Loading...
HomeMy WebLinkAboutPK17-403 - Original - Skycorp Ltd. - Martin Property Structure Demolitions - 07/20/2017 ecordstes, / ;/ KENT WASH i N G TO. 'A Document 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: Sk cor , Ltd. Vendor Humber: JD Edwards number Contract Number: 1-1 This is assigned by City Clerk's Office Project blame: Martin Property Structure Demolitions Description: ❑ tnterlocal Agreement N Change Order ❑ Amendment M Contract ❑ Other: Contract Effective Date: 7/15/17 Termination Date: 12/31/17 Contract Renewal Notice (days): 0 Number of days required notice for termination or renewal or amendment Contract Manager: Lynn Osbiorn/BH Department: Parks Planning & Dev. Contract Amount: $34,980.00 Approval Authority: ❑ Department Director SMayor ❑City Council Detail: (i.e. address, location, parcel number, tax id, etc.): Public Works Agreement AND Change Order #1 for the demolition of houses and _ ._.._.... ..___._.._. .... __.._ _.......u_____....____..__._. outbuildings including asbestos abatement, and mremoval of septic tank & asphalt, at the Martin property, 10820 and 10822 SE 248" St. (Morrill Meadows-East Hill Park/YMCA). Change Order %s for asbestos abatement, which was not included in original scope. Division Contract #PPD,17-19 adcc'I0877 8 14 • KENT W.S.I.GTO., PUBLIC WORKS AGREEMENT between City of Kent and Skycorp Ltd. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skycorp organized under the laws of the State of Washington, located and doing business at 526 Northwest Avenue, Ste 11, Arlington, Washington 98223 (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: As described in the attached Exhibit A, contractor will demolish houses and outbuildings at 10820 and 10822 SE 248th Street (Martin property). Work will include removal of foundation, asphalt and septic tanks. 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, the Contractor shall complete the work described in Section I by December 31, 2017. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $31,790.00, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor fifty percent (50%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $35,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final fifty percent (50%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. PUBLIC WORKS AGREEMENT - 1 (Over$20K, under$35K, and No Performance Bond) B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. PUBLIC WORKS AGREEMENT - 2 (Over$20K, under$35K, and No Performance Bond) B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. PUBLIC WORKS AGREEMENT - 3 (Over$20K, under$35K, and No Performance Bond) At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. PUBLIC WORKS AGREEMENT - 4 (Over$20K, under$35K, and No Performance Bond) XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's 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. PUBLIC WORKS AGREEMENT - 5 (Over$20K, under$35K, and No Performance Bond) XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. 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. PUBLIC WORKS AGREEMENT - 6 (Over$20K, under$35K, and No Performance Bond) 1 City Business License Required. Prior to commencing the tasks described in Section 1, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counter arts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. 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: Bv: e-670� (signature) 1-11") (signature) Print Na T e: .54L4 C Pr;i!�Nea 'ejsuzette Cooke Its !I'FA 5, d It ........... Mayor -(title) DATE:_,, DATE: ✓ NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Skylar Waldal Bryan Higgins Skycorp City of Kent 526 Northwest Avenue, Ste 11 220 Fourth Avenue, South Arlington, Washington 98223 Kent, WA 98032 360-926-8989 (telephone) 253-856-5113 (telephone) skyco�rpltd@yahoo.com bhiggins@kentwa.gov APPROVED AS TO FORM., Ken Xpw bepa rtmen t is "J P:tPeann,ng'Acqu,sit,c,,isV orr,ll:Mead ows\Ma rt i n\Demo I uon-Skycorp-CONTRACT PUBLIC WORKS AGREEMENT - 7' (Over$20K, under$35K, and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding, If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and: it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above, By signing below, I agree to fulfill the five requirements referenced above. 0 By: Fo r: C 12 Title: Date: EEO COMPLIANCE DOCUMENTS - I 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 EXHIBIT SKYC�ORPLT. Demolition -Environmental -Gen ral Contractors REVISED PROPOSAL/CONTRACT May 17, 2017 To: City of Kent Bryan Higgins, Parks Capital Project Xlaneage) Park Planning and Dev I Parks, Recreation& Community Services 220 Fourth Avenue South, Kent, WA 98032 Phone 253-856-5113 bhiggins(-@,KentWA.-ov Re: 10820 SE 248"' Kent WA 98030 Parcel#2022059240 10822 SE 248"' Kent WA 98030 Parcel #2022059239 SkyCorp, Ltd. proposes to furnish all materials and perform all labor necessary to complete the following: Scope of work: Mobilization,dernolitionand removal of existing: • Two houses,a detached garage.and two smaller outbuildings • Removal ofconcrete foundations and slabs • 1�ernoval of asphalt apron in front and on the side of the home nearer SE 248"'&some miscellaneous debris outside the house in the yard. • Removal of septic tanks,drain fields and backfill Total Price: (Excluding Tax): $28,900.00 Clarifications: 1. Proposal is based on one mobilization, 2. Proposal valid for 30 days 3. SkyCorp, Ltd. will file Puget Sound Clean Air Permit, 4. Any and all salvage material belongs to SkyCorp, Ltd, 5. Additional work performed per hourly rate sheet 6. Any and all salvage material belongs to SkyCorp, Ltd. EXHIBIT A(Continued) 7. Additional work performed per hourly rate sheet. 8. Install erosion control if deemed necessary by the City of Kent./and will be added to the bid proposal based on if City will be requiring it. Exclusions: 1. Engineering,soils testing, lay out and surveying 2. Traffic Control 3. No parking signs 4. Sidewalk Closures 5. Street use 6. Erosion Control 7. Compaction test 8. Fencing or security 9. All fees and special inspections 10. Underground utilities 11. Private locates. 12. Export of contaminated or unsuitable soils or import to replace exported quantity 13. Import or export of any fill material 14. Dewatering 15. All permits 16. Sales Tax 17. Landscaping 18. Hydro seeding and mulch 19. 1lazardous materials 20. Removal and emptying of any Underground Storage Tanks 21. Removal and emptying of any Aboveground Storage Tanks 22. Asbestos Survey or removal 23. Unforeseen or presumed asbestos materials 24. All other work not included in this proposal Thank you for considering our proposal. Skyler Waldal SKYCORP, LTD. 425-367-7887 cell 360-926-8989 office 360-926-8987 fax Accepted this day of ,20 by:______ - Signature Print Name EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ® DATE(MMIDDIY(YY) CERTIFICATE OF LIABILITY INSURANCE 6/13/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(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 endorsement(s). PRODUCER CONTACT NAME: Bart Brandenburg Sound Choice insurance Agency,Inc. IYHONIE AIc No Ext: 4253338033 (AIC,No: 4259795852 19009 33rd Avenue West,#310 ADDRESS: bart@soundchoiceins.org INSURER(S)AFFORDING COVERAGE NAIC 0 Lynnwood WA 98036 INSURER A: WESTCHESTER SURPLUS LINES INS CO 10172 INSURED INSURER B: ZURICH AMER INS CO 16535 SKYCORP,LTD INSURER C: 526 NW Ave Ste l l INSURERD: INSURER E: Arlington WA 98223 INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER MMlDD MMIDD/YYYY) LIMITS _( COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1000000 CLAIMS-MADE OCCUR PREMISES(Ea otxurcence) S 50000 X Pollution Liab MED EXP(Any one person) S 10000 A X Professional Liab Y G2758276AO03 04/04/2017 04/04/2018 PERSONAL 8 ADV INJURY S 1000000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE S 2000000 HPOLICY ®JE� LOC PRODUCTS-COMP/OP AGG S 2000000 OTHER Pollution Liab S 1000000 AUTOMOBILE LIABILITY (Ea accident) S 10110000 J•XANY AUTO BODILY INJURY(Per person) S BAO OS ONLY SCHEDULED Y TRK-9016075.03 04/04/2017 04/04/2018 BODILY INJURY(Per accident) S AUTOS HIRED NON-OWNED S AUTOS ONLY AUTOS ONLY (Peraccident)Comp$1000 X $1000 5 UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE 5 DED I I RETENTION S S WORKERS COMPENSATION X - AND EMPLOYERS'LIABILITY Y STATUTE ER A NFICERI RIETORIPARTNEI ER EXCLUDED?D?RIEXECUTIVE❑ N f A G2758276AO03(WA Stop Gap) 04/04/2017 04/04/2018 E L EACH ACCIDENT s 1000000 Mandatory In NH) EL DISEASE-EA EMPLOYEE S 1000000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT S 1000000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more apace Is required) City of Kent is included as Primary &Non-Contributory Additional Insured. Waiver of Subrogation in their favor including both ongoing and completed operations applies on a per project basis as required by written contract, per, ENV-3226 1008, ENV-3143 0305 and ENV-7103 0904 Blanket endorsements attached. Auto Form CA20481013. 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. AUTHORIZED REPRESENTATIVE 220 4th Avenue South 804+a M^&^4kA1 Kent,WA 98032 ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Named insured Endorsement Number Skycorp, Ltd Policy Symbol Policy Number Policy Period Effective Date of Endorsemert ECP G2758276A 003 04/04/2017 to 04/04/2018 04104/2017 Issued By(Name of Insurance Company) Westchester Surplus Lines Insurance Company insert the policy number. The remainder of the Information Is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTORS POLLUTION LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition is amended by the addition of the following: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or your work done under a contract with that person or organization and included in the products-completed operations hazard. This waiver applies only to the person or organization shown in the Schedule above. All other terms and conditions remain the same. ENV-3143(03-05) Includes copyrighted material of Insurance Services Office.Inc.with its permission Page 1 of 1 ADDITIONAL INSURED ENDORSEMENT—PRODUCTS-COMPLETED OPERATIONS HAZARD PRIMARY&NON-CONTRIBUTORY Named Insured Endomemert Number Skycorp, Ltd Policy Symbol Policy Number Policy Period Effective Date of Endorsemert ECP G2758276A 003 04/04/2017 to 04/04/2018 04/04/2017 Issued By(Name of Inmirance Company) Westchester Surplus Lines Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. THIS ENDORSEMENT MODIFIES INSURANCE PROVIDED UNDER THE FOLLOWING: COMMERCIAL GENERAL LIABILITY COVERAGE PART CONTRACTOR'S POLLUTION LIABILITY COVERAGE PART SCHEDULE Any person or organization that is an owner of real property or personal property on which you are performing operations, or a contractor on whose behalf you are performing operations, and only at the specific written request of such person or organization to you, wherein such request is made prior to commencement of operations. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule, but only with respect to liability for bodily injury or property damage caused, in whole or in part, by your work performed for that additional insured and included in the products-completed operations hazard. Furthermore, the coverage provided hereunder shall be primary and not contributing with any other insurance available to those designated above under any other third party liability policy. All other terms and conditions remain the same, ENV-3226(10-08) Page 1 of 1 Named Insured Endorsement Number Skycorp,LTD Policy Symbol Policy Number Policy Period Effective Date of Endorsement ECP G2758276AD03 04/04/2017 TO 04*412018 04/04/2017 Issued By(Name of Insurance Company) Insert the policy number. The remainder of the information is to be completed only when this endorsement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PROJECT(S)GENERAL AGGREGATE LIMIT ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Projects: Any Person or organization that is an owner of real property or personal property on which you are preforming operations,or a contractor on whose behalf you are preforming operations,and only at the specific Written fequesl of stick person or organization to you,where in such request is made prior to commencement of operations: (If no entry appears above, information required to c6MP!etd;tf1is&hdorsement will be shown in the Declarations as applicable to this endorsement.) A. For all sums which the insured bectnti`es legally obligated to pay as damages caused by occurrences under COVERAGE A(SECTION I ),,.and for all medicel`expenses caused by accidents under COVERAGE C(SECTION I ) whicHl-ean be attributed only to ongoing operations at a single designated project shown in the Schedu abov4:".,_ 1. A separate Dedibated P,,r6ilact Gtkidral Aggregate Limit applies to each designated project, and that limit is equal tb-theltnount of the General Aggregate Limit shown in the Declarations. 2. The Designated'proj6&Gener` I Aggregate Limit is the most we will pay for the sum of all damages undeulbOVElkikS except damages because of bodily injury or property damage included'in thelproducts-dompleted operations hazard, and for medical expenses under COVERAGE C 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 COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Designated Project General Aggregate Limit for that designated project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Designated Project General Aggregate Limit for any other designated project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Project General Aggregate Limit. ENV-7103(09-04) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 1 of 2 B. For all sums which the insured becomes legally obligated to pay as damages caused by occurrences under COVERAGE A(SECTION I ), and for all medical expenses caused by accidents under COVERAGE C (SECTION I ),which cannot be attributed only to ongoing operations at a single designated project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses 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 Project General Aggregate Limit. C. When coverage for liability arising out of the products-completed operations.hazard is provided, any payments for damages because of bodily injury or property damage included in the products- completed operations hazard will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Designated Project General Aggregate LiM,it. D. If the applicable designated project has been abandoned, delayed,.br abandoned and then,restarted, or if the authorized contracting parties deviate from plans,blueprints,-designs, spedifications or timetables, the project will still be deemed to be the same project. E. The provisions of Limits of Insurance(SECTION III) not otherwise'Modified by.,this endorsement shall continue to apply as stipulated. r. ENV-7103(09-04) Includes copyrighted material of Insurance Services Office,Inc.with its permission Page 2 of 2 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 PREVAIL NG 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: 6/9/2017 -County- Radle Job !Classification WIW Holiday Overtime Note King Fence Erectors Fence Erector $15.18 1 King Laborers Air, Gas Or Electric Vibrating Screed $45,25 7A 31 King Laborer5 Airtrac Drill Operator $46,66 7A I King Laborers Ballast Regular Machine $45.25 ZA 3-1 King Lw2mZU Batch Weighman $38.36 ZA 3-1 King La.Lo.rer Brick Pavers $45.25 7A 3-1 King L AbprQrs Brush Cutter $45.25 7A 31 King Lab= Brush Hog Feeder $45.25 7A 31 King LabgLm Burner $45.25 7A 31 King Laborers Caisson Worker $46.66 7A 3-I King Lab= Carpenter Tender $45.25 ZA I King Labg= Caulker $45.25 ZA 3-1 King Lwagfm Cement Dumper-paving $46.09 ZA 31 King Lab_=r Cement Finisher Tender $45.25 7A 31 King Laborers Change House Or Dry Shack $45.25 7A 31 King La-U r g1s, Chipping Gun (under 30 Lbs.) $45.25 7A 3-1 King Labq[pc Chipping G,un(30 Lbs. And Over) $46.09 7, 31 King Laborer,5 Choker Setter $45.25 ZA 3l King Ub_Q= Chuck Tender $45.25 7A 3-1 King LabD-r-eis, Clary Power Spreader $46.09 ZA 3-1 King 1aLQr_Q15 Clean-up Laborer $45.25 7A 3-1 King Lab-OLM Concrete Dumper/chute Operator $46.09 ZA 31 King Laj=i3 Concrete Form Stripper $45.25 7A 31 King LdbOrgf_5 Concrete Placement Crew $46.09 77A I King Lal2glar-5 Concrete Saw Operator/core Driller $46.09 ZA 3J King Laborers Crusher Feeder $38.36 ZA 31 King Lab-0wU Curing Laborer $45.25 7A 31 King L refs Demolition: Wrecking Et Moving (incl. $45.25 ZA 31 Charred Material) King Laborer Ditch Digger $45.25 7A 31 King Labo[ers Diver $46.66 7A 31 King LabQrers Drill Operator (hydrau tic,diarnond) $46.09 ZA 31 King LaLQ_rQcr� Dry Stack Watts $45,25 ZA 31 King LW22LQU Dump Person $45,25 7A X h ttps://fortrcss.wa.gov/1 ni/wage loo kup/pry Wage look Up.aspx['6/9/2017 8:39:08 AM I King Laborers Epoxy Technician $45.25 7A 31 King Labs Erosion Control Worker $45.25 7A 31 King LabQrers Faller Et Bucker Chain Saw $46.09 77A 3_1 King Laborer Fine Graders $45,25 7A 31 King Laborers Firewatch $38.36 7A 31 King Form Setter $45.25 7A 31 King ILaborers Gabian Basket Builders $45.25 7A 31 King LabPrer5 General Laborer $45.25 7A 31 King Laborers Grade Checker Et Transit Person $46.66 7A 31 King Laborer Grinders $45.25 7A 11 King. Laborers Grout Machine Tender $45.25 7A 31 King Laborer Groutmen (pressure)including Post $46.09 7A 31 Tension Beams King Laborer Guardrail Erector $45.2.5 7A 31 King Labom Hazardous Waste Worker (level A) $46.66 7A I King Laborer Hazardous Waste Worker (level B) $46.09 7A 31 King Laborer Hazardous Waste Worker (level C) $45.25 7A King L High Scaler $46.66 7A 31 King Laborer Jackhammer $46.09 7A 31 King Laborer Laserbeam Operator $46.09 7A 31 King Labmtr Maintenance Person $45.25 7A 31 King Laborers Manhole Builder-mudman $46.09 77A 31 King Labgrgrs Material Yard Person $45.25 7A 31 King Laborer Motorman-dinky Locomotive $46.09 7A 3_1 King Laborg2r Nozzleman (concrete Pump„ Green $46.09 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water B[a King Laborer Pavement Breaker $46.09 7A 311 King Lah2mra Pilot Car $38.36 7A King Laborer Pipe Layer Lead $46.66 7A 3l King Laborers Pipe Layer/tai[or $46.09 7A 31 King LabQrer5 Pipe Pot Tender $46.09 7A 3 King Laborer P'ipe Refiner $46.09 7A 31 King Laborers Pipe Wrapper $46.09 7A 3 King Laborers Pot Tender $45.25 7A 3 King Laborers Powderman $46,66 7A 31 King Laborers Powderman's Helper $45.25 7A 311 King Laha-refs Power Jacks $46.09 77A 31 King Laboreu Railroad Spike Puller - Power $46.09 7A 31 King Lab!2r r Raker - Asphalt $46.66 7A 31 King Laborer Re-timberman $46.66 7A 3_1 King LaLa-rQu Remote Equipment Operator $46.09 7A 31. King Labom Rigger/signal Person $46.09 7A 3 King Laborers Rip Rap Person $45.25 7A 31 King Laborers Rivet Buster $46.09 7A I King Laborers Rodder $46.09 77AA 31 King ldh= Scaffold Erector $45.25 7A 31 littlis://tic,rtress.wra.6r)vl'liii/%vtigelookLip)prv' Lig.clookLIP.aspxl6/9/20178:39:08 AM I King Laborers Scale Person $45.2.5 7A 3d King Laborer Stoper (over 20") $46.09 7A 31 King Laborers Stoper Sprayer $45.25 7A 31 King L rm Spreader (concrete) $46.09 77A 31 King Laborer.s Stake Hopper $45.25 7,A I King Laborers Stock Piler $45.25 7A 3 King Laborer Tamper Et Similar Electric, Air Et Gas $46.09 7A 1 Operated Tools King Laborers Tamper (multiple Et Self-propelled) $46.09 7A 3 King Lab.QrQr5Timber Person - Sewer (tagger, Shorer '$46.09 ZA 3-1 Et Cribber) King Laborer Toolroom Person (at Jobsite) $45.2 7- I King Laborers Topper $45.25 7A I King Laborer Track Laborer $45.2.5 7_A 31 King Laborers Track Liner (power) $46.09 7A 31 King Lana Traffic Control Laborer $41.02 7A 3l BE King Laborer. Traffic Control Supervisor $41.02 7A King Laborer Truck Spotter $45.25 7A I King LabQrQr5 Tugger Operator $46.09 7A 1 King Laborer Tunnel Work-Compressed Air Worker $83.12 7A 3 $Q 0-30 psi King Laos Tunnel Work-Compressed Air Worker $88.15 7A 31 Q 30.01-44.00 psi King LabQrer Tunnel Work-Compressed Air Worker $91.83 7A 31 44.01.54.00 psi King Laborers Tunnel Work-Compressed Air Worker $97.53 7AA 31 80 54.01.60.00 psi King, Laborers Tunnel Work-Compressed Air Worker $99.65 7A 1 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air Worker $104.75 7A 3 $Q 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air Worker $106.65 77A .31 aQ 68.01.70.00 psi King Laborers Tunnel Work-Compressed Air Worker $108.65 7A 31 80 70.01-72.00 psi King Labanm Tunnel Work-Compressed Air Worker $110.65 7A 72.01-74.00 psi King L r- rs Tunnel Work-Guage and Lock Tender $46.76 7A 3-1 8 King Laborers Tunnel Work-Miner $46.76 77A 31 $Q King Laborer Vibrator $46.09 7A 3J King Labum Vinyl Searner $45.25 7A 31 King Laborers Watchman $34.86 77A 31 King L r M Welder $46.09 7A 3 King Laborers Well Point Laborer $46.09 7A 31 King Laharmu Window Washer/cteaner $34.86 ZA 31 King. Power Eaui mp ent J erp ators Asphalt Plant Operators $58.69 7_A X BE King. P w r ujoment O erp ators Assistant Engineer $55.21 7A 3CC 8P King Power Ettuiprrtent Q erg ators Barrier Maclhine (zipper) $58.17 8P King PQwvr Equipment QperatQr Batch Plant Operator,. Concrete $58.17 7A 7C King Power i n r L Bobcat $55.21 77A 3C 8_P King Power Equipment Operators Brokk - Demote Demolition Equipment $55.21 7A 3CC https://li>rtress.wa.gov/IiiVmigclookup/prvWagslookup.aaspx16/9/2017 8:39:08 AM] King P w r Equipment OperatorsBrooms $55.21 7A K 8P King Power Equi mp ent Operators Bump Gutter $58.17 7A 3C 8PP King Po-ver Equipmeol Qpg!rators Cableways $58,69 7A 3C 8P King Power Equipment O erp ators Chipper $58.17 7A X 8P King P w r Equipipant CiperatmCompressor $55.21 ZA K BP King Power Equipment Operators Concrete Pump: Truck Mount With $58.69 7A Boom Attachment Over 42 M King Power E%Jpment O erg Concrete Finish Machine -laser Screed $55,21 7A 3C 8P King r Equipmot Qperators Concrete Pump - Mounted Or Trailer $57.72 7A 3C 8P High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount With $58.17 7A K 8PP Boom Attachment Up To 42m King Power Equipmept,.QperatMConveyors $57.72 7A 3C 3—P King Rower Equipment QpQrDtDrsCranes Friction: 200 tons and over $60.47 7A 3C BE King Power Equipment Operator s. Cranes: 20 Tons Through 44 Tons With $58.17 Attachments King Power Egui mi�-�ent Operators Cranes: 100 Tons Through 199 Tons, $59.28 7A 3C 8PP Or 150' Of Boom (including Jib With Attachments) King P w r Equiproent OperatorsCranes: 200 tons- 299 tons, or 250' of $59.88 7A 7C 8P boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $60.47 77A 3C boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $58.69 7A K , P Under 150' Of Boors (including Jib With Attachments) King Power EgUiDmment Operators Cranes: A-frame - 10 Tons And Under $55.21 7A 3C 8PP King Power Equipment O erg- agars Cranes: Friction cranes through 199 $59.88 7A 3CC 8PP tons King Power, Egui went Operators Cranes: Through 19 Tons With $57.72 7A 3C P Attachments A-frame Over 10 Tons King Povet Eqi pa)Q13t QA�.,rators Crusher $58,17 7A 3C King Power Egrl' ent Operators Deck Engineer/deck Winches (power) $58,17 7A 3CC King Power Egui m4 ment Operators Derricks, On Building Work $58,69 7A K B—P King P w r Equioment Operators Dozers D-9 Et Under $57.72 7A X P King Power Equipment Qoerators Dritl.Oiters: Auger Type, Truck Or $57.72 7A 3C 8P Crane Mount King Power EaUiD1DQ0t QperatorsDrilling Machine $59.28 7A 3C 8P King Ramc Equipment Qpg!ratpa Elevator And Man 4ift: Permanent And $55.21 7A 3C BE Shaft Type King Power Equipment O erp ators Finishing Machine, Bidwell.And $58.17 7A X 8P Gamaco Et Similar Equipment King Power Equipment O erR rators. Forklift: 3000 Lbs And Over With $57.72 7A 3CC 8P Attachments King P w r E%JiDMQ0t Qpgratm Forklifts: Under 3000 Lbs. With $55,21 7_A 3CC 8PP Attachments King Power Eoui m4 ment O erp ators. Grade Engineer: Using Blue Prints, $58.17 7A C 8—P Gut Sheets, Etc King Power Equipment O erl,� Gradechecker/stakeman $55.21 7A IC 8E King Power Equipment Operators Guardrail Punch $58.17 ZA X , P King Power EgLiijDment Qperators Hard Tait End Dump Articulating.Off- $58.69 7A 3C 8PP. Road Equipment 45 Yards. E Over lirips://fortress.Nva.gov/hio/vyrigelookiiji/pi-v i,gelookiij).:ispx16/S)/20@78:39:09AMi King Power EaLJiDmen.t Operators Hard Tait End Dump Articulating Off- $58.17 7A road Equipment Under 45 Yards King PQwer Equipm ent Operators. Horizontal/directional Drill Locator $57.72 7A King Power Equipment Operators Horizontal/directional Drill Operator $58.17 7A 3C 8P; King Power Equipment Operators Hydralifts/boom Trucks Over 10 Tons $57.72 7A K P King Power Egiii meat ODeratgrs Hydralifts/boom Trucks, 10 Tons And $55.21 7A 3C 8PP Under King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $59.28 7A 3C 8P King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $58.69 7A 8P Including 8 Yards King Power Eg ii Sul cnk Operators Loaders, Overhead Under 6 Yards $58.17 7A X 8PP King bygr Equipment Operatm Loaders, Plant Feed $58,17 7A X 8P King Power Equipment Operatpr5Loaders: Elevating Type Belt $57,72 7A X 8P King Power Equipment Operators. Locomotives, Alt $58.17 7A 3C 8P King Power EglliDrnent ODerators Material Transfer Device $58.17 7A 38PP King Power Equipment Operators ators. Mechanics, All headmen $0.50 Per $59.28 ZA X 8P Hour Over Mechanic) King Power Equipment O erp ators Motor Patrol Graders $58.69 77A 3.C R King Power Equipment Operator ators Mucking Machine„ Mole, Tunnet Drill, $58.69 7AA X 8P Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Et $55.21 7A X -P Mulch Seeding Operator King Powei, ment OpergtgL5Outside Hoists (elevators And $57,72 7A 3C 8P Manlil-ts), Air Tuggers,strato King Pow Pomi EquipmentOverhead, Bridge Type Crane: 20 $58.17 7A 7C 8P Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons And $59.28 7A X 8P Over King Power Egui moment Operators ators Overhead, Bridge Type: 45 Tons $58.69 7A K 8PP Through 99'Tons King Power Eq ' niQ[it QppratQrs Pavement Breaker $55.21 7A 3C 8. King Pow r uipment Operators Pile Driver (other Than Crane Mount) $58.17 7.A KC BE King Powgrr Plant Oiler - Asphalt, Crusher $57.72 7A 7C B2 King Power Equipment O erd ators Posthote Digger, Mechanical 555.21 7A 3C 8P King Power Equipment O erp ators Power Plant $55.21 ZA X 8P King Power Equi ment Operators Pumps. - Water $55.21 7A X 8P King Quad 9„ Hd 41„ D10 And Over $58.69 7A K BE King Power Equipment Operators Quick Tower - No Cab, Under 100 $55.21 7A Feet 8n Height Based To Boom King Power, Equipment Operators Remote Control Operator On Rubber $58.69 7A 3C B-P Tired Earth Moving Equipment King Power Equipment Operators Rigger And Bellman $55.21 7A King Power Equipment O erg_ ators Rigger/'Signal Person, Bellman $57.72 7A 8P (Certified) King Power i' Roltagon $58.69 7A 7C $P King Power Equjipment Operators Roller, Other Than Plant Mix $55,21 77A 3C 3P King Power Egt_li m12_ ent Operators ators Roller, Plant Mix Or Multi-lift $57.72 7A IC 8PP Materials King PQyzer r Roto-mill, Roto-grinder $58A7 7A K BE King PowerEQUioment OoeratQr5Saws - Concrete $57.72 7A 7C 8P King Power E ui ent erp ators Scraper, Self Propelled Under 45 $58.17 77A 3C ap Yards littl)s://fdrrtress.wva.;ov/Ini/wvagelOakup/Pt'VW<igelookup.itSPX[6J9/2017 8:39:08 AM King P2wgr EEqui m n 0 r r Scrapers - Concrete F± Carry Alt $57.72 7A K $e King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $58.69 7A K 3P And Over King PowQr Equipment Qperatm Service Engineers - Equipment $57.72 77A 3C 8P King Power Equipimot,QppratQr5 Shotcrete/gunite Equipment $55.21 7A X BE King Power Egaa went Qperators Shovel , Excavator, Backhoe, Tractors $57.72 7A 3C 3P Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 $58.69 7A 3C $P Metric Tons To 50 Metric Tons King PEquipment r Shovel, Excavator, Backhoes, $58.17 ZA 3C BP' Tractors: 15 To 30 Metric Tons. King Power Equipment Q7 erl _ attars Shovel, Excavator, Backhoes Over 50 $59.28 7A 3 8P Metric Tons To 90 Metric Tons King Power Equipment Operator Shovel, Excavator, Backhoes: Over 90 $59.88 7A 3C Metric Tons King Power Equipment Operator s Stipforrn Pavers $58.69 7A X 8P King Power Equipment Operator a�tors Spreader, Topsider Ft Screedman $58.69 7A X UP King Power_Eguopment Operators Subgrader Trimmer $58A 7 7A ac BE King Rower Equipment O eri„o Tower Bucket Elevators $57.72 M 3C BE King Power Equipment. O el,°i:rators Tower Crane Up To 175' fn Height $59.28 7A 3C 8P Base To Boom King Power Equipment QpQrators Tower Crane: over 175' through 250' $59.88 7A 3C 8 in height, base to boom King Power EouipMgot QpgrgtQrs Tower Cranes: over 250' in height $60.47 7A X R from base to boom King Power Equipment Onelrators Transporters, All Track Or Truck Type $58.69 7A 3C 8PP King w r E_qujpmQnt Operatgu Trenching Machines $57.72 ZA 3C BE King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $58A7 7A 3C 8P And Over King Power Equipment Operators Truck Crane Oiler/driver Under 100 $57.72 7A Tons King Power Equipment Operators Truck Mount Portable Conveyor $58.17 7A 3C 8P r. King Power Equipment:Operators Welder $58.69 7A X BE King Power Equipment Operators Wheel Tractors„ i=armall Type $55.21 7A 3C 8P King Yo Yo Pay Dozer $58.17 7A X. BE King Truck Drivers Asphalt Mix Over 16 Yards (W. WA- $5L70 5D 3A 8LL Joint Council 28), King Truck Drivers Asphalt.Mix To 16 Yards (W. WA-Joint $51.86 3D 3A 3l Council 28) King Truck Drivers. Dump Truck Et Trailer $52.70 5DD 3A 8L King Iruck Drivers Dump Truck (W. WA-Joint Council 28) $51.86 3D A iiL King Tru�k Drivers Other Trucks (W. WA-Joint Council $52.70 M 3A Bl 28) King T k,.Dcjvpr5 Transit Mixer $43.23 1 litips://fortress.wa.gov/lnihwagclooktip/per%'Wsigelooku,li.�isp,xl6/9/2017 8:39:08 AM �� !ff' 1��� �( I I JJ III� ���� ��� I����I ��� 1 1 !l�I �j r ��� 1 1f (f ! J u �VI I�JI ���11 1 , , ��,,i, � � y� 1 '1 � j� . � a � r ��� � � I , �' , �� � � 1 � � , � 1 ' �� �, , al , � ° '1 , : �,,l,l � " �„p ,� � ,' i l , 1 �, � � v , III,, ,� � � j , , � ; � � , � � P �� J � � , t � � � � � � � � � � � �', r - � � � , �, r r P r� 1�i" 1 � � 1 lV�� " �,� i �1u f I I � � 1 � l i �� i � ii r a , �� � �� 1 . � � ,V:, V. ,..,1., � � � � I', i,,. 1 � , lJ�, �f I Y i t � i t � � J �7 i� 1 ,� !v , j f,C, � � i 1� d 0 I J � � � ' '' f '� `'�' f, � �' � � � i �� , � �� � � t � � � � 1 l i , 1 � � 4 i a i � � �� i I � , �i;.r� i �IJ1,�% 1J f'1 1 i�� ry r 71 i �f � � ��1 Ili , IS j ��' � � g� �, a ] � a � � r, i t � � ii it �� r, a, r � w i �� �, � � i� r� ,� n'� �� I c ! � h l r� � I° � � d +o� � 1 ,i, 4 i i� � I � � � � ' � � � �� � � � i �� � � � � �� �j� � � '.� � ��. I�, ,� .r ��� r i; i .( �, y' �i � ,i. ,i `ire F I �� { i g III, � ;i�1 '�'� �Jtl I J � � � 7 ,� � � ����a� � .f' < <�i �r; f ,1 r � � i. � � � � � � i i D I rr,,; ��, i ,� 1 � 1 1 �� � � ��t ; � N;' � I ,� � �� ill �`�,� p.� � , V�. � I � ' i � �� , � 1 '� � � / � �,� i � �� � s '� �1 � � i ,' 1 i I ' � 1 �� i, �r � �` � i � � � l � � � f � � I �� I��I��I �� � I�i (�� I� � �I �I��� �Irlll��� � ��II���� ��l��1������� �I�I �idif (I�f i �� ��' i �� I�rrr�1'�I�I it dl �i� �j III �(� rl 1 � i� �� � I �1 !r � �r � � it��ii i �ff I (Il�ff