOLVED: That the Board ol'Directors hereby authorises the President or any Vice President ol'the Company: (1) Appoint Auomey(s) in Ficl and authorize tile Attorney(s) an Fact to execute oil behalf`ol'flic Company WHLIS and undertakings,contracts of,uldernnit,v and w other rhinp obligatory in the nature thereof and to allach the seal of'the Company thereto; and (2) to remove, ,it tiny linie, any such Attorney-in-Fact aml revoke the authority given. And,be it FURTITER RESOLVED: That the signatures ot'such ollke,and tile S,11 f'the CoTjlprjtly ljy be iffiXed to tang such]lower ol'Aaotney or certificate relating thereto by thesinuic,and anN such Power of Attorney so executed and cerlified by facsimile signatures and facsimile. seal shall be valid and binding LII)011 the Company in the f*uture with respect to any bond or undertaking to which it is atlached IN '11"STIMONY WI IEREOF, PI HLADFITI IIA INDEMNII Y INSURANCE COMPANY I IAS CAUSED H IIS INSTRUMENT TO BF S'IGNH) AND FIS CORPORATE SFALTO BE AFFIXI-D BY vi's Auril(DRIZED OffICE,11 IIS 14...DAY 01:NOVEN113FR,2016 (Sea]) Robert 1) U Leary.1i President&CEO Philadelphia Indernifity Insurance Corupany On this 10'day of*November,2016,before me came tile individual who executed the preceding inSIRITTlent,to me personally known,and being by rite duly sworn said dint he is lite therein described and authorized oll'icer ot'llie IIIIIIADELPHIA INDF',NINITY INSURANCE COMPANY that the seal affixed to said inStrUlticIll is the Corporate seat ofsaid Company;that the said Corporate Seal and his signature%%cro.duly alfixed coww©Nab L vur r k Notaty,llobhc: residing al: Baia Cvmvvd,PA (Notary Seel) NU,commission expues: I'muta- 1.Edwzrd Sayago,Corporate Secretary of'11HILADELPHIA INDEMNITY INSURANCE COMPANY,do hereby oorjif� lh""tile foregoing resolution of'Ole Board M" Directors and this Power ol'Attorney issued puisuant thereto on this d4`day of'November,2016 are true and correct and arestifl fii full florcoarld ef'fieci. I do ftfflhCr certify thal Robert 1) O'Leary Jr.,who executed the Ilmwcr ol'Attorney as President,was oil the dale of'eXeCutjoll of'the allaChed 1,0%%rer ol"Attorney the duly clected ['resident ofPI ULADEILM IIA INDEMNITY INSURAM F COMPANY, ]it Testimony Whereof'I have subscribed my name and al'fixed the fiacsinale seal of cash Company this day ol' "s" Fd"ard Sayago,Corporate SQciain, I'll I LA DFI.PJ I L\CNDhMNITY INSLRANCE COMPANY EXHIBIT A SECTION 004000 BID PROPOSAL IT Office Remodel Project Proposal of b-yv3htiL C'h.bv�,_, (hereinafter called the 'Bidder"), organized and existing under the laws of the State of Washington and doing business as (*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). 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)) 1 1 •0-l�t !/C ZC U G �J�{J{f'L i�CLfi.0 c�C t" -" dollars $ .51 (Amount iri vords) (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-five (75)calendar days for all of the work. D. STATE SALES TAX: The undersigned agrees that the above named Lump Sum and Bid Alternate do not include Washington State and local sales taxes(WSST). WSST will be paid to the Contractor with each pay application. E. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved. F. 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. G. 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. H. BID SECURITY: Bid security is not required for this project. A Performance and Payment bond will be required of the successful bidder. Bid Proposal 004000-1 EXHIBIT A 1. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. J. 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 K. 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 acknowledgment 1. 2. 3. 4, Bid Proposal 004000-2 EXHIBIT A Bid Dat J Company Name 22do, Address 1 44u matted By�(Signature) [�&JO L, t C to Address 2 Submitted By ( rinted me) Telephone Number Title Fax Number E-mail address END OF BID PROPOSAL Bid Proposal 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 1185 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 $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 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. ACC)Rf> CERTIFICATE OF LIABILITY INSURANCE FDATEIMMfDDmYY) 0 6/1 212 0 1 7 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(les)must have ADDITIONAL INSURED provisions or 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 endorsements. PRODUCER CONTA NAME:CT Sky Hamilton Brayer Insurance Services,LLC IAIC PHONE , 360.424-3000 Alc ,•866.419-3909 AIL 1601 Parker Way,Suite 108 ADDRRESS: sky@brayerinsurance.com Mount Vernon,WA 98273 INSURER(SI AFFORDING COVERAGE NAIC 0 INSURERA: Colony Ins Company 11165 INSURED INSURERS: Ohio Security Insurance Company 24082 M A D CONSTRUCTION,LLC INSURERC: Mt. Hawley Inc Crnpy 22002 38TH AVE E INSURERD: SPANAWAY,WA 98387-6875 INSURERE: INSURER F: COVERAGES CERTIFICATE NUMBER: 00000000.0 REVISION NUMBER: 20 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. rA AODLSUSR TYPE OF INSURANCE POLICY NUMBER MM DDIYYYY MM,ODIYYYLICY Y LIMITS X COMMERCIAL GENERAL LIABILITY Y Y 103G L0012807-01 02111/2017 02111/2018 EACH OCCURRENCE $ 11,000,000 DAMAGE TO RENTED CLAIMS-MADE FT OCCUR PREMIS9 $ 100,000 MED EXP(Anyone person) S 5,000 PERSONAL&ADV INJURY $ 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY Q JECT LOC PRODUCTS•COMPIOP AGG S 2,000.000 OTHER: $ B AUTOMOBILE LIABILITY Y Y BAS54761868 02/1112017 02/11/2018 COMBINED SINGLE LIMIT C S 1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY X AUTOS HIRED NON-OWNED PROPERTY DAMAGE S X AUTOS ONLY X AUTOS ONLY Per accident $ UMBRELLA LIAR HOCCUR EACH OCCURRENCE S EXCESS LIAR CLAIMS-MADE AGGREGATE $ DED I I RETENTIONS $ A WORKERS COMPENSATION Y 103GL0012807-01 o2r11r2o17 0211112018 X P AND EMPLOYERS'LIABILITY ERT T TH Stop Gap ANY PROPRIETORIPARTNERIEXECUTIVE YIN E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMSER EXCLUDE07 N I A (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 ( ,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Pollution EGL0004687 02/11/2017 02/11/2018 Poll.Liability Agg 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space is required) City of Kent is added as an Additional Insured as their interest may appear per written contract Endorsement Forms attached CERTIFICATE HOLDER CANCELLATION 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 South Kent,WA 98032 AUTHO D REPRESEENNTIATIVE l V SCH 1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Printed by SCH on June 12,2017 at 12:17PM COMMERCIAL AUTO CA 88 10 01 10 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modlfies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. COVERAGE INDEX SUBJECT PROVISION NUMBER ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT 3 ACCIDENTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 13 BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS (including employee hired auto) 2 EXTENDED CANCELLATION CONDITION 22 EXTRA EXPENSE- BROADENED COVERAGE 10 GLASS REPAIR- WAIVER OF DEDUCTIBLE 15 HIRED AUTO PHYSICAL DAMAGE(including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY 20 LOAN / LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) 16 PERSONAL EFFECTSCOVERAGE 11 PHYSICAL DAMAGE -ADDITIONAL TRANSPORTATION EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF TRANSFER OF RIGHTS OF RECOVERYAGAINST OTHERS TO US 19 SECTION II- LIABILITY COVERAGE is amended as follows: 1. BROAD FORM INSURED SECTION II - LIABILITY COVERAGE, paragraph A.1. WHO IS AN INSURED is amended to include the following as an insured: d. Any legally incorporated entity of which you own more than 50 percent of the voting stock during the policy period. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an insured under any other automobile policy; or (3) Has exhausted its Limit of Insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excess of this policy. e. Any organization you newly acquire or form, other than a partnership or joint venture, of which you own more than 50 percent of the voting stock. This automatic coverage is afforded only for 180 days from the date of acquisition or formation. However, coverage under this provision does not apply: (1) If there is similar insurance or a self-insured retention plan available to that organization; 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 1 of 7 (2) If the Limits of Insurance of any other insurance policy have been exhausted; or (3) To "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: f. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorse- ment is excess over any other insurance available to any "employee". g. An "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties re- lated to the conduct of your business and within the scope of their employment. Insurance e provided by this endorsement is excess over any other insurance available to the "employee". a 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II - LIABILITY COVERAGE, paragraph A.1. - WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, o � agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit 4. SUPPLEMENTARY PAYMENTS SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, para- graphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations ) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the insured at our request, including actual loss of earn- ings up to $500 a day because of time off from work. 5. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow employees are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION II - LIABILITY, exclusion B.5. FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire. SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows: 6. HIRED AUTO PHYSICAL DAMAGE Paragraph AA. Coverage Extensions of SECTION III - PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 2 of 7 b. Your "employee" hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: A. The most we will pay for "loss" in any one "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. D. Subject to a maximum of $750 per "accident", we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. E. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver; or (2) Any "auto' that is hired, rented or borrowed from your "employee". For the purposes of this provision, SECTION V-DEFINITIONS is amended by adding the following: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION III - PHYSICAL DAMAGE COVERAGE, paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is dis- abled: a. For private passenger type vehicles, we will pay up to $50 per disablement. b. For "light trucks", we will pay up to $50 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c, For "medium trucks" , we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 -20,000 pounds. 0 However, the labor must be performed at the place of disablement. 0 8. PHYSICAL DAMAGE- ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a., Coverage Extension of SECTION III - PHYSICAL DAMAGE COVERAGE, is amend- ed to provide a limit of $50 per day and a maximum limit of$1,500 02010Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 3 of 7 9. RENTAL REIMBURSEMENT SECTION III- PHYSICAL DAMAGE COVERAGE,A. COVERAGE,is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". d. This coverage does not apply unless you have a business necessity that other "autos" avail- able for your use and operation cannot fill. e. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. 8 f. No deductible applies to this coverage. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 11. 10. EXTRA EXPENSE-BROADENED COVERAGE Under SECTION III -PHYSICAL DAMAGE COVERAGE,A. COVERAGE,we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is$1,000. N 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V- DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III - PHYSICAL DAMAGE COVERAGE, B. EXCLUSIONS, exception paragraph a. to exclu- sions 4.c. and 4.d. is deleted and replaced with the following: 02010Liberty Mutual Insurance Company_All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 4 of 7 Exclusion 4.c. and 4.d. do not apply to: a. Electronic equipment that receives or transmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is permanently installed in the covered "auto" at the time of the "loss" and such equipment is designed to be solely operated by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage coverages are provided for the covered "auto"; or If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a$100 deductible. 14. LOAN 1 LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident" is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss", b. Financial penalties imposed under a lease due to high mileage, excessive use or ab- normal wear and tear, c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease, d. Transfer or rollover balances from previous loans or leases, e. Final payment due under a"Balloon Loan", f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto", g. Security deposits not refunded by a lessor, h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto", I. Any amount representing taxes, J. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. s B. ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered "auto" that incurred the loss serves as collateral, or lease written on the covered "auto" that incurred the loss. C. SECTION V-DEFINTIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply: "Total loss" means a "loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 5 of 7 15. GLASS REPAIR-WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 16. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III - PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private —. passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: ^�-- a. In the charge of an "insured"; b. Legally parked; and e c. Unoccupied. x The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or s e organization engaged in the automobile business. SECTION IV -BUSINESS AUTO CONDITIONS is amended as follows: 17, UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV- BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 18. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT, OR LOSS SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.2.a. is replaced in its entirety by the following: a, In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: 1. You, if you are an individual; 2. A partner, if you are a partnership; 0 3. Member, if you are a limited liability company; 0 4. An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (1) How, when and where the "accident" or "loss" took place; (2) The "insureds" name and address; and (3) The names and addresses of any injured persons and witnesses. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our rights are waived also. 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc_,with its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV - BUSINESS AUTO CONDITIONS, paragraph B.7., Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the insured's responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. SECTION V -DEFINITIONS is amended as follows: 21. BODILY INJURY REDEFINED Under SECTION V-DEFINTIONS, definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at any time. COMMMON POLICY CONDITIONS 22. EXTENDED CANCELLATION CONDITION COMMON POLICY CONDITIONS, paragraph A. - CANCELLATION condition applies except as fol- lows: If we cancel for any reason other than nonpayment of premium, we will mail to the first Named Insured written notice of cancellation at least 60 days before the effective date of cancellation. This provision does not apply in those states which require more than 60 days prior notice of cancella- tion. s R 02010 Liberty Mutual Insurance Company.All rights reserved. CA 88 10 01 10 Includes copyrighted material of Insurance Services Office Inc.,with its Permission. Page 7 of 7 103 GL 0012807-01 COMMERCIAL GENERAL LIABILITY CG 20 0104 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following; COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTSICOMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance (2) You have agreed in writing in a contract or Condition and supersedes any provision to the agreement that this insurance would be contrary: primary and would not seek contribution Primary And Noncontributory Insurance from any other insurance available to the additional insured. This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under your policy provided that: (1) The additional insured is a Named Insured under such other insurance; and CG 20 01 04 13 0 Insurance Services Office, Inc., 2012 Page 1 of 1 103 GL 0012807.01 POLICY NUMBER; 103 GL 0012807-01 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s) Of Covered Operations All persons or organizations as required by written As designated in written contract with the Named contract with the Named Insured Insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply; with respect to liability for"bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" "property damage"occurring after: caused, in whole or in part, by: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs)to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above, completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 103 GL 0012807-01 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contract or agreement; or Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 103 GL 0012807.01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 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 The following is added to Paragraph 8.Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any rights of recovery we may have against any person or organization because of payments we make for injury or damage resulting from your ongoing operations or"your work"done under a contract with that person or organization and included in the"products-completed operations hazard" if: a. you agreed to such waiver; b. the waiver is included as part of a written contract or lease; and c. such written contract or lease was executed prior to any loss to which this insurance applies. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. U047-0310 Includes copyrighted material of ISO Properties, Inc., Page 1 of 1 with its permission. 103 GL 0012807.01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - ONGOING & COMPLETED OPERATIONS - PRIMARY & NON-CONTIBUTORY OTHER INSURANCE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location(s)And Description Of Operations All persons or organizations as required by written As designated in written contract with the named contract with the named insured insured for commercial projects only including apartment structures A. SECTION II — WHO IS AN INSURED is amended to include as additional insured the person(s) or organization(s)shown in the SCHEDULE above, but only with respect to: 1. liability for "bodily injury" or "property damage" caused, in whole or in part, "your work" at the location designated and described in the SCHEDULE above performed for that additional insured and included in the "products-completed operations hazard". 2. liability for"bodily injury", "property damage"or"personal and advertising injury" caused, in whole or in part, by: a. your acts or omissions; or b. the acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. the insurance afforded to such additional insured only applies to the extent permitted by law; and 2. if coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to SECTION III—LIMITS OF INSURANCE: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. required by the contract or agreement; or 2. available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. U462-0116 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 2 with its permission. 103 GL 0012807-01 C. SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS, 4. Other Insurance is amended and the following added: The insurance afforded to the additional insured designated in the SCHEDULE above is primary insurance and we will not seek contribution from any other insurance available to that additional insured under your policy provided that: 1. the additional insured designated in the SCHEDULE above is a Named Insured under such other insurance; and 2. you have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. U462-0116 Includes copyrighted material of Insurance Services Office, Inc., Page 2 of 2 with its permission. 103 GL 0012807.01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION --NEW RESIDENTIAL CONSTRUCTION WORK EXCEPT AS SPECIFIED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions, and SECTION I — COVERAGES, PRODUCTS/COMPLETED OPERATIONS BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions are amended and the following Exclusion is added: Residential Construction Work This insurance does not apply to "bodily injury" or "property damage" included in the "products- completed operations hazard" and arising directly or indirectly out of "your work" on new "residential construction". This exclusion may be subject to exception, as set forth below, but only if the box corresponding to the description of any such exception is checked, and then only to the extent of the exception so described. SECTION V— DEFINITIONS is amended and the following is added: "Residential construction" means buildings, structures or other improvements to real property constructed, maintained or sold for the purpose of being used by natural persons as a dwelling, inclusive of all infrastructure improvements in connection therewith, including, but not limited to, grading/excavating, utilities, road paving/curbs/sidewalks. "Residential construction" shall include, but not be limited to, single or multiple family housing, including apartments, townhouses, condominiums, co-operatives, duplexes, triplexes, fourplexes, and single-family detached housing. "Residential construction" also includes the terms "Apartment Structures", "Common Interest Developments", "Condominiums", "Condominium Projects", "Condominium Conversion Projects", "Cooperatives", "Custom Homes", "Infrastructure" or "Site Work", "Military Housing", "Residential Tract Housing", "Senior Housing Projects", "Senior Living Structures", "Assisted Senior Housing Projects", "Single Family Homes Built on Spec", "Student Housing", "Time Shares", "Townhouse Projects", or "Rental Property Units", all as further defined herein for the purposes of this Endorsement only. "Condominium" is defined as any of the following: (1) An estate in real property where there is an undivided interest in common in a portion of real property, coupled with a separate interest in space called a unit, the boundaries of which are described on a recorded final map, parcel map, or condominium plan. The areas within the boundaries may be filled with air, earth or water, or any combination thereof, and need not be attached to land except by easements for access and support; (2)A type of ownership in real property where all of the owners own the property, common areas and buildings together, with the exception of the interior of the unit to which they have title; (3) Real estate, portions of which are designated for separate ownership and the remainder of which is designated for common ownership, solely by the owners of those designated portions; (4) A single real property parcel with all the unit owners having a right in common to use the common elements with a separate ownership confined to the individual units that are serially designated. U527-0913 Includes copyrighted material of ISO, Inc. Page 1 of 3 with its permission 103 GL 0012807-01 "Cooperative" means any of the following: (1) A type of multiple ownership of real property in which the residents of a multiunit housing complex own shares in the cooperative corporation that owns the property, giving each resident the right to occupy a specific apartment or unit; (2) dwelling units in a multi-dwelling complex in which each owner has an interest in the entire complex and a lease of his/her/its own apartment. "Common Interest Development" means any of the following: (1) A condominium project; (2) A stock cooperative. EXCEPTIONS TO RESIDENTIAL CONSTRUCTION WORK EXCLUSION: This exclusion does not apply to the following (any exception to this exclusion is only applicable if a corresponding box below is checked): ❑ "Apartment Structures", which are defined as multi unit dwelling structures that are designed to be leased or rented by the owner of the structures to third-party tenants, and includes apartment buildings and apartment units. ❑ "Condominium Projects", which are defined as consisting of multiple individual "Condominiums", as defined elsewhere in this Endorsement, on a single parcel of real property. ❑ "Condominium Conversion Projects", which are defined as any existing multi unit dwelling structure, including "Apartment Structures", that prior to, during, or after the policy period, is converted to be sold as "Condominium(s)", "Cooperative(s)", "Common Interest Development(s)" or any sort of combination or derivative thereof, all as those terms are defined elsewhere in this Endorsement. ® "Custom Homes", which are defined as houses of a unique plan or blueprint built to an owner's specifications and sold before construction begins. ❑ "Military Housing", which is defined as single family or multi unit housing that is built for the US government or a branch of the armed forces of the United States, and that will be leased or otherwise made available to enlisted service men or women to be used as a dwelling while they are members of the U.S. Armed Farces ❑ "Residential Tract Housing", which is defined as single family, duplex, triplex or fourplex residential housing, not part of a "Condominium Project" or "Townhouse Project" (as defined elsewhere in this Endorsement), that is built by residential developers for sale to individuals during or after completion of construction. "Tract Housing" is further defined as consisting of 10 or more units in a single contiguous location. ❑ "Senior Housing Projects", "Senior Living Structures", or "Assisted Senior Housing Projects", which are defined collectively as: Dwellings that HUD has determined are specifically designed for and occupied by elderly persons under a Federal, State, or local government program; or Dwellings occupied solely by persons who are 62 or older; or Dwellings where at least one person who is 55 or older resides in at least 80 percent of the occupied units in any one location, and where the policy applicable to the dwellings demonstrates an intent to house persons who are 55 or older. U527-0913 Includes copyrighted material of ISO, Inc. Page 2 of 3 with its permission 103 GL 0012807-01 ❑ "Infrastructure" or "Site Work", which is defined as work involving common areas, excluding any building construction, and for purposes of this exception to the Residential Construction Exclusion, is further limited to: ® "Single Family Homes Built on Spec", which are defined as homes of a unique plan or blueprint, built by themselves, and not in conjunction with other homes of like design and blueprint, by a general contractor,for sale after completion of construction. ❑ "Student Housing", which is defined as single family or multi unit housing that is built and owned by any school or educational institution for the purpose of housing students,faculty, or other personnel of the school or educational institution, while they are attending or are employed by the school or a educational institution. ❑ "Time Shares", which are defined as structures that are designed and available for use and occupancy as a residence, and that are constructed for the purpose of being offered as part of a "timeshare plan," as that phrase is defined in the Vacation Ownership Time Share Act of 2004, at California Business & Professions Code Section11212, or as otherwise defined under any similar statutory scheme governing the offering of residential units to the public for use and occupancy as a vacation property on a recurring periodic basis of less than one year, and in effect in the state where the structures are located. ❑ "Townhouse Projects", which are defined as multi unit housing consisting of houses in a row, of usually the same or similar design, with common side walls or with a very narrow space between adjacent side walls, including individual Townhouses. ❑ "Rental Property Units", which are defined as any structures that are built as dwellings with the intended purpose of renting or leasing, rather than selling, the units to third-parties. ❑ Specific Project(s): ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. U527-0913 Includes copyrighted material of ISO, Inc. Page 3 of 3 with its permission 103 GL 0012807-01 DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT - RESTRICTED FORM This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Projects: All projects during the policy period. (If no entry appears above, information required to complete this endorsement will be shown in the Declara- tions as applicable to this endorsement.) A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" Under SECTION 1 — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, and for all medical expenses caused by accidents under SECTION I — COVERAGE C MEDICAL PAYMENTS, which can be attributed only to ongoing operations at a single designated con- struction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under SECTION I— COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY, except damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard", and for medical expenses under SECTION I — COVERAGE C MEDICAL PAYMENTS regardless of the number of: a. Insureds; b. Claims made or"suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under SECTION 1 — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY for damages or under SECTION I - COVERAGE C MEDICAL PAYMENTS shall reduce the Designated Construction Project General Aggregate Limit for that des- ignated construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Construction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damages to Premises Rented to You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Construction Project General Aggregate Limit. 5. The most we will pay for the sum of all Designated Construction Project General Aggregate Limits combined and to which this insurance applies is $5,000,000. B. For all sums which the insured becomes legally obligated to pay as damages caused by"occurrences" Under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE UCG2503-1013 Includes copyrighted material of Insurance Services Office, Inc., 1996 Page 1 of 2 with its permission. 103 GL 0012807-01 LIABILITY,and caused by accidents under SECTION I—COVERAGE C MEDICAL PAYMENTS,which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under SECTION I — COVERAGES, COVERAGE A BODILY INJURY AND PROPERTY DAMAGE LIABILITY for damages or under SECTION I — COVERAGE C MEDICAL PAYMENTS shall reduce the amount available under the General Aggregate Limit or the Products- Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Designated Construction Project General Aggregate Limit. C. When coverage for liability resulting from the"products-completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard"will reduce the Products-Completed Operations Aggregate Limit,and not reduce the General Aggregate Limit nor the Designated Construction Project General Aggregate Limit. D. If the applicable designated construction project has been abandoned,delayed,or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints,designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of SECTION III— LIMITS OF INSURANCE not otherwise modified by this endorsement shall continue to apply as stipulated. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. UCG2503-1013 Includes copyrighted material of Insurance Services Office, Inc., 1996 Page 2 of 2 with its permission. Page 1 of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Project Detail - Dashboard Document Intent Affidavit ID: Status: Approved Received Date: ID: On 6/20/2017 6/13/2017 840435 Company Details Company Name: M A D CONSTRUCTION LLC Address: 22002 - 38TH AVENUE 3 SPANAWAY, WA, 98387 Contractor Registration No. MADCOL*971 BF WA UBI Number 602256009 Phone Number 253-846-1245 Industrial Insurance Account ID 04116701 Email Address madconstClive.com Fi led By Young, Kevin Prime Contractor Company Name M A D CONSTRUCTION LLC Contractor Registration No. MADCOL*971 BF https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 6/21/2017 Page 2 of 3 WA UBI Number 602256009 Phone Number 253-846-1245 Project Information Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032-5895 Awarding Agency Contact Nate Harper Awarding Agency Contact Phone 253-856-5082 Number Contract Number Project Name Kent IT Office Remodel Contract Amount $56,870.00 Bid due date 5/31 /2017 Award Date 6/12/2017 Project Site Address or Directions Payment Details Check Number: Transaction Id: 105796028 Intent Details Expected project start date: (MM- 6/27/2017 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? What is the estimated contract $56,870.00 amount? OR is this a time and materials estimate? https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 6/21/2017 Page 3 of 3 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 1 performing work on the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe #Work ers rs e King Carpenters Carpenter $55.51 $0.00 1 King Laborers General Laborer $45.25 $0.00 2 King Painters Journey Level $40.60 $0.00 1 Public Notes o Show/Hide Existing Notes No note exists https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 6/21/2017 City of Kent • Business License KENT WA`.—U TOn M.A.D.CONSTRUCTION LLC 22002 38TH AVE E SPANAWAY, WA 98387 Please tear at perforation ------------------------------------------------ an Rewx mu local sales BUSINESS LICENSE and use tax must he coded 40 LICENSE.MUST BE PAID ANNUALLY BY No.1715 for all qualified • JANUARY Ist TO AVOID PENALTY sales within the city of KENTIssuance or License Does Not Imply Licensee's Kent. WAS".H U T n H Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS Year : 2017 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC-2170599 M.A.D. CONSTRUCTION LLC MAYOR 22002 38TH AVE E The City of Kent SPANAWAY,WA 98387 At 2204FH AVE SO Y FN'I.IVASHWGTfJN 99,132 /aa6a WON, ,,, '....pr//,��,,/l /iris,.. ;%��"' ��� rrr, ,,,/a //i/ /,,,,r,r��i,�/... r;,,.////,/„ �. ,/,/ ,rr/✓i/ /�„ �,,, ,,,rrrr ,,,,,,,.. � //.ri. /%/,,,.; //////„ ,,,, r ,� ;, „ ✓i%i ��!!!!��„-r�,/� "�,�,,, '"'� <' r ,,rii �i/ / �//jiii r.. t, !w. ,,r„ ,��,,, %' jj /�'" i// /// %/ /jnJl / „ M1IC[9IIYCF101r//i;,/r , LM :E 'IU3 S ;[1XMJ fi �1.` 7`% E R IT MO//// , rr „i rr ' // ellz // 9 N ,,,<,,,,,,""v" ., r n u b' n T r r '� I,' drr ra„� rill// / r rill / n /" /i, ,�,' ,,,.,,r /,r/,r/ ,�//,/ II� I,J' 4 ' r 'L ,,,,; ;�*, rr „ii ,/,rrr' /,r,,, , /� //ai rrr / iia r/ r/ r � n /i /v „ '������f"Y`�C3"�lC�r�E"CiI7r7�, �ar Clt/. /rrrr„; / i /, rrrr /,, rr/ /%/// / /!C A D : bN M � L P VAL Dakar a Ja a ,/ / //// %% �/ / ,: ////;/� ,, r„ ,,,. „ , ..,,;,r, .,,, Oil, /l. / / ; rrrrr/r// ///'. //�//i/O./iiU/ r .,,1:„. ,.. .,., ,,,,r., r� ,.,. ,; o / / / /// / � LU �t'� IY �a3 �t'�„ �`f"�CIrS< P�,' IDES ri / rrr r/.rr /// i/ // / // a 7/ /// _ "� 77 nI x ;,,ir/ii,, , l%// ai; iiii rrrrr% /,„�/�ii /i „ �r „r „i// n/��� ;,;x, r/... r� ;r/////i//a ,,i,, .! ,rii„,,, ,,rrr, i, ,�, ,r,,., ,, „ ,,, „/, ,. i%% i< r/r/, „„ . ` �I I rrr, ; ' I�,� b r; d rii"I 't I ' u . ,r ..%% /, , C,,; ,r,.. ,r r r/ ,,,, i�//�/ " r, ,,,ria //„////,,, r//, //�iiii� // i ;-rrr O; ; :� nn� I // � fu' nin e u ;; " „ � a u Y ,r� ai/ rrrr rr ,,, rr / /O ��ir„ v, /�,//// /%ii a,> rr Vic. / ,ir,, r�rl+'.�%/ ,r /i/i/.. ,,,< / /a , i 'aQ eaw n u � r r 'r ems; 1 i� i= h � f"'d a'� ��i`t� ( Pry"� w �u�hdar r a ' ilia; /ni //i/r /rrr ail „" ,,. ✓��.,' /// //� �/rr/ r// r„//is/i ,,,; ,,;,,;�/r /%/rrrrr%///„ ,,, /ii /;;,; /// NM\/at711 /a /// a/ / //r;,; / %/%� r ,,,,,,,,, ,,,, -„ , w/// / y( '; rrrr r /O /// rc , // i sr ,.,,,ii ,/rii ✓,;� ,,,r/a,,,,,ri, ,,, ,.. ;,,,;sir ;,; ,,, %i l ,�/ / //rill/„ri ,/i„ /. „%r 1/2 i n. i r r,..., r ,r / ,.r r r a .r / r r r r,�r., r ✓, r ,/ �. r .r ., / ,, .,r,.'r ... ,rr / / �, r�, r ✓ „rrr, //rrr rrr// r, .., .. ,, ; / r� //rrrrr, , ' ,,,,,, /o ,,;":,,, , e, � �,: % rrr ai/ r/rill ,rr.. rrr r,. �,, // /��/i // ,/// /,,, � %�rrrro, ,,, , %%r,r ,,,/ii j//