Loading...
HomeMy WebLinkAboutPK18-119 - Original - Pride Electric, Inc. - Replacement of 4 Motion Sensors at Kent Corrections Facility - 03/23/2018 Id9%& 400� K IIS7�K F E rw T Records Management Document CONTRACT COVER SHEET This is to be co pleted by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. Tf you have questions, please contact the City Clerk's Office at 253-856-5725. El Blue/Motion Sheet Attached El Pink Sheet Attached Vendor Name: Pride Electric Vendor Number (JDE): 40057 .......... ------ ........... Contract Number (City Clerk): Category: Contract Agreement ......................................... Sub-Category (if applicable) an i`efn. Project Name: Replacement of (4) Motion Sensor Detectors - Corrections Contract Execution Date: 03/23/18 Termination Date: 06/30/18 Contract Manager: Nancy Clary Department: Parks Contract Amount: $7,572.40.00 -,1­­I._­­ ­­ Approval Authority: El Director El Mayor M City Council X Facilities Superintendent Other Details: T f `✓ KENT Wes,„ xaiow PUBLIC WORKS AGREEMENT between City of Kent and Pride Electric, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Pride Electric Inc. organized under the laws of the State of Washington, located and doing business at 18133 NE 681h Street, Suite D-120, Redmond, WA 98052, Mark Russell, 425 454-3665, mrussell@prideelectric.com (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: Provide all labor and materials to remove and replace four motion sensor detectors on the roof of the City of Kent Corrections Facility, 1230 S. Central Ave., Kent 98032 in accordance with Quote dated March 7, 2018, 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 by June 30, 2018. Ili. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $7,572,40, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor the following amounts according to the following schedule: Vendor shall invoice upon Letter of Acceptance by City. Invoice payable upon issuance of Affidvit of Prevailing Wages Paid, Terms: Net 30 Days A. No Payment and Performance Bond, No Retainage. Because this contract is $20,000 or less, the City has elected to waive both the performance/payment bond requirement of Chapter 39.08 RCW and the retainage requirement of Chapter 60.28 RCW. PUBLIC WORKS AGREEMENT- 1 ($20,000 or Less - OPTIONAL PROCESS) T i B. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. C. Final Payment: Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. PUBLIC WORKS AGREEMENT - 2 ($20,000 or Less - OPTIONAL PROCESS) C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages In effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor falls to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by; (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. PUBLIC WORKS AGREEMENT - 3 ($20,000 or Less - OPTIONAL PROCESS) f FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions In this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption If the Contractor Is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, PUBLIC WORKS AGREEMENT - 4 ($20,000 or Less - OPTIONAL PROCESS) 1 national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. NQn-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. PUBLIC WORKS AGREEMENT- 5 ($20,000 or Less - OPTIONAL PROCESS) 1 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. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. PUBLIC WORKS AGREEMENT- 6 ($20,000 or Less - OPTIONAL PROCESS) IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. ------------- CONTRAC CITY OF SCENT: By: By: sIgna ur�� (signatutO Print N Print Name; Alex Ackley, Facilities Superintendent Its Its Parks, Recreation and Community (title) 0 Services DATE: -7 DATE: NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Mark Russell Nancy Clary Pride Electric, Inc. City of Kent 18133 NE 68th Street, Suite D-120 220 Fourth Avenue South Redmond, WA 98052 Kent, WA 98032 425 454-3665 (telephone) (253) 856-5084 (telephone) 425 497-8700 (facsimile) (253) 856-6080 (facsimile) PUBLIC WORKS AGREEMENT - 7 ($20,000 or Less - OPTIONAL PROCESS) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. Fo r: �(Z�T�fz t7 Title: Date: 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. Dated this day of , 20 By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (03/07/18), the bidder is not a "willful" violator, as defined in RCW 49.48,082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Pride Electric, Inc. By: Signature of Aut horized Official* Printed Name: tau Title: Date: City and State: *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 Page 1 of 18 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: 3/13/2018 �County Trade Job Classification Wa a Holida Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $55.82 5A 1M King Brick Mason Pointer-Caulker-Cleaner $55.82 5A 1M King Building Service Employees Janitor $23.73 55 2F King Building Service Employees Traveling Waxer/Shampooer $24.18 55 2F King Building Service Employees Window Cleaner (Non- $27.23 55 2F Scaffold) King Building Service E mr)loyees Window Cleaner(Scaffold) $28.13 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $57.18 5D 4C King Carpenters Bridge, Dock And Wharf $57.18 5D 4C Carpenters King Carpenters Carpenter $57.181 5D 4C King Carpenters Carpenters on Stationary Tools $57.31 5D 4C King Carpenters Creosoted Material $57.28 5D 4C King Carpenters Floor Finisher $57.18 5D 4C King Carpenters Floor Layer $57.18 5D 4C King Carpenters Scaffold Erector $57.181 5D 4C King Cement Masons Journey Level $57.211 7A 1M King Divers Et Tenders Bell/Vehicle or Submersible $110.54 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $72.97 5D 4C King Divers ii Tenders Diver $110.54 5D 4C 8V King Divers Et Tenders Diver On Standby $67.97 5D 4C King Divers fz Tenders Diver Tender $61.65 5D 4C King Divers Et Tenders Manifold Operator $61.65 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $66.65 5D 4C King Divers Et Tenders Remote Operated Vehicle $61.65 5D 4C Operator/Technician King Divers Et Tenders $57.43 5A 4C https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 2 of 18 Remote Operated Vehicle Tender King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Qeckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.671 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F King Drywall Applicator Journey Level $56.78 5D 1 H King Drywall Tapers Journey Level $57.43 5P 1E King Electrical Fixture Maintenance Journey Level $28.99 5L 1E Workers King Electricians - Inside Cable Splicer $76.96 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.24 7C 4E King Electricians - Inside Certified Welder $74.38 7C 4E King Electricians - Inside Certified Welder (tunnel) $79.80 7C 4E King Electricians - Inside Construction Stock Person $39.691 7C 4E King Electricians - Inside Journey Level $71.80 7C 4E King Electricians - Inside Journey Level (tunnel) $76.96 7C 4E King Electricians - Motor Shop Craftsman $15.37 1 King Electricians - Motor Shop Journey Level $14.69 1 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians - Powerline Groundperson $46.28 5A 4D Construction King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D Construction Operator King Electricians - Powerline Journey Level Lineperson $69.75 5A 4D Construction King Electricians - Powerline Line Equipment Operator $59.01 5A 4D Construction King Electricians - Powerline Meter Installer $46.28 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians - Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $31.00 1 King Elevator Constructors Mechanic $91.24 7D 4A King Elevator Constructors Mechanic In Charge $98.511 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 111 Products Work Only King Fence Erectors Fence Erector $15.18 1 King Llaqgers Journey Level $39.48 7A 31 King Glaziers Journey Level $61.81 7L 1y littps://fortress.wa,gov/lni/wage lookup/pry Wagelookup.aspx 3/13/2018 Page 3 of 18 King Heat 8 Frost Insulators And Journeyman $67.93 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $78.171 7F 1 E 'King Hod Carriers a Mason Tenders Journey Level $48.02 7A 31 King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King Inland Boatmen Boat Operator $61.41 56 1 K King Inland Boatmen Cook $56.48 5B 1 K King Inland Boatmen Deckhand $57.48 5B 1 K King Inland Boatmen Deckhand Engineer $58.81 5B 1 K King Inland Boatmen Launch Operator $58.89 5B 1 K King Inland Boatmen Mate $57.31 5B 1 K King Inspection/Cleaning/Sealing Cleaner Operator, Foamer $31.49 1 Of Sewer a Water Systems By Operator Remote Control King Inspection/Cleaning/Seating Grout Truck Operator $11.50 1 Of Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Head Operator $24.91 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleanine/Seating Technician $19.33 1 Of Sewer a Water Systems By Remote Control King Inspection/Cleaning/Sealing Tv Truck Operator $20.45 1 Of Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $57.18 5D 4C King Ironworkers Journeyman $67.881 7N 10 King Laborers Air, Gas Or Electric Vibrating $46.57 7A 31 Screed King Laborers Airtrac Drill Operator $48.02 7A 31 King Laborers Ballast Regular Machine $46.57 7A 31 King Laborers Batch Weighman $39.48 7A 31 King Laborers Brick Pavers $46.57 7A 31 ;King Laborers Brush Cutter $46.57 7A 31 King Laborers Brush Hog Feeder $46.57 7A 31 King Laborers Burner $46.57 7A 31 King Laborers Caisson Worker $48.02 7A 31 King Laborers Carpenter Tender $46.57 7A 31 King Laborers Caulker $46.57 7A 31 King Laborers Cement Dumper-paving $47.44 7A 31 King Laborers Cement Finisher Tender $46.57 7A 31 King Laborers Change House Or Dry Shack $46.57 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $46.57 7A 31 'King Laborers Chipping Gun(30 Lbs. And $47.44 7A 31 Over) .King Laborers IChoker Setter $46.57 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 4 of 18 King Laborers Chuck Tender $46.571 7A 31 King Laborers Clary Power Spreader $47.44 7A 31 King Laborers Clean-up Laborer $46.57 7A 31 King Laborers Concrete Dumper/chute $47.44 7A 31 Operator King Laborers Concrete Form Stripper $46.571 7A 31 King Laborers Concrete Placement Crew $47.44 7A 31 King Laborers Concrete Saw Operator/core $47.44 7A 31 Driller King Laborers Crusher Feeder $39.48 7A 31 King Laborers Curing Laborer $46.571 7A 31 King Laborers Demolition: Wrecking Ft $46.57 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $46.57 7A 31 King Laborers Diver $48.02 7A 31 King Laborers Drill Operator $47.44 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $46.57 7A 31 King Laborers Dump Person $46.57 7A 31 King Laborers Epoxy Technician $46.57 7A 31 King Laborers Erosion Control Worker $46.57 7A 31 King Laborers Faller rt Bucker Chain Saw $47.44 7A 31 King Laborers Fine Graders $46.57 7A 31 King Laborers Firewatch $39.48 7A 31 King Laborers Form Setter $46.57 7A 31 King Laborers Gabian Basket Builders $46.57 7A 31 King Laborers General Laborer $46.57 7A 31 King Laborers Grade Checker rt Transit $48.02 7A 31 Person King Laborers Grinders $46.57 7A 31 King Laborers Grout Machine Tender $46.57 7A 31 King Laborers Groutmen (pressure)including $47.44 7A 31 Post Tension Beams King Laborers Guardrail Erector $46.571 7A 31 King Laborers Hazardous Waste Worker $48.02 7A 31 (level A) King Laborers Hazardous Waste Worker $47.44 7A 31 (level B) King Laborers Hazardous Waste Worker $46.57 7A 31 (level C) King Laborers High Scaler $48.02 7A 31 King Laborers Jackhammer $47.44 7A 31 :King Laborers Laserbeam Operator $47.44 7A 31 King Laborers Maintenance Person $46.57 7A 31 King Laborers Manhole Builder-mudman $47.441 7A 31 King I Laborers IMaterial Yard Person $46.571 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 5 of 18 King Laborers Motorman-dinky Locomotive $47.441 7A 31 King Laborers Nozzleman (concrete Pump, $47.44 7A 31 Green Cutter When Using Combination Of High Pressure Air a Water On Concrete a Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $47.44 7A 31 King Laborers Pilot Car $34.48 7A 31 King Laborers Pipe Layer Lead $48.02 7A 31 King Laborers Pipe Layer/tailor $47.44 7A 31 King Laborers Pipe Pot Tender $47.441 7A 31 King Laborers Pipe Reliner $47.44 7A 31 King Laborers Pipe Wrapper $47.44 7A 31 King Laborers Pot Tender $46.57 7A 31 ''King Laborers Powderman $48.02 7A 31 King Laborers Powderman's Helper $46.571 7A 31 King Laborers Power Jacks $47.441 7A 31 King Laborers Railroad Spike Puller- Power $47.44 7A 31 King Laborers Raker- Asphalt $48.02 7A 31 King Laborers Re-timberman $48.02 7A 31 King Laborers Remote Equipment Operator $47.44 7A 31 King Laborers Rigger/signal Person $47.44 7A 31 King Laborers Rip Rap Person $46.57 7A 31 King Laborers Rivet Buster $47.44 7A 31 King Laborers Rodder $47.44 7A 31 King Laborers Scaffold Erector $46.57 7A 31 ;King Laborers Scale Person $46.57 7A 31 'King Laborers Sloper (over29.) $47.44 7A 31 King Laborers Sloper Sprayer $46.57 7A 31 King Laborers Spreader (concrete) $47.44 7A 31 King Laborers Stake Hopper $46.571 7A 31 King Laborers Stock Piler $46.571 7A 31 King Laborers Tamper 8t Similar Electric, Air $47.44 7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- $47.44 7A 31 propelled) King Laborers Timber Person -Sewer $47.44 7A 31 (lagger, Shorer a Cribber) King Laborers Toolroom Person (at Jobsite) $46.57 7A 31 King Laborers Topper $46.57 7A 31 King Laborers Track Laborer $46.57 7A 31 King Laborers Track Liner (power) $47.44 7A 31 !King Laborers Traffic Control Laborer $42.22 7A 31 8R King Laborers Traffic Control Supervisor $42.22 7A 31 8R 'King Laborers Truck Spotter $46.57 7A 31 ;King Laborers Tugger Op erator $47.44 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 6 of 18 King Laborers Tunnel Work-Compressed Air $92.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $97.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 8D Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $107.01 7A 31 8D Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $109.13 7A 31 8� Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $114.23 7A 31 8g Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $118.13 7A 31 8 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $120.13 7A 31 8D Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $48.12 7A 31 Tender King Laborers Tunnel Work-Miner $48.12 7A 31 >� King Laborers Vibrator $47.44 7A 31 King Laborers Vinyl Seamer $46.57 7A 31 King Laborers Watchman $35.88 7A 31 King Laborers Welder $47.44 7A 31 King Laborers Well Point Laborer $47.44 7A 31 King Laborers Window Washer/cleaner $35.88 7A 31 King Laborers - Underground Sewer General Laborer Et Topman $46.57 7A 31 i3 Water King Laborers - Underground Sewer Pipe Layer $47.44 7A 31 Et Water King Landscape Construction Irrigation Or Lawn Sprinkler $13.56 1 Installers 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 $56.78 5D 1H King Marble Setters Journey Level $55.82 5A 1M King Metal Fabrication Iln Shops Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $11.50 1 King Metal Fabrication (In Shop} Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $11.50 1 King Metal Fabrication In Shop} Welder $15.48 1 King Millwright Journey Level $58.68 5D 4C King Modular BuitdiMs Cabinet Assembly $11.56 1 King Modular Buildings Electrician $11.56 1 King Modular Buildings Equipment Maintenance $11.56 1 King IModular Buildings Plumber $11.56 1 https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 7 of 18 King Modular Buildings Production Worker $11.50 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 $41.60 6Z 2B King Pile Driver Crew Tender $52.37 5D 4C King Pile Driver Hyperbaric Worker - $71.35 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $76.35 5D 4C Compressed Air Worker 30.01 44.00 PSI King Pile Driver Hyperbaric Worker - $80.35 5D 4C Compressed Air Worker 44.01 54.00 PSI King Pile Driver Hyperbaric Worker- $85.35 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker- $87.85 5D 4C Compressed Air Worker 60.01 64.00 PSI King Pile Driver Hyperbaric Worker - $92.85 5D 4C Compressed Air Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - $94.85 5D 4C Compressed Air Worker 68.01 70.00 PSI !King Pile Driver Hyperbaric Worker- $96.85 5D 4C Compressed Air Worker 70.01 - 72.00 PSI `King Pile Driver Hyperbaric Worker- $98.85 5D 4C Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $57.43 5D 4C King Plasterers Journey Level $54.89 7D 1 R King Playground I* Park Equipment Journey Level $11.50 1 Installers King Plumbers 8 Pipefitters Journey Level $81.691 6Z 1 G King Power Equipment Operators Asphalt Plant Operators $60.491 7A 3C 8P King Power Equipment Operators Assistant Engineer $56.90 7A 3C 8P King Power Equipment Operators Barrier Machine (zipper) $59.96 7A 3C 8P King Power Equipment Operators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power Equipment Operators Bobcat $56.901 7A 3C 8P King Power Equipment Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment 'King Power Equipment Operators Brooms $56.90 7A 3C 8P :King Power Equipment Operators Bump Cutter $59.96 7A 3C 8P `:King Power Equipment Operators Cableways $60.491 7A 3C 8P King Power Equipment Operators Chipper $59.961 7A 3C 1 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 8 of 18 King Power Equipment Operators Compressor $56.901 7A 3C 8P King Power Equipment Operators Concrete Pump: Truck Mount $60.49 7A 3C 8P With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power Equipment Operators Concrete Pump - Mounted Or $59.49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $59.49 7A 3C 8P King Power Equipment Operators Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Power Equipment Operators Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Power Equipment Operators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power Equipment Operators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame- 10 Tons And $56.90 7A 3C 8P Under King Power Equipment Operators Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Power Equipment Operators Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons King Power Equipment Operators Crusher $59.96 7A 3C 8P King Power Equipment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King Power Equipment Operators Derricks, On Building Work $60.49 7A 3C 8P King Power Equipment Operators Dozers D-9 it Under $59.49 7A 3C 8P King Power Equipment Operators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Power Equipment Operators Drilling Machine $61.10 7A 3C 8P King Power Equipment Operators Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type ;King Power Equipment Operators Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco & Similar Equipment King JPower Equipment Operators $59.49 7A 3C 813 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 9 of 18 Forklift: 3000 Lbs And Over With Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/stakeman $56.90 7A 3C 8P King Power Equipment Operators Guardrail Punch $59.961 7A 3C 8P King Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator King Power Equipment Operators Horizontal/directional Drill $59.96 7A 3C 8P Operator King Power Equipment Operators Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Power Equipment Operators Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Power Equipment Operators Loaders, Plant Feed $59.96 7A 3C 8P King Power Equipment Operators Loaders: Elevating Type Belt $59.49 7A 3C 8P King Power Equipment Operators Locomotives, All $59.961 7A 3C 8P King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment Oaeerators Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equipment Operators Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution It Mulch Seeding Operator King Power Equipment Operators Outside Hoists (elevators And $59.49 7A 3C BP Manlifts), Air Tuggers,strato King Power Equipment Operators Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons King Power Equipment Operators I Pavement Breaker $56.90 7A 3C 8P https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 10 of 18 King Power Equipment Operators Pile Driver (other Than Crane $59.96 7A 3C 8P Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equipment Operators Power Plant $56.90 7A 3C 8P King Power Equipment Operators Pumps - Water $56.90 7A 3C 8P King Power Equipment Operators Quad 9, Hd 41, 010 And Over $60.49 7A 3C 8P King Power Equipment Operators Quick Tower- No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On $60.49 ZA 3C 8P Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger And Beliman $56.90 7A 3C 813 King Power Ec ui ment Operators Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King Power Equipment Operators Rollagon $60.49 7A 3C 8P King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Power Equipment Operators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Equipment Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Power Equipment Operators Saws- Concrete $59.49 7A 3C 8P King Power Equipment Operators Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power Equipment Operators Scrapers - Concrete EL Carry $59.49 7A 3C 8P All King Power Equipment Operators Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Equipment Operators Service Engineers - Equipment $59.49 7A 3C 8P King Power Equipment Operators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Equipment Operators Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Tractors Under 15 Metric Tons. King Power Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider Et $60.49 7A 3C 8P Screedman King Power Equipment Operators Subgrader Trimmer $59.96 ZA 3C 8P King Power Equipment Operators Tower Bucket Elevators $59.49 7A 3C 8P King Power Equipment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom https://fortress.wa.govAni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 11 of 18 King Power Equipment Operators Tower Crane: over 175' $61.72 7A 3C 8P through 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in $62.33 7A 3C SP height from base to boom King Power Equipment Operators Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power Equipment Operators Trenching Machines $59.49 7A 3C 8P King Power Equipment Operators Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Power Equipment Operators Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons King Power Equipment Operators Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power Equipment Operators Welder $60.49 7A 3C 8P King Power Equipment Operators Wheel Tractors, Farmall Type $56.90 7A 3C 8P King Power Equipment Operators Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Equipment Operators- Asphalt Plant Operators $60.49 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P Underground Sewer ix Water King Power Equipment Operators- Batch Plant Operator, $59.96 7A 3C 8P Underground Sewer Et Water Concrete King Power Equipment Operators- Bobcat $56.90 7A 3C 8P Underground Sewer 8 Water King Power Equipment Operators- Brokk- Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $56.90 7A 3C 8P Underground Sewer & Water King Power Equipment Operators- Bump Cutter $59.96 7A 3C 8P Underground Sewer i* Water King Power Equipment Operators- Cableways $60.49 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Chipper $59.96 7A 3C BP Underground Sewer a3 Water King Power Equipment Operators• Compressor $56.90 7A 3C 8P Underground Sewer it Water King Power Equipment Operators- Concrete Pump: Truck Mount $60.49 7A 3C 8P Underground Sewer Fi Water With Boom Attachment Over 42 M King Power Equipment Operators. Concrete Finish Machine -laser $56.90 7A 3C BP Underground Sewer Ft Water Screed King Power Equipment Operators- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer Ft Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Equipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground Sewer &Water With Boom Attachment Up To 42m King Conveyors $59.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 12 of 18 Power Equipment Operators- Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer & Water over King Power Equipment Operators- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Underground Sewer & Water Tons With Attachments King Power Equipment Operators- Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Underground Sewer a Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer Ft Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground Sewer ii Water Tons, Under 150'Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame- 10 Tons And $56.90 7A 3C 8P Underground Sewer if Water Under King Power Equipment Operators- Cranes: Friction cranes $61.72 7A 3C BP Underground Sewer a Water through 199 tons King Power Equipment Operators- Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer& Water Attachments A-frame Over 10 Tons King Power Equipment Operators- Crusher $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/deck Winches $59.96 7A 3C 8P Underground Sewer a Water (power) King Power Equipment Operators- Derricks, On Building Work $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $59.49 7A 3C 8P Underground Sewer 8L Water 1King Power Equipment Operators- Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Underground Sewer 8 Water Or Crane Mount King Power Equipment Operators- Drilling Machine $61.10 7A 3C 8P Underground Sewer & water King Power Equipment Operators- Elevator And Man-lift: $56.90 7A 3C 8P Underground Sewer a Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $59.96 7A 3C 8P Underground Sewer & Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Underground Sewer a Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $56.90 7A 3C 813 Underground Sewer& Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $59.96 7A i� 8P Underground Sewer a Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underground Sewer a Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 13 of 18 King Power Equipment Operators- Guardrail Punch $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $60.49 7A 3C 8P Underground Sewer Ft Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $59.96 7A 3C 8P Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/directional Drill $59.49 7A 3C 8P Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/directional Drill $59.96 7A 3C 813 Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P Underground Sewer Ft Water 10 Tons King Power Equipment Operators- Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Underground Sewer Ft Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P ` Underground Sewer Et Water Over King Power Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P Underground Sewer Et Water But Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer Ft Water Yards King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer li Water King Power Equipment Operators- Material Transfer Device $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P Underground Sewer 8t water $0.50 Per Hour Over Mechanic) 'King Power Equipment Operators- Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer 8t Water King Power Equipment Operators- Mucking Machine, Mole, $60.49 7A 3C 8P Underground Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C BP Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer Et Water Manlifts), Air Tuggers,strato King Power Equipment Operators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Underground Sewer Et Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer Et Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $60.49 7A 3C 8P Underground Sewer Ft Water Tons Through 99 Tons King Power Equipment Operators- Pavement Breaker $56.90 7A 3C 8P Underground Sewer Et Water King $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 14 of 18 Power Equipment Operators- Pile Driver (other Than Crane Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $56.90 7A 3C 8P Underground Sewer l3 Water King Power Equipment Operators• Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sewer ft Water 100 Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger And Bellman $56.90 7A 3C 8P Underground Sewer Ft Water King Power Equipment Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 813 Underground Sewer ix Water (Certified) King Power Equipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators-. Roller, Other Than Plant Mix $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators" Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Underground Sewer & Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $59.96 7A, 3C 8P Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $59.49 7A 3C 8P Underground Sewer ix Water King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer &Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Ft Carry $59.49 7A 3C 8P Underground Sewer Et Water All King Power Equipment Operators• Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $59.49 7A 3C 8P Underground Sewer Er Water King Power Equipment Operators., Shotcrete/gunite Equipment $56.90 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P Underground Sewer Et Water Tractors Under 15 Metric Tons. King Power Equipment Operators- Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- $61.10 7A 3C 8P Underground Sewer£t Water https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Underground Sewer& Water Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $60.49 7A 3C 813 Underground Sewer It Water King Power Equipment Operators* Spreader, Topsider Et $60.49 7A 3C 8P Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $59.96 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators- Tower Crane Up To 175' In $61.10 7A 3C 8P Underground Sewer& Water Height Base To Boom .King Power Equipment Operators- Tower Crane: over 175' $61.72 7A 3C 8P Underground Sewer ft Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P Underground Sewer&Water Truck Type King Power Equipment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer &Water King Power Equipment Operators- Truck Crane Oilerldriver- 100 $59.96 7A 3C 8P Underground Sewer & Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer a Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $59.96 7A 3C 81) Underground Sewer&Water Conveyor King Power Equipment Operators- Welder $60.49 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Wheel Tractors, Farmall Type $56.90 7A 3C 8P Underground Sewer&Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underground Sewer&Water King Power Line Clearance Tree Journey Level In Charge $50.02 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.43 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $50.02 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.64 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.67 5A 4A Trimmers King Refrigeration &Air Journey Level $77.86 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $55.82 5A 1M `King Residential Carpenters Journey Level $28.20 1 King Residential Cement Masons Journey Level $22.64 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 16 of 18 King Residential Drywall Journey Level $42.86 5D 4C Applicators King Residential Drywall Tapers Journey Level $57.43 5P 1 E King Residential Electricians Journey Level $30.44 1 King Residential Glaziers Journey Level $41.05 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 Et Journey Level $34.69 1 Pipefitters King Residential Refrigeration Et Air Journey Level $77.86 6Z 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $44.56 7F 1R Workers King Residential Soft Floor Lavers Journey Level $47.611 5A 3.1 King Residential Sprinkler Fitters Journey Level $46.58 5C 211 (Fire Protection) King Residential Stone Masons Journey Level $55.82 5A 1M King Residential Terrazzo Workers Journey Level $51.36 5A 1M King Residential Terrazzo/Tile Journey Level $21.46 1 Finishers King Residential Tile Setters Journey Level $20.00 1 King Roofers Journey Level $51.02 5A 3H King Roofers Using Irritable Bituminous $54.02 5A 3H Materials King Sheet Metal Workers Journey Level (Field or Shop) $78.17 7F 1 EE King Shipbuilding Et Ship Repair Boilermaker $43.31 7M 1 H King Shipbuilding, Et Ship Repair Carpenter $41.06 7T 2B King Shipbuilding lY Ship Repair Electrician $42.07 7T 4B King Shipbuilding ft Ship Repair Heat It Frost Insulator $67.93 5J 4H King Shipbuilding Et Ship Repair Laborer $41.99 7T 4B King Shipbuilding & Ship Repair Machinist $42.00 7T 4B King Shipbuilding a Ship Repair Operator $41.95 7T 4B King Shipbuilding Et Ship Repair Painter $42.00 7T 4B King Shipbuilding ft Ship Repair Pipefitter $41.96 7T 4B King Shipbuilding Et Ship Repair Rigger $42.05 7T 4B King Shipbuilding ft Ship Repair Sheet Metal $41.98 7T 4B King Shipbuilding Et Ship Repair Shipfitter $42.05 7T 4B King Shipbuilding Et Ship Repair Trucker $41.91 7T 4B King Shipbuilding l$Ship Repair Warehouse $41.94 7T 4B King Sheri building Et Ship Repair Welder/Burner $42.05 7T 4B King Sign Makers Et Installers Sign Installer $22.92 1 (Electrical] King Sign Makers Et Installers Sign Maker $21.36 1 (Electrical? https://fortress.wa.gov/lnilwagelookup/prvWagelookup.aspx 3/13/2018 o Page 17 of 18 King Sign Makers ix Installers (Non- Sign Installer $27.28 1 Electrical King Sign Makers ft Installers (Non- Sign Maker $33.25 1 Electrical} King Soft Floor Layers Journey Level $47.61 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Journey Level $75.64 5C 1X Protection) King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $55.82 5A 1M King Street And Parking Lot Journey Level $19.09 1 Sweeper Workers King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Surveyors Chainman $58.93 7A 3C 813 King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Journey Level $22.76 1 Technicians ,King Telephone Line Construction - Cable Splicer $40.52 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $22.78 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $38.87 5A 2B Outside King Telephone Line Construction - Special Aparatus Installer 1 $40.52 5A 2B Outside King Telephone Line Construction Special Apparatus Installer II $39.73 5A 2B Outside King Telephone Line Construction - Telephone Equipment $40.52 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $37.74 5A 26 Outside Operator (Light) King Telephone Line Construction - Telephone Lineperson $37.74 5A 2B Outside King Telephone Line Construction - Television Groundperson $21.60 5A 2B Outside King Telephone Line Construction - Television $28.68 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $34.10 5A 2B Outside King Telephone Line Construction - Television Technician $30.69 5A 2B Outside King Telephone Line Construction - Tree Trimmer $37.74 5A 2B Outside King Terrazzo Workers Journey Level $51.361 5A 1M 'King Tile Setters Journey Level $51.36 5A 1M King Tile, Marble &Terrazzo Finisher $42.19 5A 1B Finishers 'King ITraffic Control Stripers Journey Level $45.43 7A 1K https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 Page 18 of 18 King Truck Drivers Asphalt Mix Over 16 Yards (W. $52.70 5D 3A 8L WA-Joint Council 28) King Truck Drivers Asphalt Mix To 16 Yards (W. $51.86 5D 3A 8L WA-Joint Council 28) King Truck Drivers Dump Truck &Trailer $52.70 5D 3A 8L King Truck Drivers Dump Truck (W. WA-Joint $51.86 5D 3A 8L Council 28) King Truck Drivers Other Trucks (W. WA-Joint $52.70 5D 3A 8L Council 28) King Truck Drivers Transit Mixer $43.23 1 King Well Drillers & Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers & Irrigation Pump Oiler $12.97 1 Installers King Well Drillers £t Irrigation Pu np Well Driller $18.00 1 Installers https://fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 3/13/2018 1 + EXHIBIT A .P�de Electrical Construction and Sorvico March 7, 2018 City of Kent Attn: Nat Harper RE: Kent Jail Roof Lighting Motion Sensors, 1230 S. Central Ave. Kent,WA We are pleased to provide you this quote In the sum o$6 88.00 o J 72 , �b Included: ,57� �• — `t� �, 1. Disconnect wiring and remove (4)old motion sensor detectors on the roof of the Jail 2. Provide and install (4) new Piramid,SDI-76XL-MIL Dual Technology, High Security Outdoor Motion Sensors 3. The new version sensor is supposed to have the same wiring as the original installed 4. Replace the liquid tight conduit and connectors at each sensor location due to sun and weather damage that will cause the casing to break as it is moved for replacement 5. Utilize existing wiring as the old and new system are supposed to be the same 6. One time,tune and verify operation of each of(4)sensors to satisfaction of facility personnel 7. Does not Include any work with the controller, timer and power supply Alternates. 'Time and Material Basis" 1. Any troubleshooting of the main timing panel controller or power supply and timer 2. Hidden conditions where the mount and brackets do not match and additional mounting hardware Is necessary Excluded: • Existing Electrical Code Violations • Plan Review Fees (If required) • Items not listed above • Engineered Drawings for Plan Review • Cabling • Disposal • Cutting &Patching • Freight or shipping and handling • Core Drilling • Overtime/Off-Hours Work • Permit • Washington State Sales Tax This proposal is good for90 days from date of issue,any change In scope of work or commodity prices may result in the need for a revised quotation which could result In a price change. Hidden conditions are included as a part of change in scope. If you have any questions or if you need any further assistance, please give me a call in the office at(425) 454-3665. Sincerely, Mark Russell Project Manager Pride Electric,Inc. mrussel0prideelectic.com 18133 NE 68th Street, Suite D-120, Redmond, WA 98052 (425) 454-3665 • (425) 497-8600 • (800) 481-1190 9 Fax (425) 497-8700 WWW.PRIDEELECTRIC.COM 1of1 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. m 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 A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 1 ® DATE(MMIDDIYYYY) ACC>R V CERTIFICATE OF LIABILITY INSURANCE 3/13/2018 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 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 CONTA AB:CT Carol Danell PLC Insurance, LLC PHONE (425)712-3664 FAIC No; (425)712-3786 EAIL 4211 Alderwood Mall Blvd, #210 ADDRRESS:carold@plcins.com INSURERS AFFORDING COVERAGE NAiC tt Lynnwood WA 98036 INSURER A American Economy Insurance Co 19690 INSURED INSURERBAmerican States Insurance Comp 19704 Pride Electric, Inc. INSURERC: 18133 HE 68th Street, Ste D120 INSURERD: INSURER E: Redmond WA 98052 INSURER F: COVERAGES CERTIFICATE NUMBER:18-19 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR I ADDLSUBRPOLICY EFF I POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MMIDDIYYYY M fDD1YYYY X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 DAMAGE1,000,000 A CLAIMS-MADE ❑X OCCUR PREMISS a ocwrrence $ X Y 02CE231846-5 3/17/2018 3/17/2019 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY 1 PR LOC PRODUCTS-COMP/OP AGO $ 2,000,000 $ OTHER: COBINED AUTOMOBILE LIABILITY Ea accidenlSINGLE LIMIT $ 1,000,000 A X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED AUTOS X Y p2CE231846-5 3/17/2018 3/17/2019 BODILY INJURY(Per socident) $ AUTOS NON OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS (Per accident) X UM13RELLALIAB X OCCUR EACH OCCURRENCE $ 10,000,000 B EXCESS LIAB CLAIMS-MADE AGGREGATE $ 10,000,000 DEp I X I RETENTION$ 0 01SU431644-5 3/17/2018 3/17/2019 $ k-043t1i6 )4D49W�OtDCDC9tK R STATUE X ERH )KNXEMPLOYERS'LIABILITY Y I N ANY PROPRIETORIPARTNERIEXECUTIVE ❑ NIA E.L.EACH ACCIDENT $ 1,000,000 OFFICEA (MandaRlMEMBH)EXCLUDED? 02CE231846-5 3/17/2018 3/17/2019 E.L.DISEASE-EA EMPLOYE $ 1,000,000 {Mandatory in NH) If yes,describe Under wA Sto Ga DESCRIPTION OF OPERATIONS below P P E.L.DISEASE-POLICY LIMIT $ 2,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Re: City of Kent Corrections Facility, 1230 S Central Ave, Kent, WA. City of Kent are included as Primary Additional Insured, including Waiver of Subrogation for General Liability, for operations performed by, or on behalf the named insured, as per attached forms CG2010 0704, CG7680 1002, CG2404 0509, and Additional Insured, including Waiver of Subrogation Automobile Liability per form CA7110 0307. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Nancy Clary ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave South Kent, WA 98032 AUTHORIZED REPRESENTATIVE Mike Rucker/CAROLD �- ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD INS025 onl4nn POLICY NUMBER:02CE231846-5 COMMERCIAL GENERAL LIABILITY CG20100704 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) Location(s) Of Covered Operations Or Or anization&: City of Kent Corrections City of Kent Facility, 1230 S Central Ave, Kent,WA. 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 exclu- organization(s) shown in the Schedule, but only sions 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. All work, including materials, parts or equip- 1. Your acts or omissions;or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project(other than service, maintenance behalf; or repairs)to be performed by or on behalf of in the performance of your ongoing operations for the additional insured(s) at the location of the the additional insured(s) at the location(s) desig- covered operations has been completed;or nated above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor en- gaged in performing operations for a principal as a part of the same project. CG20100704 0 ISO Properties, Inc.,2004 Page 1 of 1 D ""REPRINTED FROM THE ARCHIVE.THE ORIGINAL TRANSACTION MAY INCLUDE ADDIT'ONALFORMS"" 0�Libe CG 76 80 10 02 Nor=est. 02CE231846-5 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL. INSURED PRIMARY COVERAGE This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization for whom you are required by written contract, agreement or permit to provide a primary and non- contributory additional insured endorsement. (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 you. Coverage shall be limited to the extent of your to include as an additional insured the person or negligence or fault according to the applicable princi- organization shown In the Schedule subject to the ples of comparative fault. following provisions: The insurance provided will not exceed the lesser of: 1. The additional insured Is an insured but only for liability directly resulting from: a. The coverage and/or limits of this policy, or a. your ongoing operations for the additional in- b. The coverage and/or limits required by the sured whether the work is performed by you contract, agreement or permit. or for you; or With respect to the insurance afforded the additional b. the general supervision of your ongoing op- insured, paragraph 4. of SECTION IV — COMMER- erations by the additional insured. CiAL GENERAL LIABILITY CONDITIONS is de- l. This insurance does not apply to: leted and replaced by the following: a. "Bodily injury" or "property damage" arising 4. Other Insurance out of any act or omission of, or for defects a. This insurance is primary and noncontrib- in design furnished by or for, the additional utory, and our obligations are not affected by insured or any other insurance where the additional in- b. "Bodily Injury" or "property damage" in- sured is the Named Insured, whether pri- cluded within the "products-completed oper- mary, excess, contingent, or on any other ations hazard." basis; however, the defense of any claim or "suit" must be tendered as soon as practi- A person's or organization's status as an additional cable to all other insurers which potentially insured under this endorsement ends when your op- provide insurance for such claim or "suit". erations for that insured are completed. b. This additional provision applies only to the additional insured shown in the Schedule No coverage will be provided if, in the absence of this and the coverage provided by this endorse- endorsement, no liability would be imposed by law on ment. CG 76 80 10 02 EP AFP•META2.1 rrPRINTDDi•2229.0153.1 02CE231846-5 REPRINTED FROM THE FORMS LIBRARY.... • Insurance COMMERCIAL AUTO ® CA 71 10 03 07 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO PLUS ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. EXTENDED CANCELLATION CONDITION BLANKET ADDITIONAL INSURED Paragraph '2.b. of the CANCELLATION Common SECTION II — LIABILITY COVERAGE — A.1. WHO Policy Condition is replaced by the following: IS AN INSURED provision is amended by the addition b. 60 days before the effective date of cancellation of the following: if we cancel for any other reason. e. Any person or organization for whom you are re- quired by an "insured contract" to provide insur- TEMPORARY SUBSTITUTE AUTO — PHYSICAL ance is an "insured", subject to the following DAMAGE COVERAGE additional provisions: Under paragraph C. — CERTAIN TRAILERS, MO- (1) The "insured contract" must be in effect BILE EQUIPMENT AND TEMPORARY SUBSTITUTE during the policy period shown in the Decla- rations, and must have been executed prior following is added: to the bodily injury or property damage". (2) This person or organization is an "insured" If Physical Damage coverage is provided by this Cov- only to the extent you are liable due to your erage Form, then you have coverage for: ongoing operations for that insured, whether the work is performed by you or for you, and Any "auto" you do not own while used with the per- only to the extent you are held liable for an mission of its owner as a temporary substitute for a "accident" occurring while a covered "auto" covered "auto" you own that is out of service be- is being driven by you or one of your em- cause of its breakdown, repair, servicing, loss" or ployees. destruction. (3) There is no coverage provided to this person BROAD FORM NAMED INSURED or organization for "bodily injury" to its em- ployees, nor for "property damage" to its property. SECTION II — LIABILITY COVERAGE — A.1. WHO IS AN INSURED provision is amended by the addition (4) Coverage for this person or organization of the following: shall be limited to the extent of your negli- gence or fault according to the applicable d. Any business entity newly acquired or formed by principles of comparative negligence or fault. you during the policy period provided you own (5) The defense of any claim or "suit" must be 50% or more of the business entity and the tendered by this person or organization as business entity is not separately insured for soon as practicable to all other insurers Business Auto Coverage. Coverage is extended which potentially provide insurance for such up to a maximum of 180 days following acquisi- claim or "suit". tion or formation of the business entity. Coverage under this provision is afforded only until the end of the policy period. Includes copyrighted material of Insurance Services Office, Inc., with its permission. Copyright, Insurance Services Office, Inc., 1997 Safety and the Saieco logo are registered trademarks of Safety Corporation CA 71 10 03 07 Page 1 of 6 EP *"REPRINTED FROM THE FORMS LIBRARY"" (6) The coverage provided will not exceed the PERSONAL EFFECTS COVERAGE lesser of: A. SECTION III — PHYSICAL DAMAGE COVER- (a) The coverage and/or limits of this policy; AGE, A.4. COVERAGE EXTENSIONS, is or amended by adding the following: (b) The coverage and/or limits required by c. Personal Effects Coverage the "insured contract". For any Owned "auto" that is involved in a (7) A person's or organization's status as an covered "loss", we will pay up to $500 for "insured" under this subparagraph d ends "personal effects" that are lost or damaged when your operations for that "insured" are as a result of the covered "loss", without completed. applying a deductible. EMPLOYEE AS INSURED EXTRA EXPENSE — BROADENED COVERAGE Under Paragraph A. of Section II — LIABILITY COV- Paragraph A. — COVERAGE of SECTION III — ERAGE item f. is added as follows: PHYSICAL DAMAGE COVERAGE is amended to add: Your "employee"while using his owned "auto", or an "auto" owned by a member of his or her household, 5. We will pay for the expense of returning a stolen in your business or your personal affairs,provided you covered "auto" to you. do not own, hire or borrow that "auto".This coverage is excess to any other collectible insurance coverage. AIRBAG COVERAGE FELLOW EMPLOYEE COVERAGE Under paragraph B. — EXCLUSIONS of SECTION III — PHYSICAL DAMAGE COVERAGE, the following is Exclusion 5. FELLOW EMPLOYEE of SECTION II — added: LIABILITY COVERAGE — B. EXCLUSIONS is amended by the addition of the following: The exclusion relating to mechanical breakdown does not apply to the accidental discharge of an airbag. However, this exclusion does not apply if the "bodily injury" results from the use of a covered "auto" you NEW VEHICLE REPLACEMENT COST own or hire, and provided that any coverage under this provision only applies in excess over any other Under Paragraph C — LIMIT OF INSURANCE of collectible insurance. Section III — PHYSICAL DAMAGE COVERAGE sec- tion 2 is amended as follows: BLANKET WAIVER OF SUBROGATION 2. An adjustment for depreciation and physical con- We waive the right of recovery we may have for pay- dition will be made In determining actual cash ments made for "bodily injury" or "property damage" value in the event of a total loss. However, in the on behalf of the persons or organizations added as event of a total loss to your "new vehicle" to "insureds" under Section II — LIABILITY COVERAGE which this coverage applies, as shown in the — AA.D. BROAD FORM NAMED INSURED and declarations, we will pay at your option: A.1.e. BLANKET ADDITIONAL INSURED. a. The verifiable "new vehicle" purchase price you paid for your damaged vehicle, not in- PHYSICAL DAMAGE — ADDITIONAL TRANS- cluding any insurance or warranties pur- PORTATION EXPENSE COVERAGE chased; The first sentence of paragraph A.4. of SECTION 111 b. The purchase price, as negotiated by us, of — PHYSICAL DAMAGE COVERAGE is amended as a new vehicle of the same make, model and follows: equipment, not including any furnishings, parts or equipment not installed by the We will pay up to $50 per day to a maximum of manufacturer or manufacturer's dealership. $1,500 for temporary transportation expense incurred If the same model is not available pay the by you because of the total theft of a covered "auto" purchase price of the most similar model of the private passenger type. available; Page 2 of 6 ....REPRINTED FROM THE FORMS LIBRARY"" c. The market value of your damaged vehicle, a. Actual cash value of the damaged or stolen not including any furnishings, parts or equip- property as of the time of the "loss", less an ment not installed by the manufacturer or adjustment for depreciation and physical manufacturer's dealership. condition; or This coverage applies only to a covered "auto" b. Balance due under the terms of the loan or of the private passenger, light truck or medium lease that the damaged covered "auto" is truck type (20,000 Ibs or less gross vehicle subject to at the time of the "loss", less any weight) and does not apply to initiation or set up one or all of the following adjustments: costs associated with loans or leases. (1) Overdue payment and financial TWO OR MORE DEDUCTIBLES penalties associated with those payments as of the date of the Under SECTION III = PHYSICAL DAMAGE COV- "loss". ERAGE, if two or more "company" policies or cover- (2) Financial penalties imposed under a age forms apply to the same accident, the following lease due to high mileage, exces- applies to paragraph D. Deductible: sive use or abnormal wear and tear. a. If the applicable Business Auto deduct- (3) Costs for extended warranties, Cre- ible is the smaller (or smallest) deduct- dit Life Insurance, Health, Accident ible it will be waived; or or Disability Insurance purchased b. If the applicable Business Auto deduct- with the loan or lease. ible is not the smaller (or smallest) de- (4) Transfer or rollover balances from ductible it will be reduced by the amount previous loans or leases. of the smaller (or smallest) deductible; (5) Final payment due under a "Balloon or Loan". c. If the loss involves two or more Busi- (6) The dollar amount of any ness Auto coverage forms or policies un-repaired damage that occurred the smaller (or smallest) deductible will prior to the "total loss" of a covered be waived. "auto". For the purpose of this endorsement (7) Security deposits not refunded by a "company" means: lessor. a. Safeco Insurance Company of America (g) All refunds payable or paid to you b. American States Insurance Company as a result of the early termination C. General Insurance Company of America of a lease agreement or any war- ranty or extended service agree- d. American Economy Insurance Company ment on a covered "auto". e. First National Insurance Company of (9) Any amount representing taxes. America (10) Loan or lease termination fees f. American States Insurance Company of Texas GLASS REPAIR —WAIVER OF DEDUCTIBLE g. American States Preferred Insurance Under paragraph D. — DEDUCTIBLE of SECTION III Company — PHYSICAL DAMAGE COVERAGE, the following is h. Safeco Insurance Company of Illinois added: LOAN/LEASE GAP COVERAGE No deductible applies to glass damage if the glass is repaired rather than replaced. Under paragraph C — LIMIT OF INSURANCE of SECTION III — PHYSICAL DAMAGE COVERAGE, AMENDED DUTIES IN THE EVENT OF ACCI- the following is added: DENT, CLAIM, SUIT OR LOSS 4. The most we will pay for a total "loss" in any one The requirement in LOSS CONDITION 2.a. — "accident" is the greater of the following,subject DUTIES IN THE EVENT OF ACCIDENT, CLAIM, to a$1,500 maximum limit: SUIT OR LOSS — of SECTION IV — BUSINESS AUTO CONDITIONS that you must notify us of an CA 71 10 03 07 Page 3 of 6 EP ....REPRINTED FROM THE FORMS LIBRARY.... "accident"applies only when the "accident" is known deductible and excess provisions, we will provide to: coverage equal to the broadest coverage applicable (1) You, it you are an individual; to any covered "auto" you own. (2) A partner, if you are a partnership;or HIRED AUTO PHYSICAL DAMAGE COVERAGE — LOSS OF USE (3) An executive officer or insurance manager, if you are a corporation. SECTION III — PHYSICAL DAMAGE AA.b. Form does not apply. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Subject to a maximum of$1,000 per accident, we will cover loss of use of a hired "auto" if it results from SECTION IV — BUSINESS AUTO CONDITIONS — an accident, you are legally liable and the lessor in- B.2. is amended by the addition of the following: curs an actual financial loss. If you unintentionally fail to disclose any hazards ex- RENTAL REIMBURSEMENT COVERAGE isting at the inception date of your policy, we will not A. We will pay for rental reimbursement expenses deny coverage under this Coverage Form because of incurred by you for the rental of an "auto" be- such failure. However, this provision does not affect cause of a covered "loss" to a covered "auto". our right to collect additional premium or exercise our Payment applies in addition to the otherwise ap- right of cancellation or non-renewal. plicable amount of each coverage you have on a HIRED AUTO — LIMITED WORLD WIDE COVER- covered "auto". No deductibles apply to this AGE coverage. B. We will pay only for those expenses incurred Under Section IV — Business Conditions, Paragraph during the policy period beginning 24 hours after B.7.b.e(1) is replaced by the following: the "loss" and ending, regardless of the policy's (1) The "accident" or "loss" results expiration,with the lesser of the following number from the use of an "auto" hired for of days: 30 days or less. 1. The number of days reasonably required to repair or replace the covered "auto". If RESULTANT MENTAL ANGUISH COVERAGE "loss" is caused by theft, this number of days is added to the number of days it takes SECTION V — DEFINITIONS — C. is replaced by the to locate the covered "auto" and return it to following: you. "Bodily injury" means bodily injury, sickness or dis- 2. 30 days. ease sustained by a person including mental anguish C. Our payment is limited to the lesser of the fol- or death resulting from any of these. lowing amounts: HIRED AUTO PHYSICAL DAMAGE COVERAGE 1. Necessary and actual expenses incurred. If hired "autos" are covered "autos" for Liability cov- 2• $50 per day. erage and if Comprehensive, Specified Causes of D. This coverage does not apply while there are Loss or Collision coverages are provided under this spare or reserve "autos"available to you for your Coverage Form for any "auto" you own, then the operations. Physical Damage Coverages provided are extended to "autos"you hire or borrow. E. If "loss" results from the total theft of a covered "auto" of the private passenger type, we will pay The most we will pay for loss to any hired "auto" is under this coverage only that amount of your $50,000 or Actual Cash Value or Cost of Repair, rental reimbursement expenses which is not al- whichever is smallest, minus a deductible. The de- ready provided for under the PHYSICAL DAM- ductible will be equal to the largest deductible appli- AGE COVERAGE Coverage Extension. cable to any owned "auto" of the private passenger or light truck type for that coverage. Hired Auto Phy- F. The Rental Reimbursement Coverage described sical Damage coverage is excess over any other col- above does not apply to a covered "auto" that is lectible insurance. Subject to the above limit, described or designated as a covered "auto" on Page 4 of 6 *"REPRINTED FROM THE FORMS LIBRARY""' Rental Reimbursement Coverage Form the manufacturer for the installation of a CA 99 23. radio. AUDIO, VISUAL AND DATA ELECTRONIC C. Limit of Insurance EQUIPMENT COVERAGE With respect to this coverage, the LIMIT OF IN- A. Coverage SURANCE provision of PHYSICAL DAMAGE COVERAGE is replaced by the following: 1. We will pay with respect to a covered "auto" 1. The most we will pay for "loss" to audio, vi- for "loss" to any electronic equipment that receives or transmits audio, visual or data sual or data electronic equipment and any accessories used with this equipment as a signals and that is not designed solely for the result of any one "accident" is the lesser of: reproduction of sound.This coverage applies only if the equipment is permanently installed a. The actual cash value of the damaged in the covered "auto" at the time of the or stolen property as of the time of the "loss" or the equipment is removable from a "loss"; or housing unit which is permanently installed in the covered "auto" at the time of the b. The cost of repairing or replacing the "loss", and such equipment is designed to damaged or stolen property with other be solely operated by use of the power from property of like kind and quality. the "auto's" electrical system, in or upon the C. $1,000. covered "auto". 2. An adjustment for depreciation and physical 2. We will pay with respect to a covered "auto" condition will be made in determining actual for "loss" to any accessories used with the cash value at the time of the "loss". electronic equipment described in paragraph 3. If a repair or replacement results in better A.1.above. than like kind or quality, we will not pay for However, this does not include tapes, the amount of the betterment. records or discs. D. Deductible 3. If Audio, Visual and Data Electronic Equip- ment Coverage form CA 99 60 or CA 99 94 1. If "loss" to the audio, visual or data elec- is attached to this policy, then the Audio, Vi- tronic equipment or accessories used with sual and Data Electronic Equipment Cover- this equipment is the result of a "loss"to the age described above does not apply. covered "auto" under the Business Auto Coverage Form's Comprehensive or Colli- B. Exclusions sion Coverage, then for each covered "auto" The exclusions that apply to PHYSICAL DAM- our obligation to pay for, repair, return or re- AGE COVERAGE, except for the exclusion relat- place damaged or stolen property will be re- ing to Audio, Visual and Data Electronic duced by the applicable deductible shown in Equipment, also apply to this coverage. In addi- the Declarations. Any Comprehensive Cov- tion, the following exclusions apply: erage deductible shown in the Declarations does not apply to "loss" to audio, visual or We will not pay for either any electronic equip- data electronic equipment caused by fire or ment or accessories used with such electronic lightning. equipment that is: 2. If "loss" to the audio, visual or data elec- t. Necessary for the normal operation of the tronic equipment or accessories used with covered "auto" for the monitoring of the this equipment is the result of a "loss"to the covered "auto's" operating system; or covered "auto" under the Business Auto 2. Both: Coverage Form's Specified Causes of Loss Coverage, then for each covered "auto' our a. an integral part of the same unit housing obligation to pay for, repair, return or replace any sound reproducing equipment de- damaged or stolen property will be reduced signed solely for the reproduction of by a$100 deductible. sound if the sound reproducing 3. If "loss" occurs solely to the audio, visual or equipment is permanently installed in data electronic equipment or accessories the covered "auto"; and used with this equipment, then for each cov- b. permanently installed in the opening of ered "auto" our obligation to pay for, repair, the dash or console normally used by CA 71 10 03 07 Page 5 of 6 EP ""REPRINTED FROM THE FORMS LIBRARY"" return or replace damaged or stolen property SECTION V — DEFINITIONS is amended by adding will be reduced by a$100 deductible. the following: 4. In the event that there is more than one ap- Q. "Personal effects" means your tangible plicable deductible, only the highest deduct- property that is worn or carried by you, ex- ible will apply. In no event will more than one cept for tools, jewelry, money, or securities. deductible apply. R. "New vehicle" means any "auto" of which you are the original owner and the "auto" has not been previously titled and is less than 365 days past the purchase date. Page 6 of 6 POLICY NUMBER: 02CE231846-5 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization far whom you are required by written contract,agreement or permit to waive rights of recovery. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products- completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. All terms and conditions of this policy apply unless modified by this endorsement. CG 24 04 05 09 0 Insurance Services Office, Inc.,2008 Page 1 of 1 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 Detail - Project Dashboard Document Received Intent ID: Affidavit ID: Status: Approved On Date: 3/13/2018 892443 3/13/2018 Company Details Company Name: PRIDE ELECTRIC INC Address: 18133 NE 68TH ST D120 REDMOND, WA, 98052 Contractor Registration No. PRIDEE1077DR WA UBI Number 601451700 Phone Number 425-454-3665 Industrial Insurance Account ID 84254300 Email Address k.goad@pride-elec.com Filed By Goad, Kirk Prime Contractor Company Name PRIDE ELECTRIC INC Contractor Registration No. PRIDEE1077DR WA UBI Number 601451700 Phone Number 425-454-3665 Project Information Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032- 5895 Awarding Agency Contact Nat Harper Awarding Agency Contact Phone Number 253-856-5084 https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 3/23/2018 Page 2 of 3 Contract Number Project Name Kent Jail Motion Sensors Contract Amount $7,572.40 Bid due date 3/7/2018 Award Date 3/13/2018 Project Site Address or Directions Payment Details Check Number: Transaction Id: 106205627 Intent Details Expected project start date: (MM-DD-YYYY) 3/19/2018 In what county (or counties) will the work be King performed? In what city (or nearest city) will the work be Kent performed? What is the estimated contract amount? OR is $7,572.40 this a time and materials estimate? Will this project utilize American Recovery and No Reinvestment Act (ARRA) funds? Specifically, will this project utilize any No weatherization or energy efficiency upgrade funds (ARRA or otherwise)? Does your company intend to hire ANY No subcontractors? Does your company intend to hire subcontractors No to perform ALL work? Will your company have employees perform Yes work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 0 the project own 30% or more of the company? journey Level Wages County Trade Occupation Wage Fringe # Workers Z/1)1211)n14 Page 3 01.3 King.....--I.Electricians - Inside 0. 9 ]$22,42j.1 Journey Level 0 Public Notes Ej Show/Hide Existing Notes No note exists https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 3/23/2018 City of Kent 40 .' Business License IK1EN• T WASIIfNGTDN PRIDE ELECTRIC INC REDMOND,WA 98052 Please tear at perforation ------------------------------------------------ Per local sates BUSINESS LICENSE IISC taxX MU and use must be axieJ LICENSE MUST BE PAID ANNUALLY BY No. 1715 for all qualified 40\ • JANUARY 1st TO AVOID PENALTY sales within the city of \ ENT Issuance or License Does Not Imply Licensee's Kent, WA s m i t,OTo n Compliance With State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS 2018 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS BLOC 2180373 PRIDE ELECTRIC INC MAYOR 18133 NE 68TH ST#D120 The City of Kent Tax Registration y REDMOND,WA 98052 Endorsement Al 2204TH AVE SO KEN I.W ASHING I"OPt 98032