Loading...
HomeMy WebLinkAboutPK18-454 - Original - Modern Building Systems, Inc. - Site Preparation, Purchase & Install of Modular Building at PW Shops - 11/30/2018 I NT Records Management Document CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. If you have questions, please contact the City Clerk's Office at 253-856-5725. Vendor Name: Modern Building Systems, Inc. Vendor Number (IDE): Contract Number (City Clerk): 1511 Category: Contract Agreement Sub-Category (if applicable). Project Name Site preparation, purchase & install of Modular Building for PWO _ ....... _. ......_. w . ,...._ . . .. (`7U cI Contract Execution Date: il��,v� rrg Termination Date: 417p111 Contract Manager: Nate Harper Department: Parks Contract Amount: $300,328.60 Budgeted: ❑ Grant? Part of NEW Budget: X❑ Local: ❑ State: ❑ Federal: ❑ Related to a New Position: Basis for Selection of Contractor? Bid: ❑ RFP: ❑ Small Works Roster: X❑ Quotes: ❑ Approval Authority: ❑ Director ❑ Mayor X❑ City Council Other Details: I • w..,.,. . PUBLIC WORKS AGREEMENT between City of Kent and Modern Building Systems, Inc, THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Modern Building Systems, Inc., organized under the laws of the State of Oregon, located and doing business at 1550 Thornton Ave SW, Pacific, WA 98047, Rick Neil, 800-682- 1922, rneil@modernbuildingsystems,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: Contractor shall prepare the site and install a manufactured modular building In accordance with the configuration shown on the drawings and described in the attached specifications. The contractor must supply a stamped engineered set of modular building drawings to the Kent Building Department for permit prior to placement of modular building. Contractor to coordinate with PSE and provide trenching, conduit, and piping for power and gas connections. Contractor to supply and install fencing around building as shown on page 2 of the site plan. Contractor's Bid Proposal; project specifications, provisions, and plans; the City's bid documents; and the Contractor's response to the City's bid, are attached and incorporated as Exhibit A. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, Contractor shall complete the work described In Section I within 90 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $300,328.60, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Bayrat t._and Performance-Boa],. Pursuant to Chapter 39.06 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. The City shall hold back a retalnage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State PUBLIC WORKS AGREEMENT - 1 Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed In a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. p }rvq ._I�� �y ,�r1z r1q! Lk. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. E.W 2- Waivtp f ClaiO] , THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal Income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor Is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E, The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: PUBLIC WORKS AGREEMENT - 2 A. The Contractor's refusal or failure to supply a suf 1cient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F, The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries Is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, Including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or PUBLIC WORKS AGREEMENT - 3 otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice, of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and S. 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. �I11°ac,;tgr's f7u,ly 0 ? ,iart4 ;Vcark. 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„ Feilrpre to Protest Qgr1 jjJ tN e 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 Fallow Procedures Constitutes Waiver. By falling to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (Including directions, Instructions, Interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect, In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within PUBLIC WORKS AGREEMENT - 4 a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, Indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, Injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of Indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, Its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER S ,J , STRIAI, J(ySUPA�ICF, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors In the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. PUBLIC WORKS AGREEMENT - 5 i A. RecycIqb1g_Mcat�iii,s. Pursuant to Chapter 3.80 of the Kent City Code, the City requires Its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Rerka�jjpes r Cp arye ing_ wy. 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; I ram , 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 malling 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. asps. 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. C0.tJ Q /\ rggiIl4Ll„d. 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. srllfa ce f' tpy ;. 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, ryikiceriz )xg Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT - 6 K. CglinhmprLs_ d 7R� 5 �Fa gr Errr f). This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. ...�._._ .—....... ..... ........... CONTRACTOR: CITY OF KENT: r By: s gneCure) (sSgnatu e) Print Nay y m. Print Name: Dana Ralph Iks Its . _,........... DATE:..__V� _ DATE: ..�-.. NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Rick Neil Nancy Clary Modern Building Systems, Inc. 1550 Thornton Ave SW City of Kent Pacific, WA 98047 220 Fourth Avenue South Kent, WA 98032 800 682-1422 (telephone) (facsimile) (253) 856-5084(telephone) (253) 856-6080(facsimile) �_...._. _......, __...... .— -------- - --- APPROV AS TO FORM: Ken Department v . ........__ — ..- AT T ..� A .._........,, Kept CI' Clerk T PUBLIC WORKS AGREEMENT - 7 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 agre to fulfill the five requirements referenced above. For: 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 _....._....._......... _m _ (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: .. ... ..m_._... ____ _..............._ 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 (10/02/2018), 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. Modern Building Systems, Inc. BY _......_....._...�_... Sig attire of Authorized Official* Printed Name: Title: . . _..— . _............. _.... Date:.. City and State: _ (rY41� Ulu�� *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 - I � Bond No. 023208389 K�NT PAYMENT AND PERFORMANCE BOND TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Modern Building Systems, Inc. as Principal, and The Ohio Casualty Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of `C $273,026.00 , together with any adjustments, up or down, In the total contract price because of changes In the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered Into In pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT, Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Modular Building Installation (which contract Is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for In the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract In the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as speclfled in said contract or from defects appearing or developing In the material or workmanship provided or performed under said contract, then and In that event this obligation shall be void; but otherwise It shall be and remain In full force and effect, IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (If required by PAYMENT AND PERFORMANCE BOND Page 1 of 2 law) of each corporate party is hereto affixed and duly signed by Its undersigned representatives pursuant to authority of Its governing body. TWO WITNESSES: Modern Buildinq S stems Inc. PRINCI (e� C u�Val' ams above) BY: TITLE: DATE: I 'r DATE: `1t G I CORPORATE 5EALt �IIL�tm;) _ la.w�5 PRINT NAME DATE: I �� spy i �� The Ohio Casualty Insurance Companv SURETY CORPORATE SEAL; BY: ✓✓ . DATE: November 9, 2018 TITLE: Gail A. Price, Attornev-in-fact ADDRESS: 1201 SW 12th Ave., #500 Portland„ OR 97205 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (As nt) SecSet, rY sae Corporation named as Principal in the within Bond; that E W s Who signed the said bond on behalf of the Principal 'kdottg..v Of the said Corporation; that I know his slgna,turt theretp, Is genuine, an that said Bond was duly signed, sealed, and attested for""and .,'176alf of said Corporation by authority of its governing body, 5E FZETARY OR ASSISTANT SECRETARY PAYMENT AND PERFORMANCE BOND Page 2of2 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. iber Liberty Mutual Insurance Company Mutel�a The Ohio Casualty Insurance Company Certificate No 8196971-905001 -- SURETY West American Insurance Company _ POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casually Insurance Company is a corporation duly organized under[he laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachuaetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Gloria 01onmg„duel Did/Anal u,1.Petrick Urooney,Philip O.1 order,'I ami Jones,Richerd W,ICunvolsdd,Vicki Mather,Brent Olcjb mj,j M P u eojcr d Karen A Thai ce,Gail A,Prom;,Clu rvo then A Reber a ...._ all of the city of Yortlend state of Oreaen each individually if there be more than one named,its Imo and lawful arterney n-fact to make, execute,seal,acknowledge and deliver,for and on Its behalf as surety and as its act and deed,any and all undertakings,bands,recognizances and other surely obligalions,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9th day of Oetaher tots Liberty Mutual Insurance Company F`"gN3dl� ,tiY INgO d 1NSpp The Ohio Casualty Insurance Company a rro yr�.pe .��paraRip'pgw (yaPaR{raMnM West American Insurance Company ate+ 1912 � 1919 1991 63�'°{eaus ,ybS moo.`rnnMvs*'WAtl QYy. aauus ,�bY' .'".a c By: David M.,Carey,Assistant Secretary -r6 Stale of PENNSYLVANIA m County of MONTGOMERY s., or E CI m On this 9th day of October 2018 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o p Company, The Ohio Casually Company, and West American Insurance Company,and that he,as such, being authorized so to do,execute the foregoing Instrument for the purposes=,� W > therein contained by signing on behalf of the corporations by himself as a duly authorized officer, cce W -a IN WITNESS WHEREOF,I have hereunto subacrbed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. W U Oa oeawwe gr°RC COMMONWEALTH OF PENNSYLVANIA Jf1 tw f, Nolanal aeel 'O 4-J 0.. { M Teresa Paslalla N M olaryPubllc C a) CYY upper MarionTwp Monlgomerycouny By: py OG My Oommisson E Pi.s March.a2021 E �N vry,.�t?•h ^'^ 4 `�'�... ember.PnrvndyNaai�MftnurtiAN,N�/Je Mr WWPo ef£'SiI PaSle ai Notary Public ��V �O r a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual O S Insurance Company,and West American Insurance Company which resolutions are now in full farce and effect reading as follows: q EaS ARTICLE IV—OFFICERS:Section 12.Power of Attorney. "3 Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the no President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o M C any and all undertakings,bands,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N have full power to bind the Corporation by their signature and execution of any such instruments and to attach Harare the seal of the Corporation. When so executed, such ..:m U instrument-,shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority, 47°O ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. !� Any officer of the Company authorized for that purpose in writing by[he chairman or the president,and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-'m-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations,Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Comoany.When se executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations - Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C, Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been rave ked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of I✓�py�Y 4MSG,,..pp� ,ry Yt1.3(y� (0 (0 (0 yn �vlx4gMAR{}H�Ls jyQ�1W4Mgf�'}Y� 0 � 1919� �, 1991 w C! 4 d � ��+�,raxvx`` o w�, xelpnr ,kb'r By: Renee C l.taww.11tn !'s;uilsEan9 S;»crelarq Hy a. F� 3,1i a FN LMS-12873 LMIC OCIC WAIC MUIII Co 062018 Bond No. 023208390 BOND IN LIEU OF RETAINAGE KNOW ALL MEN BY THESE PRESENTS, That we, Modern Building Systems, Inc. as Principal, and The Ohio Casualty Insurance Company as Surety, are held and firmly bound unto City of Kent. Washington as Obligee, in the sum of Thirteen Thousand Six Hundred Fifty-One and 30/100ths Dollars ($ _13 651.30 J, lawful money of the United States of America,to the payment of which, well and truly to be paid, we bind ourselves, our heirs, executors and successors,jointly and severally, firmly by these presents, THE CONDITION OF THE ABOVE OBLIGATION IS SUCH,That WHEREAS,on the Principal and Obligee entered into a contract for the construction of the Installation of Modular Buildinq to be located at the Citv Shops Facility, Kent Washington and, WHEREAS, obligee has elected to withhold from funds due or about to become due the Principal such sum as is necessary to protect itself from claim or claims unless Principal furnishes a Surety Band guaranteeing to hold Obligee harmless from all loss it may suffer by reason of its releasing retainage to the Principal. NOW, THEREFORE, if the Principal shall indemnify the Obligee from all loss which Obligee may suffer by virtue of release of retainage to Principal, then this obligation to be null and void,otherwise to be in full farce and effect. PROVIDED, HOWEVER: It is expressly understood and agreed that: 1. Any suit or action hereunder must be brought within 90 days of the date a proper court has rendered its decision on the validity and enforceability of the claim. 2, The laws of the State of Washington shall be applicable in the determination of the rights and obligations of the parties hereunder. 3, No right of action shall accrue upon or by reason hereof to, or for the use or benefit of anyone other than the Obligee herein named. IN WITNESS WHEREOF, said Principal and Surety have hereunto set their hands and seals this 9th Y of November 2018 Modern Building Systems, Inc. Principal The Ohio C sualt Insurance Comp any Y P }} Gail A. Price on,er- iunl 5-6096/GEEF 4/00 FRP This Power of Attorney limits the acts of those named herein,and they have no authority to hind the Company except in the manner and to the extent herein stated, Liberty Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Certificate No:8196971-905001 10�Mutujal-- West American Insurance Company SURETY i POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company Is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company Is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Gloria Burning,Joel tLdiu.....1,J,patnck C7a9�nrlup,PPhdW,u O.Forker, Imi J mI Rmll W_Ki;malski,Vicld Mhalnur,Brent Olsvo,Raft Nt Pamnifnel,Karen A-I>iclr,C,O'a t A Price,Cl'hrisre hcp c'A. I'xeflnur'n ------- all of the city of_ Portland state of Oregon each individually if there be more than one named its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surelyobligations,in pursuance of these presents and shall be as binding upon the Companies as If they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 9th day of October 2m8 Liberty Mutual Insurance Company p„Y YNSbp�, Wy~CV INgy�.,p_ 1N31;/�� The Ohio Casualty Insurance Company West American Insurance Company 1912 n 1919 1991 n 2n r16 rid'y'PIX+CNWg a �'d 'HNMi b Y 2NdrkluP b LG ,aRnY/ sK'/'-;P' N �' u>Bfro . F� '3't'd tw w�. �'bs4t a t•'� BY: c Deed M.'Sandy,Assistant Sceeelary � m Stale of PENNSYLVANIA ss >` '7 County of MONTGOMERY a cn U N On this 9th day of October 2018 before me personally appeared David M.Carey,who acknowledged himself to bathe Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he, as such, being authorized so to do,execute the foregoing instrument for the purposes---0 OJ > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. as W or y E N IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pen nsylvan 1 a,on the day and year first above written. c CL N xrP trASYO p � �e+nplNt Wp Fk. cgMMdN4N'FA4TNtlFPENNSYLYANIA /nu a a� P N l alS 9 w�+ �' r mF VY T P r II N teryPublic /.1/AI14&CT 5 "k v M,( M....T p.,M le ry8 2 By:� Po 3 E C (D 2'^' MY Co ERp MI 2e,2aT1 E Mamba,.earn&-m As�aion or Na�nas ereoa Paslella,Notary Public ao . 'N This Power of Attorney is made and executed pursuant to and by authority of the fallowing By-laws and Authorizations of The Ohio Casually Insurance Company, Liberty Mutual w ce ed,C Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows'. 00 E �. ARTICLE IV-OFFICERS:Section 12,Power of Attorney, 0,� Any off car or other official of the Corporation authorized for that purpose in writing by the Chairman Or the President, and subject to such limitation as the Chairman or the L, 0 -© A, President may prescribe,shall appoint such attorneys-in-fact as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o m any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such C?instruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or altorney-in-fact under the E m provisions of this article maybe revoked at any time by the Board,the Chairman,the President or by the Officer or officers granting such power or authority. °D 0o ARTICLE HIII-Execution of Contracts:Section 5.Surety Bands and undertakings. Any officer of the Company authorized for that purpose in Writing by the chairman or the President,and subject to such limitations as the chairman or the president may prescribe, M shall appoint such attorneys-In-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations.Such attorneys in-fact subject to the limitations set forth In their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such Instruments and to attach thereto the seal of the Company-When so executed such Instruments shall be as binding as if signed by the president and attested by the secretary, Certificate of Designation-The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-In- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations, Authorization-By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a cedified copy Of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same farce and effect as though manually affixed. I, Renee C. Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy Of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this-9,4day of 4,t,iM8U'�9 �}d INS(v �LNSU,rj'^C �`v GowYow+� roe AJ pawogyr'I°Vy �F Upvwna,�k 1'c o fi y Re G. I.Tewtatlyn Asslsun-L secretary LMS-12e]3 Farm OCIC NAIC Multi Co 062018 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: 10/02/2018 County Trade ..lob Ci<assificatioru Wa e�: Holida Overtime Note a _ —_ ._._._ — King Asbestos Abatement Workers Journey Level $46,57 5D 1H Kang Boilermakers Journey Level $66.54 5N 1C Kan Brick Mason Journey $57.32 � � g_..... y SA 1M ....__., _.m........ ... .... ...,m _ .. .._.. _.� . _..___ ------ King ,. _._.. B&ick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Burldiu,g r„" itrfsa, @a� upinyecs Janitor $24.63 5S 2F King Building `,r rvicr^ Employees Traveling Waxer/Shampooer $25.08 5S 2F .� — _ __..... King f uilelnpg;fir,irons,f copal+xyp+p-y Window Cleaner (Non $28.13 5S 2F Scaffold) King bu ldute",r iwy i, @,"mp6uy+�;��,x Window Cleaner (Scaffold) $29.03 5S 2F King (,ri inr Y Ma@ar i )9rp,ahrlpa) Journey Level $22.74 1 King nnl+r.nl,pi „ Acoustical Worker $60.04 5D 4C King f,npoitl;d rs Bridge, Dock And Wharf $60.04 5D 4C Carpenters ._� .........__.. ...............nt ... ._ _........_ — ..__._ _, Kin 1 .�r r .ilV',e „s Carpenter $60.04 5D 4C King C ailroritc r _ _....___.,__. Carpenters on Stationary Tools $60.17 5D 4C King C a hnlq L( Creosoted Material $60.14 5D 4C King 1 arllvnl ix Floor Finisher $60.04 5D 4C Ki ..... W .v- _...... __...._._ - - King t ,iipig ii,9,r i y Scaffold Erector $60.04 5D 4C _._- ...._,.w.__. _ ...__...,....... King Cement Masons Journey Level $60.07 7A 4u -------- King Divers 8 Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers tt Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V Kang Divers Et Tenders Diver On Standby $71.33 5D 4C King nivfir d lenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers.Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C .._.... .._..P ..... .. .._ .____ W._ _—.... -. Kin Divers & Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician _..._ _ _m_ _..— .., King Ravers it Tenders $60.29 5A 4C https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/11/2018 Page 2 of 18 Rernote Operated Vehicle Tender King 11rr rla,q A L'U,� Assistant Engineer $56.44 5D 3F .......... ......... .......... King Qtr.ORV wolke1% Assistant Mate (Deckhand) $56.00 5D 3F King R4 LLlg�� ww ko Is Boatmen $56.44 5D 3F _­Z_ =_­_ ------_ _ ____........... King Dredge wodw'rs Engineer Welder $57,51 5D 3F ..................... King 01.f-In�k�ti,W Qr kr Is Leverman, Hydraulic $58.67 SO 3F King Ns"O_ap, ko,I Mates $56.44 SO 3F ........... , King PwAu worker, Oiler $56.00 5D 3F King Drvwail Applicator Journey Level $58.48 5D I H .............�r . .................. ................. King PkywLl[I", Journey Level $59.32 5P I E King Electrical Fixture Maintenance Journey Level _$_28.9_9 5L I_E Workers King Electricians - Inside Cable Splicer $77.51 7C 4E King Electricians - Inside Cable Splicer (tunnel) $82.84 7C 4E Electricians.......... .................................... King - Inside Certified Welder $74.90, 7C 4E King Electricians - Inside Certified Welder (tunnel) $80.37 7C 4E ................... King Electricians - Inside Construction Stock Person $39.69 7C 4E King Electricians - Inside Journey Level $72.30, 7C 4E King Electricians - Inside Journey Level (tunnel) 77 5�1 4E . .......... King Electricians , Motor Shop Journey Level $45.08 5A 1 B .............. King Electricians - Powpriine Cable Splicer $79.43 5A 4D Construction�' _,_ ­,,_ King Electricians - Powertine Certified Line Welder $69.75 5A 4D Construction King Electricians - Power[ine Groundperson $46.28 5A Q Construction King Electricians - Powerline Heavy Line Equipment $69.75 5A 4D'Conit'ructi'cn' Operator King !Electricians - Powerline Journey Level Lineperson $69.75 5A 4D toPstructioii­, ............ ---- - --- ing Electricians - Powectine Line Equipment Operator $59.01 5A 4D Construction ............... King Electricians - Poerline Meter Installer $46.28 5A 4D BW ConstructionConstruction.. ......w.. -------------- ..................................................--------------- _--__......-------...................................................... ................. King Electricians - Powertine Pole Sprayer $69,75 5A 4D Construction LL King Electricians - Power(me Powderperson $52.20 5A Q Construction ---------- .......... King Electronic Technicians Journey Level $48.06 7E 1E King Elevator Constructors Mechanic _$_9 1." 4A24 7D ___­-----------­____ King Elevator Constructors Mechanic In Charge $98.51 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $17.72 5B 1R Products Work Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31. ...................................... . ...... King f ILIVgor-s Journey Level $41.45 7A 31 J ------i-Y King Glaziers J�urney Level $63.06 L....................................­................... https://fortress.wa,gov/lni/wagelookup/PrvWagelookup,aspx 10/11/2018 Page 3 of 18 King H n4 Ps Fsra k In ulitrars And Journeyman $73.58 5J 4H ASbC M os Woi Its i _ King Heating Edurpment Mechanics Journey Level $82.51 7F 1E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 �_. _ ._..................................... --..... --.._.,_W � ....... King Industrial Power Vacuum Journey Level $11.50 1 Cleaner King Inland Boatmen Boat Operator $61.41 5B 1K King Inland Boatmen Cook $56,48 5B 1K— King Inland Boatmen Deckhand $57.48 5B 1K ___.._. .-----..-.------------ King Inland Boatmen Deckhand Engineer $58.81 5B 1K _ _..,. - - ...... .,..._.............. ............ . .. . .. _ King Inland Boatmen Launch Operator $58.89 5B 1K King c—_—me _._ .. _............. __.. �, ..............__.-_. ..�.- Kirr Inland Boatmen Mate $57.31 5B 1K King Il? pgr,1t1on!(.I eaii).r;g'�.itju Cleaner Operator, Foamer $31.49 1 Of Sewer Fz Water Syst{irss„By Operator Re mote Control ------- ... _... _ ......... -.,..__ King Irrspia.c.tponTL.htaging Soalirq Grout Truck Operator $11.50 1 Of s( vVel It W ILt'i-- Remote Control __....... ...... _ .,...� ___ ... ..._ King IuSlar s sioo1Cla`rrr0gg1 egf1npl Head Operator $24.91 1 Of ,r witr It Wata l S I's.93.y Remote Control ......_. .,. .. ---- -...._. _...� .. . __ ._ King Irr�aacf_ionfCleareirielSca011iQ Technician of ,c ysr,.i,. la.wrkiel Sy,it•ms.lY Remote Control _................... ... ..._-_._ .-. — _... King iiiifjer.iJranJllr,anrrra�i',relubr1 Tv Truck Operator $20.45 1 Of sE•Ue;r h tMatr4r:.. �".`.rrrrns Pi.Y Remote Control ...... g Kin hisnlakiranA�pberi)r"r"s y _-_— C — _ Journey Level 60 04 SD 4,.— King Ironworkers Journeyman $69.28 7N 10 Krug Laborers Air Gas Or Electric Vibrating $48.90 7A 31 Screed King — Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 ... _.__..... W_w _ ..... _ King Laborers Batch Weighman $41,45 7A 31 _._. ....... —ww......-_- _,__. ... .. King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 —— _,. ��._ ....... _ Brush H_.og Feed — _..., — King Laborers er $48,90 7A 31 _....... _........ ...... -_ ..... , ... ..., Kips; Laborers Burner $48,90 7A 31 _ .._ _. _...._ ................ . __ King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49 81 7A 31 - -- — King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And $49.81 7A 31 Over) ....- ... King Laborers Choker Setter $48.90 7A 31 https://fortress.wa.gov/hii/wagelookup/prvWagelookup.aspx 10/11/2018 Page 4 of 18 King Ulhol ers Chuck Tender $48,90 'JA 31 ------------King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 ................- ............... King Laborers Concrete Dumper/chute S49.81 7A 31 Operator King Laborers Concrete Form Stripper $48.90 7A 31 ------------ King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers- Concrete Saw Operator/core $49.81 7A 31 Driller ................ King Laborers Crusher Feeder $41,45 7A 31 King Laborers Curing Laborer $48.90 7A 3 King Laborers Demolition: Wrecking Ft $4B.90 7A 31 Moving (incl. Charred Material) -Fin-g" "l Laborers Diver ------ -Dit-ch Digger $48.90 7A 31 .... ......... ...... King a oTe­r s Diver $50.42 7A 31 .. ............--.-.............. King Laborers Drill Operator $49,81 7A 31 (hyd rautic,diamond) -King Laborers Dry Stack Watts $48.90 7A 31 Kin? Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 7 - -.-..-King --..Laborers � 7A 31 King Laborers Form-Setter ----- --- -$-48-9,-0 7A 31 7 - ----------------- - -King ab;rei an Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit $50.42 7A 31 Person .....................................- King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 ............ ................. King Laborers Groutmen (pressure)including $49.81 7A 31 Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker $50.42 7A 31 (level A) 'Kin'g Laborers Hazardous Waste Worker $49.81 7A 31 ([eve( B) King Laborers Hazardous Waste Worker $48.90 7A 31 (level C) .............. ..................... King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 == ...........................................------------- -1..1-=-I..I------- --111- King Laboi ers Laserbearn Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 ............--------- ------ ......... ........ ........... Ring Laborers Manhole Builder-mudman $49.81 7A 31 Material Yard Person $48.90 7A 31 ------- ....... --- ---- Kinp Laborers ---------- https://fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 10/11/2018 Page 5 of 18 King laborers rJlotorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, $49.81 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 .... .__ ., w,-_ King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 - - - King Laborers Pipe Pot Tender $49.81 7A 31 . . . _,.,.... ...__.., �. King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 Kfng Laborers Powderman $50.42 7A 3C King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jack w. _.. ..,_._.._- s $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 _-A _ ....... ------ King Laborers Raker - Asphalt $50.42 7A 31 _,.- 7_ _. _....._... .- King Laborers Re•timberman $50.42 7A 31 --.. �.... ................ King Laborers Remote Equipment Operator $49.81 7A 31 _ _. .. .__........... _ _ �.. ....�.... . ....�....._..-_, ...._.. King Laborers Rigger/signal Person $49.81 7A 31 _ _........ _ _-_. .____.__...._.._.........._........... .. _. _ .. ............--......_._.............._.. ...- ..... King Laborers Rip Rap Person $48.90 7A 31 _ _.. ..._ _.__._.._.,. -....._.._... ...........- King Laborers Rivet Buster $49.81 7A 31 King Labor=- ....... _... - - ..,. .. .A King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hoer $48.90 7A 31 pp _.._....._.._.._........ ..._- ------_------.--_. King, Laborers Stock Piler $48.90 7A 31 _..... _,...__., _.. r__r_n........._.. __ -..._ - ......- King Laborers Tamper & Similar Electric, Air $49.81 7A 31 Ft Gas Operated Tools King Laborers Tamper (multiple & Self- $49.81 7A 31 propelled) _-------................_........... .,,,_w King Laborers Timber Person - Sewer $49.81 7A 31 (lagger, Shorer 8: Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spatter $48.90 7A 31 ---. _ WW _ King Laborers Tugger Operator $49.81 7A 31 https;//fortress.wa.gov/lni/wagelookup/prvWagelookup,aspx 10/11/2018 Page 6 of 18 King �4alol rs Gunnel Work-Compressed Air $107.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 8� Worker 30.01-44.00 psi King Laborers To Work Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King...... _ ---- T -.......-- _- -- _____ ----- Laborers unnel Work-Compressed Air $122.01 7A 31 8�C Worker 54.01-60.00 psi King Laborers Tunnel Work Compressed Air $124.13 7A 31 SQ Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 S Worker 64.01-68.00 psi .__..._ . _......................_.,............__...,...__.......... _ - King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8�( Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 S Worker 70.01-72.00 psi _.-..._ ---- --- -....... King Laborers Tunnel Work-Compressed Air $135.13 7A 31 89 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 t3Q -. ...._- King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 _ -__ _.._.._................ _. _ King Laborers Watchman $37.67 7A 31 LaborersKing Welder $49.81 7A 31 ............_._. King Laborers Well Point Laborer $49.81 7A 31 _... _..-._. _ -- -.._. ._..... .. -------.- King Laborers Window Washer/cleaner $37.67 7A 31 King I ohm qi% i ndr Gslnoutid 'or w i General Laborer Et Topman $48.90 7A 31 _ 3 Water Kin Laborers Underground Sewer Pie _.. _.,.....-._,. _..__,__.. $49.81 g p Layer $49.81 - 31 - Water - King, LaIdscal.)v lonstrurtlon Landscape Laborer $37.67 7A 31 King tl rrnrl,Cfiipa t rboyslIui lk)II Landscape Operator $59.49 7A 3C 811 King Lathers Journey Level $58.48 5D 1H _ .. King Marble Setters Journey Level $57.32 5A 1M King Mr Wt f illy it ll rrrG„w„ Iri Slygr.l Fitter $15.86 1 King Ms Pa,it f �liyir yi;rrkiTilrtwbwl „J;a) Laborer $11.50 1 Kind MrTrl Fabrication (In Shop) Machine Operator $13.04 1 King Metal Fabdcation llnSlIgpI Painter $11,50 1 W, - -..- ..___ _ - King I ,M,IV_I"aGYioa,alu�l,r N1115b rl,� Welder $15.48 1 King MGIIwrlvht Journey Level $61.54 5D 4C King MtxJyolrn 8unlilirigs Cabinet Assembly $11.56 1 ...... __... _ --- ------ - __- King IVoclIlaI 11,0i[diltlns Electrician $11.56 1 King modoUll Buildiiirl", Equipment Maintenance $11.56 1 -._ -......... ......... ..... m_ ._� King Moiduhir,BI d4fil rVs Plumber $11.56 1 King Moduhsi i5iixlrinuris Production Worker $11.50 1 King Ma,duk"'ir N ilrhnl; Tool Maintenance $11 56 1 King. Mu,dut,.il GSuiolfll g5 Utility Person $11.56 1 https:Hfortress.wa.gov/lni/Nvagelookup/prvWagelookup.aspx 10/11/2018 Page 7 of 18 King M)Mlla b � !i!' ..... .. Welder ... . ...... $11.56 . ... .... .... ..... ......King Painters Journey Level $42,501 6Z 2B King Pile_Driver Crew Tender $54.99 5D 4C .. ........i......... ... ........... King Pile Driver Hyperbaric Worker - $74.87 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $79.87 5D 4C Compressed Air Worker 30.01 44.00 PSI - -D -e- -""'-""-'-""""""' -Zing Pile i Hyperbaric Worker - $83.87 5D 4C Compressed Air Worker 44.01 - 54.00 PSI -119 'Pile Driver -H-yperb-a"-ric'Worker--- -- -$88.87 5D 4C Compressed Air Worker 54.01 - 60,00 PSI .... ..... King Pile Drive; Hyperbaric Worker - $91.37 5D 4C Compressed Air Worker 60.01 64.00 PSI --------------- - ---- ---. ........... Kingminµ Pile Driver Hyperbaric Worker - $96.37 5D 4C Compressed Air Worker 64.01 68.00 PSI King Pile Driver Hyperbaric Worker - $98.37 5D 4C. Compressed Air Worker 68.01 70.00 PSI King Pile Driver Hyperbaric Worker - $100.37 5D 4C Compressed Air Worker 70.01 72.00 PSI King Pile Driver Hyperbaric Worker - $102.37 5D 4C Compressed Air Worker 72.01 - 74.00 PSI T,King Pile Driver Journey Level ---- ----- $60.29 5D 4C -.--.............. King Plasterers Journey Level $56.54 Z-Q LR-- .......... King !'Immlqq!sd ka �Lo-k-l-ulq Linni-I Journey Level $11.50 Installers ............ ........ King Journey Level $83.69 6Z 1G King Power EquirIng,lil Asphalt Plant Operators $60.49 7A 3C 8P ............ King Power EquipmLnt Assistant Engineer $56.90 7A 3C- 8P King Powei Eouipmenr Open dohs Barrier Machine (zipper) $59.96 7A 3C 8P .......... King Batch Plant Operator, $59.96 7A 3C 8P Concrete ............. 111---------I.. ........... - ------ King �jjL)rjjo tya jjj 0 oj,�t Bobcat $56.90 7A 3C 8P, King !Low r q�I il 1),I'll 10 1 1 0 1,T,!L,1,9 1z Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King pty�+el, E9 k I12in(�qAt_gpff rs Brooms $56.90 7A X 8P King llowei Equilinre nt 0)e ator Bump Cutter - X King Cableways $60.49 7A X 8P King F qqiVineill,Ojx-i ,tors Chipper $59.96 7A X 8P .......... ------- King pg��j 'ggip'L LC LP Compressor $56.90 7A King 1-qtli $60.49 7A 3C 8P https://fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 10/11/2018 Page 8 of 18 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King #'rrvdr! I rlrripili<^rlt,Olki i�uingy Concrete Pump - Mounted Or $59,49 7A 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. Kin Power I.c roi,merit t:1 tctrafsxrs Concrete Pump: Truck Mount $59.96 7A 3C 8P _ With Boom Attachment Up To 42m ... ........... ------ — —. _.............. . King l!11,nt1( i1t Crl!r rrrtcn..; Conveyors $59.49 7A 3C 8P King P wel',frarlfis-ent 0i Lralol_s. Cranes Friction: 200 tons and $62.33 7A 3C 8P over __. ......... —._ King l'awrt! tr �rraar^n,q (�prial,.(As Cranes: 20 Tons Through 44 $59.96 7A 3C 2 Tons With Attachments ........... ------- _ _......... King hQYN_" .,CquJpme1t I Plat9tQrs Cranes: 100 Tons Through 199 $61,10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With - ------------ King I'rrwa w.,1 ri�r�lrtlteltN G)1ir intoi Cranes: 200 tans- 299 tons, or $61.72 7A 3C 8P 250' of boom including jib with attachments m _......_._.. King Powflr qurrmes t.0l craters Cranes: 300 tons and over or $62.33 7A 3C BP 300' of boom including jib with attachments ---_ — . _....__...- _ _ ----..__.............._..... King Power Eau ent,Operators Cranes: 45 Tans 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 BP Under King o ia�t,,11p-irlslrrd�ti„I;l7ltiei ln,i;_, Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King t^gyweq P rpjio sru-nt-I➢J,c }fans Cranes: Through 19 Tons With $59.49 7A 3C 8P Attachments A-frame Over 10 Tons .._ ...._ __ _ _.__a...._ ....___ _._ _ King owel;.I ap(tlpiri+ nk Cl@rr rr ovs Crusher $59.96 7A 3C 8P .. ... —— �.T...-- —..m ........... King lae�_V,, I ggilsirrr.r�,P {rtr+ rini s Deck Engineer/deck Winches $59.96 7A 3C 8P (power) King 11q",,r.4 qullrtn e@t1111rN i�sltrr,mr, Derricks, On Building Work $60.49 7A 3C BP _.._.__.... _._ ...— — _ _,..-,_.m... ........,__ _---- King Power Equipment Operators Dozers D-9 & Under $59.49 7A 3C 8P King I'owr.,r_C clwlnilY.1t!.,0 mill Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King N°aJvyG.r.1'aluipin w Op fatal" Drilling $61.10 7A 3C 8P ,_ _ _ ......... ----- King Wow r EgUipmenk Operators 'Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King wf tjriulltrnett,t_U1aricdul,�� Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco Et Similar Equipment --— _.. . _ King Nravwa,i..( Forklift: 3000 Lbs And Over $59.49 7A 3C 8P With Attachments hltps://foi,trc:ss,wti.gov/Ini/wageI ookup/piv W Ugelookul7:aSpx 10/11/2018 Page 9 of 18 King hjui i(�iu 0'wi ators 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 Op(�jatojs Gradechecker/stakeman $56.90 7A 3C 8P ............... ............ King Power Equipment Operators Guardrail Punch $59.96, 7A 3C 8P ---------- King Lower Ecituipynent Hard Tail_End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King Power F t p i ipi i wri t,O p eia t o i s Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road _Equipment Under 45 Yards King Po r rayiPro el Horizontat/directionat Drill $59,49 7A 3C 8P Locator -------.......................... -------........ Horizontal/directional Drill $59.96 7A X 8P Operator King (ve r1,(I)pi!Foirr ill O)aa irluolws Hydratifts/boom Trucks Over $59.49 7A 3C SP SP 10 Tons -— -------------- -........ King Power CuuipmclltOpejatois Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under ..................... ................. —--------____------------ King Power Equipmerlt ODeratol S Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over OpemLors Loader, Overhead, 9 Yards. $60.49 7A 3C 8p But Not Including 8 Yard King powel, pl)efalop, Loaders, Overhead Under 6 $59.96 7A X 8P Yards Kitt — '�o��erEquiipment Operators Loaders, Plant Feed $59.96 7A 3C 8P g King Q�ff-�T_q 1 Lp P fl-!e.Lit-0 12 i)1,Q! Loaders: Elevating Type Belt $59.49 7A 3C 8P ...... ......... King Eqw2! Lcfljj )n e 11. op!, W, Locomotives, All $59.96 7A 3C 8P 1. �_! .—_ — King 2_1 yjprnerItO eratois Material Transfer Device $59.96 7A 3C 8P King !A Mechanics, All (lead King �)wuren $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King pitV!j Motor Patrol Graders $60.49 7A 3C 8P King Power N I A Mucking Machine, Mote, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield . ........—----- �56 90 ZA King !jq Ma,, j�q�j rk!jp L)I_Qj 1l Oil Distributors, Blower 3C 8P Distribution Et Mulch Seeding Operator �9_ .......... �9 7A King 1_0 M1,01S Outside Hoists (elevators And $59.49 3C SP Mantifts), Air Tuggers,strato ... ............ ..........._._—.- King Power Eq 9. _gipmem-Opff, Overhead, Bridge Type Crane: $59.96 7A X 8P 20 Tons Through 44 Tons ................ _.__— King Power Eqyipluent"Opel h j 5 Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over -king pow(,-j Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons ................ King ['J)W [ Ir lujtarkl(L LL Pavement Breaker $56.90 7A 3C 8P King Power Equipuwnt Opk?ratQjs Pile Driver (other Than Crane $59.96 7A 3C BP Mount) ............ ...... littps://fortress.wa.gov/lni/wagelc)okLip/prvW-,igelookup.aspx 10/11/2018 Page 10 of 18 iler - Asphalt, Crusher $59.49 7A KiI:�,��.._, ..0. w rr f u un airac,nt(i rr r,t8 5µ Plant ._.._,_.....__m_.m...__....___, King Power Equipment Operators Posthole Digger, Mechanical $56.90 7A 3C 815 King ovma r I aliii}tltar.nt, C, ( i w of Power Plant $56.90 7A 3C 8p Kind tv at.,faltiipiiutrtt: Oirr {-kal,crw__, Pumps - Water $.56.90 7A 3C BP King �r>waq .fcSinrntnr n9 Opel.rlol Quad 9, Hd 41, D10And Over $60.49-7A 3C 8P _.._ _ Kin newer„Lquelianei,�)f;,OpersitgLq Quick Tower- No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom King v cas„_.I epivi i} eith,Q7gri iatitcn„w Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King 11owr'o 1 gµripfrimtt OLrulol /r.S Rigger And Bellman $56.90 7A 3C ,88P King fowin ,fr}oipnig,DA Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) Kiiig i^ower_lquipnieni Opeiatoi Rollagon $60.49 7A 3C King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C— BP King Pier w r 4 rlmin,tli�it[ Otye irrt fit, Roller, Plant Mix Or Mufti-lift $59.49 7A 3C 8P Materials King }�iwrr,.trinrinrie,wt„Olnmim�rtrars Roto-mill, Roto-grinder $59.96 7A 3C BP King t"pWel,..h.liglnt,irk,C aa�onl¢rei;, Saws - Concrete $59.49 7A 3C 8P Kin Power Egmpment a, .. g �_Oper�tors Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards ------ — _ _.. ,,.. ,._ _-,.....................m_,_........__... _m....,.. -..- m.-.. -. _,.._. .- ._. ..., King 11u wi t. t1inl�firtrnl 01,r ratoi; Scrapers Concrete 0 Carry $59.49 7A 3C 8P All „ _...._ _._. .._ _. ._ _.._.m...... ._. King lnowr:r eanrgiuient, Qpr� r,rlx)r;w Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King 1'erwiu:.a ctuignn<•nt C1Ix�r,.ucut Service Engineers Equipment $59.49 7A 3C 8P .. ....... .. King I ower ,Egtnprnent,0 'ralors Shotcrete/gunite Equipment $56.90 7A 3C BPI King I°owr,r_lyuipgganl;.lktii�iKrlot.^.,W Shovel , Excavator, Backhoe, $59.49 7A 3C 81P Tractors Under 15 Metric Tons. _ ....._ _. ...,_._-._ ..._..--- ..__....._............_. - King (rt we i„p rhSipLjT ne rl,„IYI,a i�'itnrrr Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King i r,w✓r„r�1 g1�11alf;kc iwit fJ ,r i �itoN �� Shovel, Excavator, Backhoes, $59.96 7A 3C 8P — — — Tractors: 15 To 30 Metric Tons King p�nw�r¢rwJ rlyi}tiiirr�t U1Arr. Mors Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons ........... _. . ....__. _ ... —- - ------- Ktng wattliitnitiuen-t,(_OlirrruCuv,t, Shovel, Excavator, Backhoes: $61.72 7A 3C BP Over 90 Metric Tons KinI rawe i... _._ _._..__.._,. .._..__--_.__.__._._..._.....,._._..._— g Irpnilnlie'lI1,Operators Slipform Pavers $60.49 7A 3C 8P King Power Equipment Operators Spreader, Topsider fx $60,49 7A 3C 8P Screedman — King _Opei ators Subgrader Trimmer $59.96 7A 3C BP King Pow r.tgtnt,rtu0lt„131,c isitars Tower Bucket Elevators $59.49 7A 3C 8P _ _ _ ..... King I twat«_G r}n:pinwr irf,Opgi iatoi;s Tower Crane Up To 175' In $61,10 7A 3C 8P Height Base To Boom ... .__...m........... _........... ......._m_. .... ...... _ . ... ..._ .__. King Powet P rluilal}iumiir,-.Qp1 t atoi,1;; $61.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/11/2018 Page 11 of 18 Tower Crane: over 175' through 250' in height, base to boom King P�itvt ,l�siliihriit irtf) ar rotors Tower Cranes: over 250' in $62,33 74 3C 8P height from base to boom King I �awda_l_I„clan�tr?r rrt01nw1Tswl qwv Transporters, All Track Or $60.49 7A 3C 8P Truck Type King. Ptxrt r„t,rgmpmtititOpw iatorr, Trenching Machines $59.49 7A 3C BP _ ._ _............ King 6?c wer fquohinrirC.(7pE rt t r_s 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 ._._.. __air—n_...�. ._. .._m _ C.... _ .. King Power Equrpment Operators Wheel Tractors, Farman Type $56.90 7A 3C 8P King f'i)w i EquipITWIR OWLiators Yo Yo Pay Dozer $59.96 7A 3C 8P King Pgwel I"I"%ni' tO Ql l r9/ns_ Asphalt Plant Operators $60.49 7A 3C 8P llndr r+uruuud ',A wol h Wal el King P+avga r ��rinn3nli« nY,_(115r i-atin-_„� Assistant Engineer $56.90 7A 3C 8P lhlelr_r_ltunnr9 Si,lwda,r tr Wt:9rrr, King Vxorwri 1:pq idU1 ta,1 O�rtira7tarrs,�„ Barrier Machine (zipper) $59.96 7A 3C 8P Uuct*iuf_oue�d Srw�y;d U Wate), King Pqwer Equipmer t_Operators- Batch Plant Operator, $59.96 7A 3C 8P t1�talrrirt9frrrau,rtl Scw(n 8 Water Concrete King owtr„C.qurprn t,_0 tators„ Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King P+�wumr I},el ralnnr irt,_tAyrr i�rtur,w, Brokk- Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King wci,m,EtluApn7entOpr rtTrrs� Brooms $56.90� 7A 3C 8P Undr^irrrr5und S+�wei 7t VJ<rim King f�ovwei.Fmquri n ent,.0ltp� ror Bump Cutter $59.96 7A 3C 8P Undergi'owtd Sewer fi Water King awri G�1uiturnri,plrOpmmois Cableways $60.49 7A 3C 8P Underground Sewer b: Water m King perw l,FQwI� ertarul.-(Jlrri6alrar�W.- Chipper $59.96' 7A 3C 8P Underground Sewer Ee Water King tkuvdet_Ujulpmsntl,CJpycialorr,_,, Compressor $56.90 7A 3C 8P �lrrdrrl+ a;nunr9 '~nt µdrlo f�, Wal r r mg n 4 rewa°r I,r m not n-rO r r aalar s. Concrete Pump: Truck Mount $60.49 7A 3C SP hlrwdr_w,p�prp�trnr9 S we r qi W o t er With Boom Attachment Over 42 M Kmg ianwT e l+pupnrar�r,t O�ren,itaarti,. Concrete Finish Machine -laser $56.90 7A 3C 8P liru8asra,l'erurwci Sr v rr R wat'or Screed _. ._,_ ...... W Krng taua ISim rrnr orL!k rgl1olti, Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer tr Water Trailer High Pressure Line Pump, Pump High Pressure. King I'uv St,B'�Kinip�tnr prt,C1prratan s_ Concrete Pump: Truck Mount $59.96 7A 3C 8P Uudvr gNrnund Se-ws,i.tpywM;tt,'I With Boom Attachment Up To 42m King Conveyors .._.._...............-- $59.49 7A 3C..............._..BP._... https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 10/11/2019 Page 12 of 18 Eh�arJ< r! riurtanrc•aat,t7tr� r aVktlrS UnileigLound Sewr i Q W aLoi King Power Equipment Operators- Cranes Friction: 200 tons and $62.33 7A 3C 8P Underground Sewer Ft Water ''over .__. __ King Power 1 quilaor ci,ut Opa ralui„�_ Cranes: 20 Tons Through 44 $59.96 7A 3C 8P LJndni,i am d Sewer Es Wawi Tons With Attachments King I'owrl tPiyliirr i,1,I,,,,C)Irrr.utrrrs.,. Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Underground Sewer Et Water Tons, Or 150' Of Boom (Including Jib With Attachments) King I>tirwr,f_t�NupnNid, f,l,,UJarn oturl 'Cranes: 200tons� 299tons, or $61,72 7A 3C 8P IInldcu,liuuurl Sewer It 'vWayt^ 250' of boom including jib with attachments King 11A,wKv .r 1 juilptna nk-t91br iatq!„�„ Cranes: 300 tons and over or $62.33 7A 3C 8P !,40'Luo,l n,rdµSowr i R Wateii 30D' of boom including jib with attachments King I�Vhw_r2r luIhln�tnt f)pr r �,er Cranes: 45 Tons Through 99 $60.49 7A 3C 8P I40t 'u�p gk!pd sewi i Pz W�10r r Tons, Under 150' Of Boom (including Jib With Attachments) _ ____. ._... ... _ m._...._� ._.... King tl� rwf?r_I z1 �rrrna irt.Ol>r�r aNlurs� Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Undergroprid Sewer €r Water Under _ ._._ ....... ............ King I'€rwr r,,l yfnpitwa_n,1;,OIrr t eturai.r; Cranes: Friction cranes $61.72 7A 3C 8P _vi rruntl ""ewr N Fa W awl through 199 tons _., King Power Equipment,Operators. Cranes: Through 19 Tons With $59.49 7A 3C 8P Urrderrounrl Sewn Er Watt_r Attachments A-frame Over 10 Tons King Prrwc•_r_Fyuiram"i t Olrera[rrrs,, Crusher $59.96 7A 3C 8P llndr r8round Sewer h Water ......_ ..__ ._ -------- King i'dwr r Luipnu nt,O�err+tnr • Deck Engineer/deck Winches $59.96 7A 3C 8P Underound Sewer Et Water (power) g......... . ,_......,. g 1 r ni imp;", t_0 rr i in r Derricks, On Building Work $60.49 7A 3C 8P Kin I"a?vvcv,,,., t N F_' I R_! Underground Sewer Et Water King lloWci.-f tlui,autaaeot,Opc>ra ois Dozers D-9 Et Under $59.49 7A 3C 8P Uudaargi uuutl Se we i It Wa(I r _ King N'owe_r I qni inra ial;,ij7as r awrst Drill Oilers: Auger Type, Truck _$59.49 7A 3C 8P� Uif if r} ruu�rd Sewer U Water Or Crane Mount King I"ovrcy� ( quilawrrawnt,t)lyc ra8ratq„- Drilling Machine $61.10 7A 3C 8P Unr,lf MJl{ound Sewr i la W akei ..:: -- King Power Equipment Operators- Elevator And Man-lift: $56,90 7A 3C 8P Uus gaamm"0.5l'wr d El water Permanent And Shaft Type _. .,__ ... _.._ . ...... King rower-,�aElrprrlt rrP_Opr i"atorsry Finishing Machine, Bidwellll _$5_59.96 7A 3C SP 17nc1er i and 5ewcs fi Water And Gamaco 8 Similar _ . . .m..... .._ Equipment King u;.,q rliiopruye,n,(;l)pr a cup ,. Forklift: 3000 Lbs And Over $59.49 7A 3C 8P wr Underground Sewer Et Water With Attachments _._ .. .. . _ .,...._._._.. . .. King F'q wr r„-I, gnrlprirrnr4.op¢a clop ,. Forklifts. Under 3000 Lbs. $56.90 7A 3C 8P Urrrlr:rr3irur/rl '.cwe. tr Watca; With Attachments __.__.... ... _. King �crwa r„C gnrtoiLiciil,.(71,euni,iur;,, 'Grade Engineer: Using Blue $59.96 A 3C 8P ercwuurl �,ewr e to W.a11.C�.J.. Prints, Cut Sheets, Etc _.............._.....,_ a __.. Grad _ _.. ......PW King Power Equipment Operators- Gradechecker/stakeman $56.90 7A 3C 8P Underfntund 5e""t" t W fl,u e r https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10/11/2018 Page 13 of 18 King 1;Gpnpiiien + ltr r„ +^l - Guardrail Punch $59.96 7A 3C 8P Uu.....t......gl°�+ vdu,r ka_Nf<aler King Power Equipment Operators Hard Tail End Dump $60.49 7A 3C 8P UirrCc i+arp�uhr}",c we r fi W 3ug Articulating Off- Road Equipment 45 Yards. Ft Over King gvvlr�..I,�glsrrlJrvrG�nt tDlrr i-.l1 ,4- Hard Tail End Dump $59.96 7A 3C BP Uinir i,lrcrruilil `,L, rc1 ti Wntr r Articulating Off-road Equipment Under 45 Yards ............ _ _.. .... _. _ - ..._ ..... .. ... King Elroueol .P;cltti_pnrpt;It._OIMr_1_n1ltrrsw Horizontal/directional Drill $59.49 7A 3C SP 7us64,irgaruurR �a- U Ct W ji,r,,r Locator King foya r E- h qumna rrLQjjeI-.yirl,mv Horizontal/directional Drill $59.96 7A 3C 8P 4,ludrar#,t,top+ucl ',c�yr-r� tt VYJ1grr1; Operator King Pa�wr;r_Caiuilnunnt t p iviw� Hydralifts/boom Trucks Over $59.49 7A 3C 8P llrltpr+r¢li 1dStd ¢_wra Fri Wader 10 Tons King .r0iro l ato s,_ Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Uurlr=ry rrnrtl �rwan b Water Tons And Under Kin P'rrwdr r l`a !!ILrrciet,C111r v,vturr w� Loader Overhead 8 Yards. Et $61.10, _ � _ g 1 — — 8P 4Jua1r Irnu I Sewer 6 Wartei Over King 1-r rr-i.,f:eluMialrn_iwrweG7lrr rdlVrprw Loader, Overhead, 6 Yards. $60.49 7A 3C BP tlurlr.ily,rrrrnpri ",r;ay i f9 Water But Not Including 8 Yards -�-� King l"cywcr G„gln g�mi itk� rltcrwvhrar, ,w Loaders, Overhead Under 6 $59.96 7A 3C SP Undernround Sewer 6. Water Yards King 1'raw r r A clurryrrTrr.esC {71av r,vt(ri y,,. Loaders, Plant Feed $59.96 7A 3C 8P Pluto'r),!: wld Sewer dv WaU'l King G'rttr ra lmmrlurgnur,eflL,S7pc1_utGn- Loaders: Elevating Type Belt $59.49 7A 3C 8P Unda �s;ro ntd s ewsr f W aIer ..._. - - ___ ------ _- W.� King 6owei ,Crwupnren+vk..tper�fgrs, Locomotives, All $59.96 7A 3C 8P Ilndr^ig;r_onnad 5cwf;r da V'drrke1l, King Power Equipment Operators Material Transfer Device $59.96 7A 3C 8P Under+;round Sewer & Water King Power ErsurTitierit Operators-, Mechanics, All (leadmen - $61.10 7A 3C 8P Water $0.50 Per Hour Over th+derg,rrrtuncl Scy ,.. . Mechanic) W ........, King I'o r•i I!riuoiyliirwigt_(71,r y1to�;.- Motor Patrol Graders $60.49 7A 3C 8P Pricerriround Sewer fl Water King ParaNr i C3lurtnncllt,Clpt i,ttuis.. Mucking Machine, Mole, $60.49 7A 3C 8P Undeereround Sewer Et Water Tunnel Drill, Boring, Road ....... Header And/or Shield .Blower $56.90 King Ilowfrr 1`quijpino�t_l"llvri<rlrvrt,r- Oil Distributors, 7A 3C 8P UnderQrourd Sewer 8 Water Distribution Et Mulch Seeding Operator -- ._ _.._.. King Y�rrwr r dirlrrvlrrrrarrl..flmr rators.. Outside Hoists (elevators And $59.49 7A 3C 8P C1utiL;ir;ruru+rlSawetr 1r Wlrr)v.r Manlifts), Air Tuggers,strato King Power Equipment Opoi atoi s Overhead, Bridge Type Crane. $59.96 7A 3C 8P Undr r i,ruunrl Sower Sowc,,r Cr Wd rtrr 20 Tons Through 44 Tons King Wo!wyrYY w Ecrutranu p,gl,atpr Irr,tor,s, Overhead, Bridge Type: 100 $61.10 7A 3C 8P iJpCkNV,r0und Sewtn 6i VWaic^r Tons And Over King wri E,yutlum ul,,tthr i,rtfnc,: Overhead, Bridge Type: 45 $60.49 7A 3C 8P lJ det�io0rorl Sewer Er Water Tons Through 99 Tons King owa r 9 s1uf17rr)r lal.-lS(ay.,i drat . Pavement Breaker $56.90 JA 3C 8P lhidrr l ground Sewr,_r 11 VVal ei _._ _,.,._........, _., _._ .__... ........ ..._.. King $59.96 7A 3C 8P littps://fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 10/1 1/2018 Page 14 of 18 — Iawr u.,1 c, ( aiur,e- Pile Driver (other Than Crane r�rrrtrnrr r?I Unalr tgr rrtrrad Sawr r 4t W to Mount) -....._.- .....-... King L)gVVp'( gi'dpnrnnlUlurralots. Plant Oiler Asphalt, Crusher $59,49 7A 3C 8P Undr rspi,tannrl sewn r U Watel __...-- King P_owc 11 qui1)nwiit01rt i<rturs Pesthole Digger, Mechanical $56.90 7A 3C 8P 11nd1rR;icrtanrl Sa;wtc r RI Nd,rlrWr _ Kin Pi-rwl_r cirri l r a )•O LiAj:oi~ _ ....,_-. _.M..-.I - Power Plant � $56.90 7A 3C 8P ttnder:S.Ln_u-tl�.-Sewer-Ft,wai' rr _ . .. 1 . g t [ s• Pumps - Water $56.90 7A 3C 8P Krn Power Fr rn anr�rrt,C1 ae r atol _ — Ihrdra!-e nurrd crwr^i Fi Writer' _ -_, ........ ............_-- _ ....,. ... w_ King Ponder_ uipuac nt gjaerators- Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P _ U1 delQr{Yrrnnl Sewer h Wi1 ('i _........_,_ King I+liwi•i Quick Tower - No Cab, Under $56.90 �7A 3C 8P Vlrrzir rt,rrt�grrP 5c�wc r fi wats-q- 100 Feet In Height Based To Boom ..... __._........_ _....,_,m.._., _.,......,........ ....._............ ........m._. ,.,, ,.m __. .._ .............. King Eatiwei;,_(altufarrrr 11-I; Remote Control Operator On $60.49 7A 3C 8P U100nirrau114 atwfiws 6a W er 'i]q;_ Rubber Tired Earth Moving Equipment King vdr�1,._I,clurinrrrr r1Y t7p tators_. Rigger And Bellman $56.90 7A 3C 8P Undervround Sewer h Water King Powat_IlllirlRrgr,lr,t.t11?il r4tn ;_ Rigger/Signal Person, Bellman $59.49 7A 3C BP Underwound Sewer 8 Watei (Certified) King PowGr..0 luolairlx-hCCbprr�alral:. Rotlagon $60.49 7A 3C 8P Underground Sewer fe Water King uw¢ r.tl airigrrne nV- uiraraticlu�, Roller, Other Than Plant Mix $56.90 7A 3C 8P Unrlernrtound Sewer, Et Water King lrwt�r-Vclnrpinerrt,O)uxgralun,: Roller, Plant Mix OrMultrhft $59.49 7A 3C 8P Undez—o nund sown a tt WaIeK Materials — — King ovrr r 1,ltliln1lt nlr)pil_r s.ImR,l,rt.,,, Roto-mill, Roto-grinder $59.96 7A 3C SP Und groolid Sewer fi Water — auv _. ..... __... King lmvi I'yuilainr nt 0yir i atrns_ Saws Concrete $59.49 7A 3C 8P UndeIq; ound Sewer U Water King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Uu 9l�rn rretrital Sa Warr to Water 45 Yards — — - - , -- King Power Equipment Operators_ Scrapers - Concrete & Carry $59.49 7A 3C 8P 11nr�Qrgrap•rrat) Sewer It Water All „ _ ;......,IT-..-... .. — _ _ ...... King _. Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Undo r,ground `,c wr r b Water Yards And Over .kin.......... King f vat r„¢r�u1lX"( g)k�tJf7r r�atrrr;l�� Service Engineers - Equipment $59.49 7A 3C 8P IDrrdrrsgrouo d Sravar r fi Water — King 1'rrva.r ,I,'tlnrlr ac ryf,.tllaa r,rt)nl, Shotcrete/gunite Equipment $56.90 7A 3C 8P Undr r'a uanrutrl 4r,vmr r tr walvi — - ............ -- — _�._� ,� _.,,,,�._ . ................ King Power Eouroment Operators, Shovel , Excavator, Backhoe, $59.49 7A 3C 8P lhde�rrcrround Sewer u Water Tractors Under 15 Metric Tons. _. _... _.. W..... ._ ....... King Powt1`-Equipment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C SP Und!grat eurad se wol Il V q),r r Over 30 Metric Tons To 50 Metric Tons King Power Ean�rynrerrt Operators,,, Shovel, Excavator, Backhoes, $59.96 7A 3C 8P nela•rercrulyd_^ar�Vet 1u Watet Tractors: 15 To 30 Metric Tons — King vvlr„Y Uitipnr0rit.- x1n.L)lor �� $61.10 7A 3C SP tlullrrtlrruuds"owei dr WnrIVr — — https://fortress.wa.gov/lni/wagelooktip/prN,Wagelookup.aspx 10/11/2018 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons ... _._..._ . - ,_.... ---.. -._ King Power E_ouioment_Operators Shovel, Excavator, Backhoes: $61.72 7A 3C 8P llrlrll,rgiirnr7d S wD-,r 6 Wali,rr Over 90 Metric Tons King Palwri. 11r ._ $6._4__. A__-. 3Cni L _ _-....._ 8P Unct;rground Sewnr tr Water — King Power Equipment Operators- Spreader, Topsider 8: $60.49 7A 3C 8P 4lnrfr�r;a,ra uuu8 SrSr ward b Waten Screedman King Power,Equipment Operators Subgrader Trimmer $59.96 7A 3C 8P ltnaia ra rrn�ui V Scwaa U Wale( King Ar r Vgtiolanlr ut,OVrt raloi s-- Tower Bucket Elevators $59.49 7A 3C BID �rc !ground Sewe[ Ei Water King Power Equipment Operators Tower Crane Up To 175 In $61.10 7A 3C 8P Lki qi a Ld Sa yr gL di y1 A: ,tr Height Base To Boom King Pttwdr.L fs winnttI Q. rr i<rtz,ll:C:. Tower Crane: over 175, $61.72 7A 3C 8P 9ialr ir;ruunal rrYra'mi 11.WJrlr-r through 250' in height, base to boom ............... . _ King rVtul al! [^ud 0,Dre i,rtrpttir Tower Cranes: over 250' in $62.33 7A 3C 8P UlirNc,i,y;rrrruld ',rwrai tt Wain- height from base to boom King Pnrr piliip�ine iil;,,tDlx rrlinr.. Transporters, All Track Or $60.49 7A 3C 8P Undcrgrauud tuwec h Wd rir;^r Truck Type King �wwt f;¢Urtlai iy.,iriUq>t i, �tsyi s Trenching Machines $59.49 7A 3C 8P lD�rrtcilrrci�r��rl Sarwit:r la Walarr King Power ESjui r^i1C. Jir stars-, Truck Crane Oiler/driver - 100 $59,96 7A 3C 8P derQrrimirJ St w r R Wales Tons And Over King Pr?wcr Fq}rilaiiittit.C7perators- Truck Crane Oiler/driver $59.49 7A 3C 8P Underground Sewer & Water Under 100 Tons ...sue ..,._� _ -- .____. -..._.._.. King Power Equilirnent ppc�ratoas- Truck Mount Portable $59,96 7A 3C SP __._ Underground Sewer R Water Conveyor Kin Paowdu•i YilrLrit7mrmt-,OIiui0.ytniM:_ Welder $60.49 7A 3C SP Un 8at derground Sewer Water __. .... _,_ m.......... ,._. ._.. King Pmea r [ Lrapment_Op rator - Wheel Tractors, Farmall Type $56.90 7A 3C 8P UOr;r,°ground Sewer h Wat'er' King Power f�quhpinr ntfSlitm�u,trrr._ Yo Yo Pay Dozer $59.96 7A 3C 8P King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Cleara_,_nce _..Tree Spray Person $47.37 5A 4A —. Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Cleaiance_Ttee Tree Trimmer $44.57 5A 4A Trimmers King Power Line Cleara nce Tree Trimmer Groundperson $33.60 5A 4A m, _te Tr___ Trimmers _..., ..........._,................_..,,.__ —= King Refrigeration Et Air Journey Level $79.51 67 1G . .. . CondrtromnQ_Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M _ _—_ King itc =rrt,r7Vrsri C.wiiru nlr>rs Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.071 7A 1 41.1 https:;/fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 10,/11/2018 Page 16 of 18 King Journey Level $45,05 5D 4C t14NA iolt op King Residential Drywall Tapers Journey Level $45.19 5P 1E ................ King Residential Electricians Journey Level $37.26 20 .............. ........ King �Re's'i"d"'e'nt-ia,-(-G-t"a,z,i-e,.rs Journey Level $42.05 7L 1H King Residential Insulation Journey Level $45.05 5D 4C .... ........ ................... King Residential Laborers Journey Level $36.68 7A 1H ...... ...................... ... King Residential Marble Setters Journey Level $57.32 5A im �-­­ ­-.- ..- .. -,=_----- --------------- ---------------- King Residential Painters Journey Level $42.50 6Z 2B ---------- ---- ------- King Residential Plumb r Et Journey Level $51.37 5A 1G King jt�qskkj it iat.Ref i ji),t.ratiriri,i A Journey Level $51.371 5A 1G King Residentiat Sheet Metal Journey Level (Field or Shop) -$5-001 7F 1R Workers ................. King fir esideriiial nor" Journey Level $49.43 5A 3J ....................... King jid sPrioIdt'l Fit I of Journey Level $46.58 5C 2R jf il t o 11(A vr L ink 1) King Residential Stone Masons Journey Level $57.32 5A im King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Torrazzo/Tile Journey Level $43.44 5A 1B Finishers King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous $54.52 5Ammm 3H Materials ................... .......... King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E King SWpbuildinp 8 Ship Rep,,Oi New Construction Boilermaker $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 .......... King 'Ib it c hig h-S IJ12 RgImh New Construction Crane $36.36 7V 1 Operator King 2hW!Mllqiflak-SWL� Rr^La r New Construction Electrician $36.36 7V 1 5�Ld2(j'Aa i I New Construction Heat Et $73.58 5J 4H Frost Insulator King ° ijjbkdkfim it Slrip�R" ii New Construction Laborer $36.36 7V 1 ................... -------------- ------- King New Construction Machinist $36.36 7V 1 .......... .............. King lip New Construction Operating $36.36 7V 1 Engineer Kirvg }h-LIrLf,61-YAri 141:,trrr New Construction Painter $36.36 7V I King Shipbuildinp Et Ship Repair New Construction Pipefltter $36.36-,7V .............I......... King ft Shi 'LR�jK�iiir New Construction Rigger $36.36 7V I ----------------------- ............. - ....................... .......... ------------------------------ --- King U Still) Repaii New Construction Sheet Metal $36.36 7V 1, ............ ..........--------------------------------------- King Shipbuildine, Et Still) Ri p,ur New Construction Shipfitter $36.36 7V 1 King 5,hij4)UiIcH,rGg 4�5hjp_Repejir New Construction $36.36 7V 1 lWarehouse/Teamster King h (I I it, `;jrrjft� New Construction Welder $36.36 7V I Burnet, ----- ............... https://fortress.wa.gov/lni/wagelookup,fprvWagelookup.aspx 10/11/2018 Page 17 of 18 King Ship Repair, Boilermaker $44.95 7X 4.1 King Shipbuitclinq Et Ship Repair Ship Repair Carpenter $44.95 7X 4J ,11-1--.111. �====m ==-- - ---------I.............................. ...................... ...... King 1P hoillriilan Y-1.RiW-1k0V Ship Repair Crane Operator $44.06 7Y 4K ----------------------------------- King Shg)btji'I(1i'nR_1t Ship Repair Ship Repair Electrician $44.95 7X 4-1 King Shipbuilding ft Ship Repair Ship Repair Heat Et Frost $73.58 5J 4H Insulator King i al � ADarr, Ship Repair Laborer $44.95 7X 4J .5hM Br King %idiuldro-iA1,-51mJh-Uoi);1i1' Ship Repair Machinist $44.95 7X 4J King Shi building -P Ei Ship Repair Ship Repair Operating $44.06 7Y 4K Engineer ................................ King ShipbuilftF ftSlinp,kLpair Ship Repair Painter $44.95 7X 4J _ m .................... King Shilrlri11ir1in mea Shil'JkCJTt11111 Ship Repair Pipefitter $44.95 7X 4J King 11.idKiLWhlg It Slh'P RrJHhr Ship Repair Rigger $44.95 7X 4J King Ship Repair Sheet Metal $44.95 7X 4J .............. King Ship Repair Shipwright $44.95 7X 4J I............ King Shipbuilding Et Ship Repair Ship Repair Warehouse $44.06 7Y 4K Teamster ............. King Sign Journey Level $49.70 0 1 $31.52 0 1 ---------------------- --------- ---- -- ..................................Y-Ylgi� Ln'.SMN!�Ll- Journey Level .......... E lr..r............. King snf! ayrm Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12,44 King S l Fitters p.Lj'nk c.,I Fiti e- " tEilp Journey Level $77.39 5C ix D 0�11io'n King �jvgLj)jj d�� L!,tl2o Journey Level $13.23 L�L 1a I mL)U. -111-1-........... 16ig Stone Masons Journey Level $57.32 5A im King Street And_ AEko!.).q L t Journey Level $19.09 1 . . -..P- 5we4m -rwoljm ------ King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Chainman $58.93 7A 3C 8P King SAlxo'ysu Construction Site Surveyor $60.49 7A 3C 8P King Telecommunication Journey Level $48.06 7E 1E Technicians. . ........... King Telephone Line,Cor),stouctio,fl-.. Cable Splicer $41.22 5A 2B Outside ----------------- King fr MrYpiYirru, jine Hole Digger/Ground Person $23.12 5A 2B Outside ----------------------- n( t,iot i - Installer (Repairer) $39.53 5A 2B Outside ............................ King Ctjj!jqpt Liq� ion Special Aparatus Installer 1 $41.22 5A 2B Outside King cy(Lu.)I�otre Lim. w, Coi6o ,i4 m, Special Apparatus Installer 11 $40.41 5A 2B JL ----...... Outside King i iou Telephone Equipment $41.22 5A 28 Outside Operator (Heavy) King $38.36 5A 2B hitps://fortress.wa,gov/liii/wagelookup/pry W agelookup.aspx 10/11/2018 Page 18 of 18 Tt It r4i sne trrir Q'prr trur t1,1rr w Telephone Equipment OrrM rd1; ._.__ __..... Operator (t.igirty King Telepl-gnt_Lrne Cnnstr action - Telephone Lineperson $38.36 5A 2B .... Outside King TelepIyjiir 1 i11«-{;rwrrsliyr Iari.p= Television Ground person $21.92 5A 2B Outside ,. -..------ _,.._...._ ... — _.. King Tcic tllurnr I n.rr_Ctialr-lr,iii llrrl'r Television $29.13 5A 2B I Outside Lineperson/Installer King Gtl<Itl,rrrrrr Liill (,on,l,iigtiurp ;_ Television System Technician $34.68 5A 2B Outside King drt h•tt pjj l rnc?Col istILu litre - Television Technician $31.18 5A 2B Outside King ielelr8r,antr _f Jut Con lrirrtirrrr Tree Trimmer $38.36 5A 2B Outside _._.. King Terrazzo Workers Journey Level $52.61 5A 1M _.....,.. ...,-... King Tile Setters Journey Level $52.61 5A 1M KinIilc M_ _ .,._._.__..., ....... ,.m.._-.m�.m._,,,,�,...,...___m g , !bts tr '1010770 Finisher $43.44 5A I Finishers King I ulffil, Cont uro@ Sti rttc r s Journey Level $45.53 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 51) 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8l King Tuck Drivers Dump Truck 8 Trailer $54.30 5D 3A 81. King Truck Drivers Other Trucks $54.30 5D 3A 81. King Ti uck Drivers - Ready Mix Booster 9 Yards and Over $52,78 5A 4T King Tiuuk,-_Driven. Ready,Mlx Non-Booster Loads Under 9 $52.53 5A 4T Cubic Yards King WIO rII Drilt r , tr I,i rjr xr1 orart 4?{rl,rti Irrigation Pump Installer $17.71 1 Installers -- - . ...... .._..---------...—...... - - King Well f),r'IU i , Fl llt,9(o i(rtilr_I"Irr q, Oiler $12.97 Installers - - - _ - King Wa ll loµltlll t h-, „Irr 4rtt„IJ�,r1-(Tint; Well Driller $18.00 1 Installers https://fortress.wa,gov/liii/wagelookup/prvWagelookup.aspx 10/11/2018 EXHIBIT SECTION 004000 STD PROPOSAL Kent Shot)Facility Modular Building �r JJ v Proposal ofw .G d_e. , ro� (hereinafter called the"Bidder"), organised andexisualp under the laws of the State of Washington and /sCsq vq cr doing bu11ne58 as e C911�c + Ua ) to ("Insert"a corporation","a partnership",or"an individual") To the OWNER(City of Kent); In compliance with your Invitation to Bid, the Bidder hereby proposes to furnish all labor and materials specified herein necessary for and incidental to the completion of the work in strict accordance with the Contract Documents, within the time set forth herein,and at the lump sum price stated below(not including WSST), A. LUMP SUM BASE BID: The manufacture,delivery,and installation of a modular building and associated appurtenances as shown oil the drawings and as specified in this project manual for the lump sum price (which does not include State Sales Taxes(WSST)) a. j'^vl�r) I( ro0unt in Washington r t n S 4'_Ortrt''..lj. �1(^ „t,, T 1fJ l+3P-O 4nC� ';,..e4,�... .",)oY lnrs $ °47 ��} .... (Amount in numbers) B. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60)calendar days after the day of bid opening. C. TIME OF COMPLETION: The work of this contract shall commence from the Notice to Proceed raid doc wtak spcotlicd in l.untp 81111, linsc itu40 shall be substantially completed withit; ---rve ('Y�)�a'7+snelan-clays..fiuV.a111..t2.Ll).U':.If.nt.1:.�,., �^�t'✓' 2mu, D. STATE SALES TAX: The undersigned agrees that the above named Lump Sum and does not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay application. E. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved. F. COMMENCEMENT OF WORK: The bidder hereby agrees to commence work under this contract within rive(5)calendar days after the Notice to Proceed and to fully complete the work within the time established in paragraph C of this proposal. G. LIQUIDATED DAMAGES: the sum as c'a]ell Iatftl Invltcciticntioltaurlutr ni071100+ionoroi r (a'+ttdmnaca;•uaPivlct4 1,3. f ,e(- e—oI1 1y 0,-n c,,t b4 e° ta/ H. BID SECURITY: Bid security is net tequh'c d for this project. A Performance and Payment bond will be required of the successful bidder. Bid Proposal 004000-1 Exhibit A I, ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address slated below. J, SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaluated as follows: 1. Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is in compliance with the invitation to bid, 2, Responsibility The Owner will consider all material submitted by the contractor,and other evidence it may obtain otherwise, to determine whether the contractor is capable of and has a history of successfully completing contracts of this type.The following elements may be given consideration by the Owner in determining whether a contractor is a responsible contractor: a)The ability,capacity and skill of the contractor to perform the contract and/or provide the service required;b)The character, integrity, reputation,judgment,experience and efficiency of the bidder;c)Whether the contractor can perfortn the contract and do so within the time specified; d)the quality of performance by the contractor on previous and similar contracts;e) The previous and existing compliance by the bidder with laws relating to the contract or services;and f)such other information as may be secured having bearing on the decision to award the contracts, When requested by the Owner,contractors shall furnish acceptable evidence of the contractor's ability to perform, such as firm commitments by subcontractors,equipment, supplies and facilities,and the contractor's ability to obtain the necessary personnel. Refusal to provide such information upon request may cause the bid to be rejected, 3, Lowest Bid:The lowest bid K. SIGNATURE: By signing this Bid Proposal, the undersigned bidder agrees to submit all insurance documents,performance bonds, and signed contracts within ten (10)calendar days after City awards the Contract and be bound by all terms,requirements and representations listed in the bid documents whether set forth by the City or by the Bidder, The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Adrltsuhan Nq,. Date of receipt and acknowledgment 2. 3, 4. Bid Proposal 004000-2 Exhibit A Bid Date Submi t ted By(Signature) ............... Address 2 Submitted By(Printed Name) ;?oc) 6 2,2, kA Tej cph o ne,Number Title Ile.. . ............ .......- - Fax Number E-mail glIves's END OF BID PROPOSAL Bid Proposal 004000-3 HISI CITY OF KENT KING COUNTY, WASHINGTON Request for Bids Kent Shop Facility Modular Building BIDS ACCEPTED UNTIL October 2nd, 2018 2:00 p.m, Bid Opening Immediately Following AT CITY OF KENT CENTENNIAL CENTER BUILDING Facilities office, 400 West Gowe, Suite 106, Kent, WA 98032 Nate Harper Project Coordinator air KENT WASHINGTON BIDDER'S NAME. Exhibit A 4EC-1C:)EV 1100100 TABLE OF CONTENTS I)IVIw'itOf'9 Si Cover mm � Table of Contents 000100 Invitation to Bid 001000 Information for Bidders 002000 Statement of Bidder's Qualifications 002100 Bidders Checklist 002200 Bid Proposal Fonn 004000 Non Collusion and Minimum Wage Form 004500 Equal Opportunity Policy Form 004600 Contractor's Compliance Statement 004650 Insurance Requirements for Construction Projects 004980 Agreement 005000 Performance Bond Form 006000 General Conditions 007000 State Prevailing Wage Rates for King County 009000 1)1WISI(.-NI 011000 Summary 017700 Closeout Procedures Operations and Maintenance Data 017820 DIVISION 13 .wm.............ar Modullar Building Systems 133419 DIVISION 32 Cltaln Link Fencing&Gates 323114 DIVISION 33 Site Utilities 334100 END OF SECTION Table of Contents 000100- 1 Exhibit A INVITATION TO BID Notice is hereby given that the City of Kent, Washington, wlll receive sealed bids at the City of Kent Facilities Office at Centennial Center Building, 400 West Gowe #106, Kent, Washington 98032, through October 2, 2018 up to 2;00 p.m. as shown on the clock In the Facilities Office. The Centennial Center Building is located immediately east of Kent City Hall. All bids must be properly marked and sealed In accordance with this "Invitation to Bid." Bids must be delivered and received at the Facility Office by the above-stated time, regardless of delivery method, Including U.S. Mail, All bids will be opened and read publicly aloud Immediately following for the City of Kent project named as follows: Kent Shop Facility Modular Building Contractor shall prepare the site and install a manufactured modular building(s) similar to the configuration shown on the drawings and described in the specifications. The contractor must supply a stamped engineered set of modular building drawings to the Kent Building Dept for permit. Contractor to coordinate with PSE and provide trenching, conduit, and piping for power and gas connections. Contractor to supply and install fencing around building as shown. Project estimate range is $140,000 to $150,000 plus Washington State Sales Tax, and work shall be complete in 90 calendar days from contract award. Bid documents may be obtained by contacting David A. Clark Architects, PLLC, 253 351-8877, A pre-bid conference will begin at the Kent Shop Facilities, located at 5821 S. 240th St, Kent, WA, at 10:00 a.m. on Tuesday, September 25, 2018. While attendance Is not mandatory, it is strongly encouraged. if you cannot attend the pre-bid conference and would like to do a site visit, you must contact the Project Coordinator Nate Harper, 253 856-5082 to schedule an appointment. All bidders must have visited the site prior to submitting a bid. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City of Kent Facilities Office, 400 West Gowe #106, Kent, WA 98032, Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternated or to waive any informalitles in the bidding and shall determine which bid or bidders Is the most responsive, satisfactory, and responsible bidder and shall be the sole judge thereof. Bid Security is not required for this project, but a performance bond will be required of the successful bidder. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Exhibit A INFORMATION FOR BIDDERS I. Bidders shall be qualified by ability, experience, financing, equipment, and organizatlon to do the work called for In the Contract Documents, The City reserves the right to take whatever action It deerns necessary to ascertain the ability of the Bidder to perform the work satisfactorily, This action includes the City's review of the qualification information In the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder Is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves Its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its soled judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the location designated In the invitation to bid by the stated time, regardless of delivery method, including U.S. Mail. 4, The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, Including schedules or alternates selected by the City. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used In the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used In the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Architect no later than 5:00 p.m, on the first business day after Bid opening, or the claim will not be considered. The Architect will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder. 5. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Exhibit A Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract Is executed by the City. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City In accordance with this schedule. 6. The "Payment and Performance Bond" is required and shall remain In force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period In compliance with WSDOT Section 1-05,10 (Guarantees), and the Performance Bond language of the contract. 7. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 8. The Contractor shall Include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid Item price in the proposal form, the entire cost of labor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 9. Refer to the Insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project, Exhibit A CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39,04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORIL THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY, Indieia of contractor's responsibility inherently involve subjetstivc deECaninatirons aas to the contractor's ability to perform and complete the oontract work responsibly and to like owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to adtrrhtister its budgets and complete its proJocts in a businesslike manner. Accordingly, it has a duty to exercisc the Hype of inquiry and discretion a business would conduct when selecting a contractor who wilt be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American hrstitute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work, These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that fife bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first, If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination, No appeals will be received after the expiration of the 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail, The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04,350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted, Contractor's Qualifications Statement 002100 - 1 Exhibit A COMPLETE AND SIGN THIS FORMAS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading, SUBMITTED BY. ...,_..... - _.. ... NAME: _._ ._.. ADDRESS: __.... PRINCIPAL OFFICE: ,.,, .. ..... ......._.... ADDRESS: _ PHONE: _........ FAX: _. _. ...,.,.,.. . ... ........ 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide all applicable industrial insurance coverage for your employees working in Washington as required in "Title 51 RCW', together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the hidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12,065 (3). 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? Contractor's Qualifications Statement 002100 •2 Exhibit A 2,2.1 Under what other or former names has your organization operated? 2.3 if your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization 2A.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2,5 If your organization is Individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3A List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits, (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4,2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4,3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes,please attach details.) Contractor's Qualifications Statement OC2100 -3 Exhibit A 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening,the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash,joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Contractor's Qualifications Statement 002100-4 Exhibit A Other Assets; Ctirront Liahilities (e.g., accounts payable, neales payable,accrued expenses, provision 1"61,filcomc taxes,advences, accrued salaries and accrued payroll taxes)„01hor t.,itd6lilies (e.g„capital, capital stock,autlrru'l:ccal and outstanding shares par values, earned surplus and retained warnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided(e.g„parent-subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7, SIGNATURE 7.1 Dated at this day of m 201. Name of Organization: .__.,__.. _...,,,__. . ,........ Byl Title: Contractor's Qualifications Statement 002100- S Exhibit A BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention Is especially called to the following forms. Failure to execute these forms as required may result In rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name _ Contractor's Qualification Statement Filled out and notarized Bid Form First line of bid form - filled in Unit prices are correct and written In words Bid Form Signature Page All Addenda acknowledged Date, signed and addressed _ Contractor Compliance Statement Date Have/have not acknowledgment Signature and address _ Declaration - City of Kent Equal Employment Opportunity Policy City of Kent Administrative Policy Non-Collusion Affidavit Signed, dated and notarized Note - Bid Security is not required on this project. The following forms are to be executed AFTER the Contract is awarded: A) CONTRACT B) j'wCPFMA C.l" BPNI) J,.gjY ,X!a ,.itlfwdbyYllr.Stl YCy;,� PjraISk2lil_ :i1i ,flrgll u ,at,.y._GSw >rk9:tY.. The following form is to be executed AFTER the Contract is completed: A) f ,iY .f" I.CI'..IG1 km'C7�� Y I.�11?I (,;7ijl41..i7J'+f ,(,71Y"I'k1N:J'yY CUMI'?t1N,CI; s'iAfl:MI:NT. To be executed by the successful bidder AFTER COMPLETION of this contract, Exhibit A OPJ M4gN0 BID PROPOSAL Kent Shop Facility Modular Building Proposal of _._.. (hereinafter called the "Bidder"), organized and existing outdrr the laws of tile State of Washington and doing business as -__ (alnsert°a corporation" "a partnership", or"an individual") 'I•o the OWNER(City of Kent): In cornAloce with your lo0ation to Bid, the Bidder hereby proposes to furnish all labor end materials sp chick/ hertin necessary Inr and incialcnud to the completion of the work in strict accordance with the ('onuana Doaurnen'Cs,withrore tile time Sat icrill herein and at the lump sum price stated below (not including WSST). A, LUMP SUM BASE BID; The manufacture,delivery, and installation of a modular building and associated appurtenances as shown on the drawings and as specified in this project manual for the lump sum price (which does not include Washington State Sales Taxes (WSST)) Dollars $ (AMOUNt in ivords) (Amount in rumbem) B, WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. C. TIME OF COMPLETION: The work of this contract shall commence from the Notice to Proceed and the work specified in Lump Sum Base Bid shall be substantially completed within seventy-five (75)calendar days for all of the wmk. D- STATE SALES TAX: The undersigned agrees that the above named Lump Sum and does not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay application, E. OVERHEAD AND PROFIT: The undersigned agrees that She above Bids do include overhead, profit, and all other expenses involved. F. COMMENCEMENT OF WORK; The bidder hereby agrees to commence work under this contact within five(5)calendar days after the Notice to Proceed and to fully complete the work withhr the time established in paragraph C of this proposal G. LIQUIDATED DAMAGES: The Bidder further agrees to pay as liquidated damages the sum as calculated in specification section 007000 General Conditions,article 93.3 H. BID SECURITY: Bid security is not required for this project, A Performance and Payment bond will be required of the successful bidder. Bid Proposal 004000-1 Exhibit A 1, ADDRESS: Notice of acceptance of this bid or request for additional information shall be.addressed to the undersigned at the address stated below. J. SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaluated as follows: 1, Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is In compliance with the invitation to bid, 2. Responsibility. The Owner will consider all material submitted by the contractor,and other evidence it may obtain otherwise,to determine whether the contractor is capable of and has'a history of successfully completing contracts of this typo. 'File fallowing elements imay be glvert consideration by the Owner in determining whether a contractor is a responsible contractor; a)The ability,capacity and skull of the contractor to perform the contract and/or provide the service required; b)The character, integrity, reputation,judgment, experience and efficiency of the bidder; c)Whether the contractor can perform the(trrno act and do so within the time specified;d)the qualny of perrorrnance try the contructor on previous and shnilarconlrnets;a)The previous and existing compliance by the bidder with laves relating to the contract Qr services; and f)such other information as may be socured having hemming on the decision to award the contracts, When requested by the Owner,contractors simll furnish acceptable evidence of the contractor's ability to perform,such as firm commitments by subcontractors,equipment,sagopiies and facilities,and the contractor's ability to obtain the necessary personnel. Refusal to provide such information upon request may cause the bid to be rejected. 3. Lowest Bid; The lowest bid K. SIGNATURE: By signing this Bias proposal,doe undersigned bidticr agtccs to suhinit all insurance documents, i)as formance borrats,autai:sigood contracts within tar (10)calendar days adtcr City trevards the Contract and be lroound by all teens, requirements and representation$ listed in tine bid documents whether set forth by the City or by the Bidder The Bidder acknowledges the receipt of Addenda to the contract documents as follows: �ddcnlii,tp?hdu;, Date of receipt and acknowledgment 2. 4. _ .. Bid Proposal 004000-2 Exhibit A i36d Da I te Company Name Address I Submitted By (Signature) Address 2 Submitted By (Printed Name) I TelephoneI I 11 Number Title Fax Number E-mail address END OF BID PROPOSAL Bid Proposal 004000-3 Exhibit A City of Kent Combined Affidavit & Certification Form: Non-Collusion, Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the Identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders, AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work, of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT NAME OF PROJECT NAME OF BIDDER'S FIRM _.....w_. .... SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me the day of ., .... w 20_ Notary Public in and for the State of Washington Residing in Exhibit A 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 fallowing questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An afrinTiative response is required on all of the loll+)wing questions for this Agreement to I)o valid and binding. If any eontraclor„ subcontractor or supplier wilifully misrepresonts-themselves with regard to t:he directives outllmrrss, It will i.rc� couls;lda°raa'i a [reach of c;ontiact: and It will be at the Clty's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability, 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above, Dated this . .,,,....... _._... day of_.... 20_. By For: Title: ....... .... Date: EEO COMPLIANCE DOCUMENTS - 1 Exhibit A 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 Exhibit A 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-mentloned company was the prime contractor for the Agreement known as ..._ .. that was entered Into on the_ (rlatPl 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 .... .... By: ...... .... . . _.. ..... .... For: Title: .. ...... .. . Date: EEO COMPLIANCE DOCUMENTS - 3 Exhibit A CONTRACTOR COMPLXANCE STATEMENT (President's Executive Order #11246) Da4 e..... This statement relates to a proposed contract with the City of Kent named Kent Shop Facility Modular Building I am the undersigned bidder or prospective contractor, I represent that 1. I have, . have not participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY: Signature/Title ADDRESS (Note to Bidders: The information required In this Compliance Statement is informational only) Exhibit A EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance 'The Contractor shall procure and maintain for the duration of the Agreement, insurance agai'rast olairns for Injur`'les 'to persons or damage to property which may arise horn or in connection witia the performance of the work hereunder by the Contractor, their agonts, representatives, employees or subcontractors, A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below 1 / ,tl9r�alttj>1icr. LlwiI insurance covering all owned, non-owned, hired and leased vehicles, Coverage shall be written on Insurtance 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. C;,k,rlttCna ar,;ha_� Gi"nei�i ..I j"abill1'y, Insurance shall be written on ISO occurrence form CCU 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising Injury, and liability assurned under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85, There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage, 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 it 85 or a substitute endorsement providing equivalent coverage. 2, Workers,' i coverage as required by the Industrial Insurance laws of the State of Washington, 3. l3ujildi is, [tJs t insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work, Builders Risk Insurance shall be on a all-risk policy form and shall Insure against the perils of fire and extended coverage and physical loss or damage Including flood and earthquakc, dean. ,� vandalism, malicious mischief, collapse, temporary butlldings and debris removal. This Builders Risk insurance covering the work will have a maximum deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor, Higher deductibles for flood and earthquake perils may be accepted by the City upon written request by the Contractor and written acceptance by the City, Any Increased deductibles accepted by the City will remain the responsibility of the Contractor, Builders Risk insurance shall be maintained until final acceptance of the work by the City. Exhibit A EXHIBIT B (Continued) B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1, ttte,lg (IIta,'Jj,y, Insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. C pi rf J_C1,2LK, �r1el' n i Ial,lll1xy Insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products- Completed operations aggregate limit, 3. I.3l:illeaht_ Wflxj°ak insurance shall be written in the amount of the completed value of the project with no coinsurance provisions. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Comme,rclal General Liability and Bullders Risk insurance: 1. The C(MtiaaCtr)r`, tiaSUrance'. coverage shall be primary insurance as respect die C°Itryr. Any inr,UraarIC0, tself-Insura ace,, or inalipancr I�arxol Coverage rrwintailred iry thr-a 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. D. Contractor's Insurance For Other Losses The sMorrtractsaa° Taiaaall arsasaaan(,, full resi>c lasilallii:y for all loss ar clanaage from .any cause whatsoever to any tooha, Contractor's employee owned tools, rr,ae.Naiiae+ry, saciuipanOnt, or motor, vr�llrles owned or rented by the Contractor, Or the Contractor's r)gont,;, sui or contractors as well as to any temporary structures, scaffoiding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and ernployees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk Insurance or other property insurance obtained pursuant to tiae Insurance Requirements Section of this Contract or other property Insurance applicable to the work, The policies shall provide such waivers by endorsement or otherwise, Exhibit A EXHIBIT B (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current AN, Best rating of not less than ANII. G. Verification of Coverage C:47ntra8anr sl1all fur niSh tht^ f;,ity with original c e r u if sates and a copy of the an-wndutorq endorsoment , including but not ne cexrssal ICy limited to the a(lditional Int urod r;ndorse rnernl, evidencing the Automobile Liability and Commercial General Liability Insurance of the Contractor before coiruncntertrc;rrt of the work, fl(lroeft Ziny C1Xp0ture to loss rtiiay occur, the Contractor :,hall file wlth the City a copy of the Builders Risk insurance policy ttrat Irvclndos t ll applicable c,onditione,, excinsiorrs, definitions, Cernns and endorsements related to tills project. H. 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, Exhibit A KENT PUBLIC WORKS AGREEMENT between City of Kent and [Insert Contractor's Company Name] THIS AGREt MEN7' 4 ilia de by Orel betweeln Rhea City ofl(ednt, aL+ @shirnotorn num lope I corpporutlon (more+Inafter the "City") and [I ns"nrt Gontracto r"s Co. Name], orghaniz(rl under the laws of he State of [Ins e.rt State conTarny torme:d urxler],located and doing Ibusirrdtr.r, nt iln,^.;el"t Cattractor's Ad d-os1,�i, pier ne Number,, and Contact Person), (hereinafter the "Contractor"). .&UJ NI The parties agree as follows: I. OESCRXPTION or WORK. Contractor shall perform the following services for the City In accordance with the following described plans and/or speclflcatlons, [Insert detailed description of services contractor Is providing. Be as detailed as possible. You may attach an exhibit so long as the exhibit Is clearly referenced and Identified by title and date], Contractor further re,proretits that tine sorvlces 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. If. 'TIMCa oil a)MPLETION. "'fine pportles ayrenethat, worts will ibuagNn art the trnkrl<s eticucall,,a+r�9 In Se:tion I heovo hrume dbtely upon execution of this Ajreelment, lemon the effertivc dote Of i, Acf+,eorent, C"orltroctor shall connplcto the work des rlbad Ion 'Senn„tior' I Innter oNther "within" or "Nay" da:ae,^ndhnt,p on cjeuclline Nianoxt form find) [Insort calther a (late specific or enter 0 of days„ weeks, rnoniths, years, etc.] III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed [Insert maximum dollar amou nt to be paid for services - You may type oaat the dollar a nnount and enter the numerical dollaramoun t In parentheses or you may Just enter the nurrierlc:il dollar arnount], InClUding any applic,lbie Washhgton State Sales Tax, for the work and servfce,; conterepiated In thLs Agreement, -fire Conlrs,ca or shall Invo Ice the City monthly. The City 41 pay for the Portion of the work de.wcrlbecl Ien than Invoice that has been completed by the Contractor and approved by the City, 'No(! City`s payrment small not constitute a waiver of the Clty's right to final Inspection and accottanco of the pro)oct, A. Pursuant to Chapter 39.08 RCW, the Cbntractor, rdranlll pprovlde the City a payment and performance bond for the full contractamou nt, B, )g,erp,nllY"rtp.fl, The CRY shall hold baule a rrt"I rrznge il) the amount of five percent (S°/0) or any innd vil Ipaynxrents made to contiarratrb r for "n pw,lod of sixty (60)dily:, after the clato of fipnnl a c efet amen, or until rocelp t, of ell rx:a esraa ry rcieases from the State ipoiw,rtalent of Rewe nue, the State Departnnstnt of Ceiba, VA Indusi and the State PUBLIC WORKS AGREEMENT - I Exhibit A Employment Security DLI)artrrent, and until settWojcnt of any lleiIs filed under Chapter 60,28 RCVV, whichever Is later. The amount retained be placed In a fund by the City pursuant to RCW 60,?8.011 (4)(a), unless othul'wlse Instructed by the Contractor Within fourteen (14) calendar clays of Contractor's signature 09 the Agreement. C, I?oftx"Oyv, The City rosurver, its right to withhold pt7ynlenL from Contractor for any defective or Unauthogized work, jmfectivo or Work Includes, without lImItatlon: work onci that do nolt coulOrM to tho , Worj< I requirements of this Agroennent; Ond extra 4 no ruatel'tIls' Iaui nished wiLlwul, the city's written approval, If Contractor It; unable, for any reason, to SOINIa(LO'lly complete any portion of the wwk, the City In8V c0l"Plet0' the work by contract or otherwise, and Contractor shall ire to the ¢:Ity fur any additionol coqb, InCuroesed by the City, "Additional Costs" shall ij)enn all reisomablcl fx)st�',, indu(II119 10901 costs, and attorney fees, 111CUrrad by the Cit.y boyWICT the tonxImum Corelrroct PrIcL ,pecifled above. The City further reserves Its ricillt to cicc,iticl the (u,,L to c0n1j)I(ft0 JW Contract work, including any Additional CZols, from any and toll arno(111U', due or to become due the Contractor, THE CONTRACTOR'S ACCEP'T'ANCL Or FINAL PAYMENT (CXCLUDIN(, WHIII JEI 1) RE VAINA(--&) SHALL CONSTITUTE A WAIVER OF CONTRACTORT, CWMS, EXCEPT THOSr PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONI RACTOR AS UNSETI'LE'D A`fTHE TIME FINAL PAYMENT IS MADE AND ACCEPTED, IV. INDEPEN13ENT CONTRACTOR. The parties lrjtend that an Independent Contractor- Erniploytr ReloLlonship Will be Q,nated by this, Agreernent� By titcIr execution of this Agreement, and in accordancL with Ch, 51,oa RCW, the pai,UeE, juako I'll(, 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 estalallshed and ltr(Iq)enden( buslnc.;s that Is Hilgiblo for as business deduction for federal Incotuo tax pkjjpt)s(s, tinit cxlsood baftwe tyre' C,ILY retalned Contractor's services and Is It service offior thorn 010t i0l'05110d by than) City, or the Contractor Is engaged In an Independently trade, occupation, profession, or business of the sajjje nature as that invnived under this AtireeitwilL D. The Contractor Is re:ponslble for Ming 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 IsLISInO%, and has obtaloj:cj a Unified Business IdenUflor (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 llcnnse pursuant to Ch. 19,28 RCW, G. The Contractor malrtaIns a set of books dedicated to the expenses and earnings of Its business, V. TERMINATION, The city may terminate thls Agreement for good cause, "Good cause" shall Include, without Ilmitatlon, any one or more of the following events: PUBLIC WORKS AGREEMENT - 2 Exhibit A 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 wlthln the time specified In this Agreement, C. The Contractor's fallure 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 flung for bankruptcy or becoming adjudged bankrupt. F, The Contractor's breach of any portion of this Agreement, if the G-19:y trsrminealos tlnls Aa'irreerttnernl for good ceutae, Gino Contractor ohall not receive any Further money drat under this Aagree mornt until the Contract work is corrnpIL40, Altai termination, the City may take possession of all rr^c.aWs; and data WUEthYn the Contractor's po°srset;skut pertbIning to ttli protect which may be used by the Clty without restrictlon, VI. PREVAILING WAGES, Contractor shall file, a "Statement of Intent to pay prevailing Wages," with the State of Washington Department of Labor &Indus hleg pi'lor'lo cornarac racing tine Contract work, Contractor shall pay prevailing wages In effect on the dace the bid Is accepted or cxecUtod by Contractor, and comply with Chapter 3112 of the ltevhsced Code of Washington, as, well as tiny other applicable prervrilling, wage rate provlsloins, The latest provaahinrg wage rate revision issued by the Department of Labor and Industries Is attached. VII. CHANGES, The CRy may Issue a written channge warder for any chcarnge, It', time Contract work ,durhng the performance of this Agreement, fr the Contractor doternnines, for aany reason, URIL it rhnnge order Is necessary, Contractor must submit a wr•Ittern change carder request to tire person listed gn t170 notice provisionsection of this Agmement, section XV(D), within rourteer, (14) colandar days of the cWte Corntraactar knew or should have known of the facts and events vNIUM rise to the reeine,eed channge.. If the,. City tiolormins. that the change Increases or decreases die Curo aactor'sr costs or bract liar perforrnanc.e, the city will make an oWiltnble adjustment, The City avill ,nU,rrq t, In good (nitr), to fetich arygreernont with the Contractor on all ocuh"cable adluslu oitS However, h h1e panic;, are unable, to igtee., VIC ClAy will deLci,nd ate the eea.guitanblo adjustment as It dcerams opin-oprlatre, The ConLrWor^ s,hail proceed with tine clnarnge eager work upon reredvdng either a written change under Rom the C.hy or an oml order Pronn the t;:ify boore* actually recolvinu time wriLtun daring(, order. if Me Contractor fWW to resp rte a chmnge oedaer wtlhhn the tarn. spaclRod In ads paragraph, the Contractor waives Its right to rnnaall any claim or subraolt rsubssuptent change Order requests for that portion of the contrail, work, If the Contractor disagrees with the clwdfawan ad.lus tr irt, the Contractor must co nipiete the change order work; however, the Contractor nmy a"fact to pretest the aad,jtsUnent as proWded In subsectfonr, A through E of Section VIII, ClaBrms, below. "Ile Contractor accepts all reclulrarments of a charagge order by: (1) enelor ,iuhcg it, (2) within a separate acceptance, or (3) not protesting In the wary thlr> sr-claen provldns. A ehaanaa order that is accepted by Contractor a provided Ian this, section shall conastitolo full payment: and Onal seRmirnent of all cdahns for conhsaact We and for dlri lodlrect and ronssequenWil co,aUl 911cluding cosiss of eft ltayse related to any work,, elther covered or affected by the change. VIII, CLAIMS, If the Contractor disagrees with anything recicrire^rl by to change ardor, tnndher wrhlrrn order, ire an pool ordoa from the City, inol ones any ¢IlrecUon, intatruction, into>rprolAtdearn, or detern fnon'lo n by the City, Ibis Contractor may file a aialm as provided in this seson the C:oryli still give wdlAon nrrl.icre to the city of all clM mn withhn fourteen (t,,1) cala .11clar clays of the occ;urrt.nrct or the words giving -We to the cialms, or within rourteon (IQ calendar days of the dates the C.;ant,ractor knew oar harnld have knI wn of fine rat:ts or events giving i1so to the ch5n, whioirover occurs fling . Any claim tear damages, additional payment for any reason, or extension of Gino, whether Corder this Agreement cur PUBLIC WORKS AGREEMENT - 3 Exhibit A otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made In strict accordance with the applicable provisions of this Agreement, At a minimum, a Contractor's written claim shall Include the Information set forth In subsections A, Items 1 through 5 below FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A, Nr7Nl4!'? c,l ( lari.t7:I, 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 clalm; 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. ltganQI-ds, The Contractor shall keep complete records of extra costs and time Incurred as a 0IS"it 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 evalunt.e all elahaa,a, provided the procedures In this section are followed, If the City determines t:haat a claim is valid, the City will adjust payment for work or time by an equitable a rd;juatGTr¢snt. No adjustment will be made for an Invalid protest. C, Swaal).S.flaaetpl '�.tltlkY Itr�Rit!'IJIs4utt. 4.:'t:dLC�u,tite�zl..C!a,N.9;1, In spite of any claim, the Contractor shall proceed promptly to provide the goods, materlals and services required by the City under this Agreement, D, I`.9tl))4I1� trr 1,'1S16:a `1 t5rfl,'fjlleiG6n. s fwtivon. By not protesting as this section provides, the Conl.nadtor ar.l.no vvzalvuR ally ucltGit4onal entitlement and accepts frorn the City any written or oral order (Including directions, instructions, Interpretations, and determinatlon). E. 9-wlur!" !,r) .9N. I kjl.fr.?a'.l'.tfbrc"L�4ld" ` tGpr�it:(LLC!A, . OY!�, . ISy falling to follow the procrdut.es of th4s sr..ctlon, the Como'ac:tor completely walvraa ally raerinad for work and accepts frrnm the City any written of oral order (InCkldlnlp dlrC(AI011.r, Instrur°.h( ns, lmut �ularctztlrarrs, aarld determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUrr ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM TI-IL 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 faluafuliy aontl a aatiaufactorlly pustopw all work praavkVryd urrekt r tlnl5 Agreement In accoodmico with the prtwislGntis of this Agjcemcm(, The Conn actor shall pruraaptly corjoCt all cG0ccU; In woriI and nwtorN1I-.,. (1) w"krtrr7 (`.orntiaraitaar kiwvus of thouW havat krYcauaft of the defect, or (2) upnn Cophaactor's receipt of nratllicaition feorrn the. (',Ity Of Uta r.xP,(once or discovery of the defect. In the event any parts are repaired or repkwed, only orlrg!nal 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 addltiorrral year beyond the original w,arramy Ireariod applla;;able to the overall work. The Contractor shall begin to canrecl, any defa.aas within ;,overr (7) caalondir days of, Its receipt of notice from the City of the defect, If the Contractor dries not accomplish they ceaar¢�r.�tlonae within PUBLIC WORKS AGREEMENT - 4 Exhibit A 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 sinlpaioyecs for the performance of work under the ,greernent or any sub-contract, the Contractor, Its sub,caonLractors, or any person acting on bel'raif of the Contractor or sub-contractor shall not, by reason of race, rohgion, color, sex, age, soxuM orientation, national origin, or the presence of any sensory, mental, or physitrai disablllty, discriodnato against any person who Is qualified and avallable to perform the work to which the ernployment relates. Contractor, shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1,2, and upon completlon of the contract work, file the attached Compliance Statement. XIx. INDEMNIFICATION, Contloc.tur shall defend, hlderrinify and 91016 tiara City, its ofrlc+a's, offlc l alis, employe el�, rrgaarals and volni meal's harndloss from any rend ,all Claims, Injorie^ ., damages, losses or suits, Irualudh)g rill legal c.nsits, and attorney Yeen, arrNIn€p out Of W' In Connue;d¢raa v01111) (hero ContiCic.tcar'!; perronvamce of Ihls; Agreement, exc up l: for (hnE: poi tloo or the injrruIUS and d0roAV05 cau!ac,d by the C:Ity'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 jurlsdlctlon determine that this Agreement Is subject to RCW 4.24AAS, then, in tile event of liability for dan7acies firris�ing out of bodily In9cir�y to persons, or dainwages to prc'gre Iiy cn)ur;Pd I)y or rt sulting from the c:oncurimnt rangligence of tine Contractor and the City, It, officers, off4c.iais, ernployces, aagerils and vnhinteers, the Contractor's, duty to dufond, Indemnify, and hold the: City harrnlem;, and Contmctnr's liability accruing (ream OVA obligation ss1aail lacy only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERS700D THAT THE INDEMNIFICATION 'ROVII;fD HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER I�9lltta"I �AIw j(I IJIt!N) I:E,n 'TITLE 51 RCW, SOLELY FOR THL PURPOSES OF THIS INDEM�NIFICATICN, THE PARTIES' FURTHER ER ACKNOWL.EDGE Ti-iA'I'''1 HEY HAVE, MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defoit a In any ratrlt ui ;,raay ula4m, if tlu ri tender wan ntaelee p>ur�i uant to this Irreinmuifieetticata c.Ynu!,r„„», and if tbor efucal I> a.niy,trttr( ngly deWrnalnrd by as couil hoving jurl;utji;iton (oi ollwi trgrood tribun,il) to have be"n it wrongful refusaal vn ille B ontr,oraor pm , then C:ontlowtor ri'a,rlf pray oll the cltyai Costs for (fi,lue ai , IncholItIg ,clll uraat+,on"obi; iyxprcit wltnr .�s leef; nand ra"I onall attorneys, fees, plus tl're City's legal costs fund fearer h5ctirrod Irnc,ruu?ae there wr i it wrongful refusal or the Contractor's part, The provisions of this section shall survive the explratlon or termination of this Agreement. XIII. INSURANCE, The Contractor shall procure and maintain for the duration of the Agreement, Insuranco of the types and In the amounts described In Exhibit [Insert Exhibit #) attached and Incorporated by this reference. XIV. WORK PERFORMED AT CONTRACTOR'S RISIC'. S,COntincl.nr sfiilll taken all nL°cem.zrry prec,aulluns; nnd! :alaatli )e retponsibe for the salcty of ltr, emioloyLer, agent!,, arid uhcortractoi ', lit the performance 0 the contract work and shah utilizo all parutectlon nrrCSslir°y for lhflt pur flr)5e. All work shall be dons of C.nnuacLW"S own Its*, and Contractoi shah be ic.siaorara1le foi away lest, erf or damages to materials, tools, or other articles used or held for use In connectlon with the work. XV. MISCELLANEOUS PROVISIONS. PUBLIC WORKS AGREEMENT - 5 i Exhibit A A. 2=CI hl lA ¢t„r„.tilpls� 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, il. { rcyyrri t I g k,ttdc.11• The 'Whrred of the City to Insl^st upon strict performance of smy of the covenants and agreements contaafneed In Ihtae Agreeeniont, or to cexerclse sany optlon confartod by this Agreement In Or'(' or HItlre instances vahaell not be construed to he a weaaivur or relinguishrncnt of those covenants, agreonacants or crptlenrs, and the laaron shall be and remain In full force and effect, C, !;r rpaLM,lr,l`q .r [_.GI71..I�t.tll5.. lCtsl .4� da'.lilhU I,trut. This Agreement MwW 00 governed by and construed In accordance with the laws of the State of Washington. if the parties ,are unable to kettle any eiglydrd.o, difference or claim arising from the partkr ' performance of thk Agreement, the; PXCIUSIve neeanw of rusulvined that dispute, difference or claim, shall only be by filing snit exclusIvety under the vranr.e" rulos and PtrI&dIcU0i'r of the King C:ounly f5upe,�die�u C`oort', W119 tkaun(y„ VWr.Shiniftorr, unlitr,.a the paltles tattjrot'° In wrtitingg to an alternative dispoic resoiut,lon proceei3s. 11) any cialin or lowSu4t for dernaacfus ari<Ined frerna tiler pi pe'..rrolloonce of this Agleonlent., edach party "shall pay all Itj lctgael Last,; ond ott.orl'uY's fGe' IICOVIred In defeanrtlllael or brinting such eArlrn or Inw.allt, Inclutllnll Lail appeell, Irr aeiciitlon 9er cu'ly otllr r �a+ ove year award provided by tarw, 1,A99.I00j, however, nothing In Urlsa pawl saholi he: aonl,U'Ued to fiWit the City'ra right to Indemnlficahlerla Under ";+action XfI of this Agreement, lo, yyflyf_,fl uygrtlttrt, Ah c,eaarrm,Llralrations rog¢rr•dinyg this Agrttemenl shall be scint to thr, partlea of III(,, tld€frosr;e.s Itltted on tile: MednatulO ptacdt. or the AgreQntent. uniesl,, ncatihud to the contraary. Any wiltterr Irotice 110 .under shall bocrtarsre e ffe ctivt: thro(t (3) business duya, after tile, dote" of milling by re yiateretd ear certified mail, aand shiati be deem d sufl'icIvndy cgivem if sort(; to thaw addr a s,iml It cite, addrws sLaWd III thla Agreement or such other address as may be hereafter specified in writing E, l +t9unt4taf,. Any aasIgrrment of this Agroornent I:ay either paj,l^ty without the written conscwnt. of the non-asaggn4ng party shall be void. if the near-assigning parity gives pus consent to any asslghranunt, the terms of thf„s Agreement shall continuo* In full force and Inifect and no further assignment shaall be made without additional written consent. F. M.Qrl1Cl.I:.+"?lll4.R. 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. jyft,(,@:c.Jgl'et;tl L1V� 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 ropr'esentative of the City, and such statements shall not be effective or be; construed as entering Into or ferming a part. of or altering In any manner this Agreement. All of the aiyovc documents are horeby made a part of this Agreement, However, should any language in any of the Exhlblts to this Agreement conflict with any Idrrgaage contained In this Agreement, the terms of this Agreement shall prevail, H, t'e?fL.Mirlla�+�59 ..t` ulr .I,nw,°,, 'Ifjt- Contractor agrees to comply with all federal, state, and municipal Iawars, ruder.;, and 'Cli0 Cations that are now effective or In the future become applicable to Contractor's bush'fa'^,!a, equipment, and personnel ergaged In operations covered by this Agreement or accruing out of the performance of those operations. [, Llf,IWlget,_f w,,r„,s?.tLls.11r1 The Contractor acknowledges that the City Is a publlc agency subject to the Public Records Act codified In Chapter 42,56 of the Revised Code of Washington and documents, notes" enralk" and other records I;rrnparaled of by the Contractor In Its perforlTaelerce of this ArLrLeenaerrd may be subject to public review Frond eeveart if those records are not produced to or perr,se•;!;o,tf icy the: City of Kent AS SLIC,Ce, the Ctantnkaetur astgroeY,s to cooperate fully with the City in satisfying too Ol.y'€ dudes and olabedalClorin unterr the Public Records Act, J, shy_ prior to commencing the tasks described In Section 1, Contractor agrees Lo provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT - 6 Exhibit A K. 94141 'Cf �l`r. 2ll. _$941fN�rVt4llra--I Y JI+ .,_g,r 1.14] 16 This Agreement may be executed In any number of Counterparts, each of which shall constitute an original, and all of which will together constitute his one Agreement. Further, upon executing this Agreement, either party may deliver the signature iPaIIC,. 3 the other by fax or emall and that signature shall have the same force and effect as If the Agreerpea bearing the Original signature was received In person, IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below, All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR; CITY OF KENT: BYe... .... .. _ By:'__ _----- (slgneture) (signature) Print Name,.__ Print Name; ? 1Ei11{alL— --- _— Iis_ __ 1ts. — J71Y.4r (title) DATE _, ltr _... -w.- i_i_.._.,. NOTICES TO BE .. NO �7 70: TTCES TO BE SENT TO. CONTRACTOR: CITY OF KENT: [Insert Contact Name] [Insert Name of Clty Rep. to Receive Notice] [Insert Company Name] Insert Address] City of Kent LAddress - Continued] 220 Fourth Avenue South Kent, WA 98032 [Insert Telephone Number](telephone) [Insert Fax Number)(facslmlle) (253) [Insert Phone Number](telephone) (253) [Insert Fax Number](facslmlle) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent Clty Clerk PUBLIC WORKS AGREEMENT - 7 i Exhibit A 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 (Insert Date), the bidder Is not a "willful" violator, as defined In RCW 49A8,082, 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. Insert Bidder's Business Name By; Signature of Authorized Official* Iith . _w. .. _....... Date, City and StaL"et _ _....... .... *If a corporation, proposal must be executed In the corporate name by the president or vice- president (or any other corporate off/cer accompanied by evidence of authority to sign), If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 Exhibit A " KENT PAYMENT AND PERFORMANCE BOND " 11- TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, ....___....... as Principal, and _ „ _ ...___ ..,._..,. . ___......_,_ a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ _... __ together with any adjustments, up or down, in the total contract price because of changes In the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered Into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or Is about to accept, the contract, and undertake to perrorm the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time, as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material nren, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall Indemnify and hold the CITY OF K,EN"f har`rnicss from any damage or expense by reason of faltlul-e of porformance as specified in said contract or from defects appearing or developing In the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals, The name and corporate seal (if required by PAYMENT AND PERFORMANCE BOND Page 1 of 2 Exhibit A law) of each corporate party Is hereto affixed and duly signed by its undersigned representatIves pursuant to authority of its governing body, PRINCIPAL (enter prIndpal's name above) BY: T17LE: DATE: DATE: CORPORATE SEAL: PRINT NAME DATE: SURETY CORPORATE SEAL: BY� .__. ... .. .... ...... .... ..... DATE: TITLE: ADDRESS: CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal In the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto Is genuine, and that said Bond was duly signed, sealed, and attested for and In behalf of said Corporatlon by authority of Its governing body. SECRETARY OR ASSISTANT'SRkEfAkY PAYMENT AND PERFORMANCE BOND Page 2 of 2 Exhibit A SECTION 007000 GENERAL CONDITIONS AIA Form A201, General Conditions to the Contract follows and comprises the General Conditions, Section 00700, Should any of the articles or terms of the following document conflict with section 00500, Section 00500 shall prevail. END OF SECTION General Conditions 007000-1 I Exhibit A Page 1 of 18 State of Washington I;)ep artirnent of Labor & Industries PrevailingWage Section . 3-elephone 360-9O2.5335 PO Box /14540, Cilynipia, 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: 3/28/2018 f, taunty Trade Job Classification Wra L," Holiday Overtime' Note King A bu,ttr, Ahalt!or nr Werikel Journey Level $46 5,7 SD 1H Kill y loiiel Journey Level $66 54 5N 9c King brick Mason tourney Level $55 82 2A Ktnq Bfick M rcon Pointer Caulker Gleaner $55 82 5A 1M _ Janitor $23 73 5S 2F Khri, iurtlrYhrr�ytivu�c lurir(saYer � _ _.- �.. King Btgiding S rvk-, l trrlairryt,k} Traveling Waxer/Shampooer $24 16 55 2F King Bulithua 're l vlo'. Y tjgLc2yees Window Cleaner (Non- $27.23 55 2F Scaffold) King hrofitrllip t r It 1 ny,(arys,; Window Cleaner (Scaffold) $28.13 55 2F Rlnf f,rhnir t h2taCw i, (in `rlrral i Journey Level $22 74 1 King l.iI%oqvns Acoustical Worker $57 18 50 LC Carpenters7, n . Kin N i+r)r nl t rs Bridge, Dock And g ; 57 18 SD Wharf _. _,.. a .. _ _. .. King l'.r,piat irlrl.`' Carpenter $57 18 5D 4C _. ..... _ King CR>ll,enr1.l_s , Carpenters on Stationary Tools $57.31 5D 4C King t rAi iris t�, Creosoted Material $57 28 5D 4C ._. .. ... ... �,. v._ ..... _ -. King t,gl,lra.nteff, Floor Finisher $57 18 5D 4C =. _ ... u osl , Floor Layel $57 18 5D 4C King t.,wG t i`..__., _ ... — L f{l'i nlrrr Scaffold Elector $57,18 „ 5D 4C ._ $57.21 L 1M King Diu; i_ll l tnrli rs Bell/V hi e or Under Prelble nr r,t M a ran Journey Level Opera w - $110 54 5D 4C re) King (kh"(l it N r tptic s Dive Supervisor/Master $72 9'7 5D 4C $110 54 55D 4C 8V King ldlyp� a, i�nrir�r Dryer _. .. King 1rdup l, t+ 1 oOd r Diver On Standby $67.97 5D 4C King Diver.s fa 7 r iridors Dwer Tender $61 65 5D 4C -_.m ... Kit D4_, ti lr mlt i Manifold Operator $61 65 „ 5D 4C - King v, rs it I end2r a old Operator Mixed Gas $66,65 5D C King I s Opera te Operated vehicle $61,65 5D 4C )1vhi� & Tender, for/Technician King Dk� t it-1 mr el5 $57.43 4C littp s,/(forcress,wo,gov/lni/wagelookup/pry W agelo okup.aspx 3/28/201 S Exhibit A Page 2 of 18 Remote Operated Vehicle King fJl,l.tin�Wrn Irr Assistant Engineer $56 44 5D 3F King DledRe WotjLrq Assistant Mate (Deckhand) $5600 5D 3F king Boatmen $56 44 5DLF King QardrYc Workers Engineer Welder $57 59 5D 3F King farrdJte Wni <e r Leverman Hydraulic $58 67 5D 3F Klin Mates $5644 _5D__.. ._ 3F King Orec1ga Work rs Oiler $56 00 5D 3F P LD King yr journey Level ati I Journey Level $ 43 "5_ P 1E 2899 S 1E g Journey Level m .. _WorXers Kinq Cable Splicer Krng C ect ici rr h1sjOu, Cable Splicer (tunnel) $62 24 7C 4E....... QNt Llcrtric9 Welder ( $74 38 L 4E airs Insltic Certified pnlStOck Person $79 80 7C 4E Kin 1 Vr ttrrrr ns Y�t,rrlr Certified K1nt; EfNctrirans Inside Construct $39 69 7C -------- I pside Journey Level $71 80 L E IfYn@I la r lr9eni vrr 9)si I, w Journa y Level (tunnelg $76 96 7C 4E w . . IUn Elcttt1rl<rns 40tt,r S)rtrlw — Craftsman......,. $15.37 .. _ ,.... Kina1 llcctalrrlKura Mrrt2r"Isar Journey.Level $14,69 1 _ _ King 1(r,C r is,Y,r1a4 G'a°y �i,Uni° Cable Splicer $74.43 LA 40 King ) b ttl1 G Ins NVY01110W Certified Line Welder $69 75 5A 4D ..,i_._.,.. t aMn C.Liort _ _ ...... .._m.� _.. ..._.�.._.., .. .......... ng 9„G1 �rla„Jtur�,°°min a r ,1�111r. Groundperson $4628 5A K CtY14.,t la;lr tlrrll Heavy Line Equipment $69 75 5A 4D King t lcegr7r1 r p alihorrll,Yns; _. G r riskr ur tiaaor Operator _.,.._._ King V Irr}L1r,TMr_yrga__I"r7wr iYriiy Journey Level Lineperson 569.75 LA AD Con Irciction King I„Yar tJ fYtnlp I>o rgflllnrw Line Equipment Operator $59 01 2 Cons King Y )t II1c;Sarnrl I"raver line Meter Installer _ ,_ ., $46 28 5A 4D 8w King (ivali_I~rC' _ ... Consttu .m_._„ ��..,. har,~r�w_ q?Uwc,J4411r, .Pole Sprayer $69 75 5A 4D Consu uC0011 ._,.. ,. . King L)lt,Yr'G,rinilr ,i°"auiu;ptrr Powderperson $52 20 LA 4D Constlrurr Boer Journey 31 00 1 J I lcc lirrr�ir i cr lrulaln, JourneyL Level Kinir i 4r vsrc r Cnrr iruc_trrrc Mechanic $91 24 7D 4A KInd. Clrvattn ConsUuckcnt Mechanic In C.har1{e $98 51 7Q 4A_._...., _ __.. Kin g (ah1_h,lfrYrbc4 i n <p°+t (o17r 11„t,w All ClasslHcatlons • InFactory $17,72 5B 1R Prridurrs Work Only Ism i a*rrt LI or hairs Fence Erector 15 18 —king, Level $39 48 7A 31 i urn0y r= _. I<Ing r.. Jourry Level $61 81 7L 1Y https:/Ifortress.wa,govllni/wagelookuis/prvWageJookup:aspx 3/28/2018 Exhibit A Page 3 of l8 I King H+,<II,is i nrry4 in<Ril%upiw MagN Jowneynran $67.93 5J 4H AgheStos WDIhRY --- - 'King (r mal llrg C Glufprnirnl Piro Iranys Journey Level $78 17 7F 1 E rs I ap rr I�f<r4 poy�.Mson p r ii<1a Journey Leval $48 02 7A 31 _d —King., _ µ J . neyLevel'._._ $11.50 � C.I prnr r _ _.._ King hd nu5 BOatmd n 8aat Q aCr Vor $61 41 LB 1 K y I % Kin lul tnai tar rturrr gr Cook $56 48 5B ......]I King ,rnri I50ial nro n Deckhand $57w 48 5B. 1 K. Khrr InRsnd Bua 0v o1 Deckhand Engineer 558 81 1 56 1K King h q 1g iyi l;nwiquiro y Launch Operator $58 89 56 7K _ K1ng IgV�3nd I➢nJuorfrir Mate $57 31 LB Kong n% , arinfwl(I »✓nuiiril5wru1�l�o,, Cleaner operator, Foamer $31.49 1 G I St o✓i J P,b Wa:rYc%r ay54{:erl^ Iiy, Operator ita King hiaj r odraru/Clr grnf urisryi(ImI Grout Truck Operator $11.50 1 t'aC,Kr v✓c r R'x_W K i 4y 91a1tr0ir G.agttli✓¢I .... . �.._. .. _ _r. ,.._.�.,._. .._..._,. Kong jtjsp«{tlr>ir tdyriuuilr(rli5?,rl,I,PrsS Head Operator $24.91 1 Q7f,,,X!wr r R W_,R;ltc d �� dr„rung;13y King �trir�rgirrMMlf,{«,r„ruil� JSirr nt, Technician $19,33 O,L,ti WMr i t kJrtlar '"M,tan,tx King nrvnutr C.oitrrd( . ._.,.,......... IRr n a,P�l lir ir;i hJ�ISr,rl:)tr Tv Truck ,. _ .... .... _4 .. J 5 �_� 4a � Il uck Operator $20.45 i i5l5rw<� fi�Vr!;;Rtcr ',yYuitis,lly ltcruoR� Cutrlr01 9C1rrr )n5gr)rtrrr�n �Illu�rlrrrti Journey Level $5718 5D 4C King rowokers , Journeyman $67 88 7N _.._1 0 _ 1. _.. _.. __ .. _ .__ _- _. Gng Lohg Air, Gas Or Electric Vibrating $46,57 7A 31 Screed KBy I:.iPani ei s Airtrac Drill.Operator $48 02 7A 31 KVny L°bo(ers Ballast Regular Machine $46 57 7A 1 . _........ __.....w.. _..... ._.. King Laborers Batch Weighman $39.48 7A 31 King I Aql;%railJw BriclCpaver $46 57 7A 31 Ku1g lroiers Brush Cutter $46 57 31 Klnog Igo cis Brush Hag Feeder $46 57 7A 31 iCiarB l.drBar�r i Burner $46 57 7A 31 Kin Laborers g Caisson Worker $48 02 7A 31 KIn6 L�borPrs Carpenter Tender $46 57 7A 31 r Kiail R.abarers Caulker $46 57 7A 31 King LaborersCement Dumer p paving $47 44 7A 31 King LKrI_ of is Cement Finisher Tender $46 57 7A 31 Lobo o r Change House or Dry Shack $46.57 7A 31 Kfpalr .. i� .._...... King R abol of s Chipping Gun (under 30 Lbs,) $46 57 7A 31 Kong Laborers Chipping Gun(30 Lbs. And $47.44 7A 3f Over) Kln, Laborers Choker Setter $46 57 7A }I hops://for(ress,Nva.gov/lni/tvagelookup/pi-vWagelOOkuP.aspx 3/28/20 t 8 I Exhibit A Page 4 of IS King (,rblrgi" Chuck Tender $46 al / l„ Klnw Lihorery Clary Power 5prc rsrler $47 44 7A 31 Concrete Dum er/chute " $47,44 Z4 king �I ajiWir „ CCean u1,a Laborer. _ $46 57 LA �._.__ _........ Ki °' _ King Labo e ° P — Operator .._,,..._ ,._._,....... ._�.�........_ ,_.... _.. ..m ... .._ ...... King claw r _. Concrete Form Stripper^ $46 57 7A 31 m _ ._ King Laborers Concrete Placement Crew 47.44 7A King Laborers Concrete Saw Operator/core $47 44 7A 31 Driller Cul er $46.57 Kind L P7arers Demoglitionor Wrecking- & m $46 57 7A 31 8 _ _ Moving (IncL. Charred Material) __ ..... _. ,King ala�rur s _..Ditch Digger „546 57 9 4! . King Laborers _...._DiVer. ..-._._ ,,,. _S4B 027A 31 _., King Laborers DrlllOperator $47.44 7A 31 (6aydraulir dVamand)K ht ........ ,_$ I31 <hth Laboers Dump Person $46 57 7A 5 ne Labore a EPMY Technician King I ._... ........._ x .,.... Kin!( abort s Faller 8 sucker Ch Worker $46 57 7A 31 Erosion Control King t�aianrJr� ain Saw $47 44 7A 3I 9 _.... King �,°al�aatSI Fine Graders $46 57 7A 1 „Mm King i ahcai nr* FireWatch _ ,$39 48 � 31 Form Setter $46 57 7A 31 King l Ilan+et'a __. .. . m... Gabian Basket Builders $46 5.. Z9 General Laborer $46 57 7A 31 ._._ KYrol4 1 °alaoi r° .. _ _ A it King l aLrrsrrAr°. _Grade Checker @Transit $48 02 Person Lndao r Grinders $46 57 L 31 Ktl�7 " Grout Machine Tender $46.57 7A 31 n King L,r)�Iar(i(.s Post Tension Bea repncluding $47 44 7A 31 Post Tension Beams .....,_._ . . ._...-..•-. Klo+i m V ah r,l Guardrail Erector $46 57 7A 3 King L ors s _ ..... _. Hazardous Waste Worker $48.02 31 (level A) Ki31 ng LaborersHazardous Waste Worker $47,44 _ _g_ _ _....._ Kin 7hgrcls Hazardous Waste Worker $46 57 7A 31 (level C) _ _ ' 11 la Scaler S48 02 7A 31 King I,rlaaoM 8 "` jackhammer $47 44 7A 31 7A 31 CY _ ,_ ,_. _... ,. m .. .... ...... KhaL± 9 nfaorers Laserbeam aarrrior $47 44 7A m _ KUr brat _i s Maintenance Person $46 57 7A 31 Manhole Builder mudman $47 44 7A 31 !! Material Yard Person $46 57 7A 31 King (112Qlcais _ � m https://fortress,wa.gov/ini/wagelookup/pn,WagelooicuP.EsPx 3/28/2018 Exhibit A Page 5 of 18 King trora a mornrmm7 dktky p $ 44 7A 31 Locomotive 4 - 47,44 7A 31 King I atrpi a i ti Nozzleman (concrete Pump, Green Cutter When Using Combination Of High Pressure Air a Water On Concrete Ft Rock, Sandblast, Gunite, Shotcrete, Water Bla _.... . King Lrwpyr�ru l Pavement Breaker $47.44 7A 31 KUapi !s ?etlatti Pilot Car $3948 .. 7A _. . ... K11tg gala aw Pipe Layer Lead $48 02 7A 31 Ktrag L,I� _ . _...._ a;lni� a Pipe Layer/tailor $47.44 _ 7A .. ,� ..,._._.......,. __..._ --- Kjng �h ,ra r Plpe-- Pot Tender $47.44 7A 31 K1nr1 l ahmn r I Pipe Relrner $47 44 7A 31 - g Kin L boi ors Pipe Wrapper S47 44 L 31 Pot Tender $46 57 7A 31 _ _ .._ .. , .._.,... _.,m, .a.... ...m...... _ -- <Ing I.al)p rm rman $48 02 7A 31 Kinu ra . Powde 4 - rrlel _.. a�.. m kinb9 Laborers PowdermansHelper $46 57mM 7A ^, 31 ._ Kinp; Barhm 6 s Power Jacks $47,41 _7A Kind Railroad Spike Puller Power $47 44 7A—lr 31 fin aproi(rs Raker . Asphal[ $46 02 7A _ 31 n. _. LA _ Krnra laborer~ Re tlmberman 548 02 7A 31 Ktry �a)o�aroi _ ..�._. __m_ nt Operator $47.44 7A 31 Remote Equipment p King Lab Rigger/signal Person $47 44 7A 31 _._ .m_...__w _ap _. Kong Lalro ers Rip Ra Person $46 57 7A 31 K1ng Ijr�4>ni a Rivet Buster $47.44 7A 31 King Laborers Rudder $47.44 7A 31 King LtdyoiLp� Scaffold Erector $46 57 7A �1 Wng I rlytrnrrs Scale Person $46 57 7A 31 King Lalaorci s Roper (over 20 ) $47 44 7A 31 ..,rang Laborers _ Roper Sprayer $46 57 7A 31 Km6 I aborurs Spread . ... � ".a er(concrete) $47 44 7A 31 Stake Hopper $46.57 L 31 Kru 'l.ut. . ., ... __ .._ _ .----_., d orcrs Stock Piler $4fi 57 7A 31 kingLoh. _ � . .. . .. ._.�w _ _ n ___ __ _.. __ . ..... .__, .._. arcrrers Tamper ft Similar Electric, Air $47 44 7A 31 &,Gas Operated Toots _.,... ...�_ ....._. — King Laborers Tamper (multiple B Self $47.44 7A 31 propelled) King I,aborc r s, Timber Person • Sewer ) $47.44 7A 31 (lagger, Shorer Ot Cribber w,. ..... __ „ .. Toolroom Person at Jobsite ldtnr; LnEau�u �} � ( ) $46 57 7A 31 Kluag 4.aEpaai t i,l Topper $4fi 57 7A 31 v _ _... Krnpi Lr?0�nrer� Track Laborer $46,57 7A 1 14inr; t oborers Track Liner (power) $47 44 7A 31 King Lrlfani r s Traffic Control Laborer $42 22 7A 31 8R Kfi,h Laborers Traffic Control Su pervisor 542 22 7A 31 aR u__..... .. . Klna, Lak orur, _ Truck Spotter $46.57IT 7A 31 Kiang ImAlaas a r R Tugger Operator $47 44 7A 3� https://fo mess.wa,gov/Ini/wagelookup/prvWagelookup.aspx 3/28/2018 Page 6 of IS Exhibit A King �Ir4ore�h unnel 0 psi Work-Compressed PressedAir $92,60,� 79 I ig Worker __....__ King Laborers Tunnel Work-Compressed Air $97.63 7A 31 $Q Worker 30.01.44,00 psi King Laborers Tunnel Work-Compressed Air $101.31 7A 31 8�C Worker 44.01.54.00 psi _ ,.--,__,.,. . . . .. ... ., w.-_.-... -..,_._.. ...,,..$107.01 - — _.._ ... King Laborers Tunnel Work Compressed Atr $107 01 L 31 Worker 54.01.60.00 psi Tunnel Work-Compressed Alr $109 13 .._"" _ — King LaborersZ6 2 BQ Worker 60.01.64.00 psi Kin.. . ., _..-.. —Tunnel W._ W_",..__ _ g Laborers ork-Compressed Air $114,23 7A 31 eq Worker 64.01.68.00 psi King Laborers Tunnel Work-Compressed Air $116.13 7A 31 Worker 68.01.70.00 psi King Laborers _ Tunnel Work-Compressed Air $118 13 7A Worker 70,01 72 00 psi Tunnel Work-Compressed� ' King C.abnrers Air $120 13 7A Worker 72.01.74.00 psi _ .,... __. _..._ King Li arcrs Tunnel Work Guage and Lock $48 12 JA Tender King . Laborers Tunnel Work-Miner $48 12 7A ,- King abor'ces Vibrator "$47 44 7A (lung Laborers Vinyl Seamer $46 57 L 47 44 ."A 31 _. b .. — _.,..,..,..-...-Watchman 35 kin t barer King tl , T Welder $ 7A 31 ... ._ Sting Lnfi�otcis Well Point Laborer $47 44 ZA I Kin K1ne L3,I,iai rta 11,cVa^ukrnulleV„4t vrt r General Laborer a Topmanm " $46.57 _ A 3 �— _ I 8 trtatrar ��.-...,.._..._. ..__.....W._w.._,,_.�_... ...__-._. 31 Kin g N �aY1 tri,gtJnrlt,il,uyrundSrwel' Pipe Layer $4744 7A _ F 4UriYmr King Irrigation Or Lawn Sprinkler $13 56 _ Installers ---... � I ...--.., .. King— Landsc4ortpiruuctiuii Landscape Equipment $28.17 1 Operators Or Truck Driv ers I _,. King I_rrnti+q;Ttpr, Crruslr,Kryx lJua,1 Landscaping or Planting $17 87 _ Laborers -._..w—.... King L 4hc lm Journey Level $56 78 5D Y _111 KCnyg NS ...... „'ru us Journey vel Le „wS5562 5A " 1M Fltter S15 86 1 King Mrarai �;obrlcativn,till Slsvpp ..,,.w .m _...., I(1ng �rtlal�algrirntllrin�gahShari},� Laborer $11 50 ._-...._._1 ._.. _....,.... King Vrtagltiifrawitrlr.flua5ling}Wµ MacMlneOperatvr „Y $1304 1 _ " Painter $11 50 ICing mplal abi1Ctllon {I+i 'altrxtl�l _. $15 48 1 Kinlp hhttn}�!alrirc,ii¢rn (In 5btrrlr) Welder - � _ Kinp�,; MVu9lwi Ig�si ,kaurnry Level $58 68 6D 4C Cabinet Assembly $11 56 1 King NAntN JVt I1�Afilii?ray - 1 T _..,. 1 Electrlclan 11 56 I(1ng Modutl n 6uilrllnti;s _m - K1ng Mveittlpr Wuihlgsp, Ce{uiamentMaintenance King Mn(lul�all01ip1,111ry5 Plumber $11.56 1 https:(lfortress.wa.goo/lni/wagelookup/pry Wagelookup,aspx 3/28/2018 Exhibit A Page 7 of 18 Kling Murlul a Fuikllity Production Worker $11 50 King Modular Bi6idirwi raotMalntenance $ti 56 _. _ .. _ ..... .._.w 1 g yrlar dulldinos lJtld Person utility $11 56 - iYI Mod .. }Q K_hau MtHdtrltrr 1lrnlrinrps Welder $11 56 .. 1 . _ King lion IL r5 Jaarrrrry Level $41 60 6Z Lb K'ir7�l P1Ie (ti1vri„ drew Tender ^$52 37 . 5D .___.,..._4C ......_._,. King P1ha Ifr Ivor Hyperbaric Worker• $71.35 5D 4C Compressed Air Worker 0.30.00 PSI _ King Plle Dnver Hyperbaric Worker• $76.35 5D _ Compressed Air Worker 30.01 44.00-- PSI _ King 9Ir hrivr`r ,H goi cssr l Air Worker,��� � �� r b 1Ill s Worker� $80.35 5D 4C 5 orker 44,01 54.00 PSI . .,.._ Hip 5D 4C King Nllr,+ 01 yr r Hyperbaric Worker $85,35 Com pressed Air Worker 54.01 • 60.00 PSI 4 King 4hJcrP)iiver Hyptrr'lrnrlr.Worker $87,85 � _ Congarossod Air Worker 60.01 64.00 PSI _ Worker _ yjI vrhnrd.„. K9ng d'il ... e,� H INr ivr. r� - $92.85 SD Compressed Air Worker 64.01 68.00 PSI _...... _ LD LC King Pigta fir+v4J' Hyperbaric,Worker - $94.85 Compressed Air Worker 68.01 70.00 PSI _...,, King ilgt Vlr yr r' Hyper(rai it Worker - $96,85 5D 4C Compressed Air Worker 70.01 72,00 PSI _ Compressed Wo,orke.. .. . .... .,.. . King (Nle Or ver Worker $98.85 50 p essed Air Worker 72.01 74.00 PSI Mini€ (`K D(Iw4, Journey Level $57 43 5D 4C Journey level 554.89 � L I<InI lCrt y King I l,yhy;rgrurr ti„fink(rirrlirnitr trq Journey Level $11,50 _ ktilnh4 K1rtg �n1rr r tr d"Ipa iutrr i a Journey Level $81 69 62 G King pgwv trlur(rn�l rrr LJgir rtrlpr Asphalt Plant Operators $60 49 7A Ic LE°, u. . ., q£Icty d rrwr a i qulprllt rrt Opt saicar Assistant Engineer $56,90 7A 3C lii^ King, I r1y+ o I rqueiiii)NA Opr r ai, r, Barrier Machine (zipper) $59 96 7A 3C kip _.._ ., _. ...___w...- King Ifirlwvr r Lrp I rlor L71ar i�ltprl Batch Plant Operator, $59,96 3C 8P Concrete .......... King Povcr r d tluGprno¢rrt C9irr ra4no Bobcat $56 90 7A 3C III` war 1 i.I� arrg;�,� tJlx,r�.ykp.L BBrokk - Remote Demolition $56 90 7A 3C 8P King I3,„ g P, _ _ Ei Cr rriply! it f r e;ors Brooms $56.90 7A 3C I Kin I rrWr i ygrrronl tY sr _ � wrrlrliillp-w�_m ,I•,-_ II_Cutter 55996 7A 3C 711' 1 .. ,,.. ."... . .......-, ..._ ..._ 7A 3C lllA._- K1nu , r P r u1 rlrrr nr 4r rr rtig(tn CPr1 Cableways; ays $59 96 � I?cr I �m 7A 3CI>> ... Kin .. m„+„xn. i._ ., C P.. _. ..,, ._ u . https://fortress,wa.gov/lni/wagelookup/prvWagclookup.agpx 3/28/2018 page 8 of 18pxhibit A King I rPtirr r I,[ LE ai 7rnl Ci rr,r rrors With Boom Attachment Oovert $60 49_..7A Krng. Pfawr i 9 rioiianrr Gtl OJ>c ]Ior,r Conrprossor t 3C BP 42 M _. Krng Concrete Finish Machine 4aser $56,90 ZA 3C _ Screed Krng �'qwg a 9,rluiimurrl Cl>eiutor,, Concrete Pump - Mounted Or $59 49 7A 3C 8P Trailer High Pressure Line pump, Pump High Pressure. With Boom Attachment Truck Up To s.uLA 3C ,.�.... _W__.-.._,__.____ . ,.-_._...__.._... � Bsrawa� Cytlttllarrllmtr4 (_ail4_rrjory, Concrete Pump: Truck Mount $59 96 7A 3C BP _ ..._.. 42m . . . . .. ._. . .__.._... . ..... Krng Porac Cglyiplriei7t,43acaatoos Conveyors $5949 7A 3C _.m ..81) _... King Pcwe Equipm pa ent O ,wn9rars Cranes Friction: 200 tons and $62 33 7A 3C 8P over _.,. _ ..._, King j7gyv,r &1ll,alpauirrrl Olvur, A Cranes: 20 Tons Through 44 $59 96 LA 3C BP Tons itry 1 i th Attachments _ 1 rr.Lalcs , Tons Orr �5 Tons Boo .. ..__.. K1n8 Power E iri rmcirt t',• t� rough 199 $61 10 ZA 3C BP m (Including Jib With Attach 250 o m s 200tons• 299 tons, or $61.72 7A _...3�. King E owa r I(gragrn�,nr�i.n�Jar lai rn,a f boom including jib with attachments _.. __.............._..._, ._...,. King I'ov Cranes: 300 tons and over or $62.33 ....... ._ 7A 3C rr i I`s,i[rll;n�r in(>gar rpatrai AE 300' of boom including Jib with attachments ___ .....__-, King (ao n r l quippy.Lrl Opel ators Cranes: 45 Tons Through 99 $60.49 L 3C aP Tons, Under 150'Of Boom (including Jib With Attachments) _.... ..____-_.__ .., nsA_n" ._ ZA 3C BP King hawrr,t,R,tpi,egaitriMitt,(71srL7Cori,.^� Cranes: A•frame • 10 Tons And $56.90 Under _,�....�_ w..�._,...... -King—., __ _ ._ rI > J>a i�rdais Cranes: Fhc[ioncran ell s $61.72 J9 3C g uvrci I;clrlipaurrrll..l,1 through 199 tans IT ., .._ __.._... ,.._.... .,.... _ g laowe�r ,tlwrJrripfitirrykwfria� r�+tors Cranes: Through 19 Tons With $59.49 � 3C 8P Attachments A•frame Over 10 Tons — Deck E l __ ... __...A 3C 8P . 1 ovva r ,c nliarua nl fr rrn ate>r Crusher S69 96 3C eP ipow Kingm I caws r Ea uV 7nr rr� D as ----s [errfekssin n ...... gWWorkeS $60 49 7A 3C PSI* I KrnZ11- g icrxtr . I O King PowcrE[iillarnrdrLGcrtois Ofi e Truck mm$5949 7A g1, l Crane rM Mount TYP 3 q 9 Dozers D 9 & Under $59 49 7A BP King Prsw r luiLuirraul aipt^r�°tors 17YIlIIrvgMachine $69 10 7A C 8P I(lnlc„ P Drit _ . ,..,-. .... ..�.._.._ _, 3C 8P 1'srvdo r Ca9ar ra�ln}s Elevator And Man lift: $56 90 Z9 Permanent And Shaft Type _. ..,,. .. _18P .. King I?rw✓/aq W IullrrrehnG,•,(31r[riirlcrr inishing And Camaco & S $59.96 LA 3C Equipment _ . ............. _ , $59.49 LA3C King �C'p�'ft•r_1""a3t11L,nrrirt.f?pS1.r!449 ._ https://fortress.wa,gov/lna/wagelookuplprvWagelookup aspx 3/28/2018 i Exhibit A Page 9 of l8 Forklift: 3000 Lbs And Over V.... With Attachments ...........,. . ....,_._ _ King Paavrr frN.i(11!r!4.54 tktlrr Csrif t.a Forklifts: Under 3000 Lbs, $56.90 Z� 3C SP With Attachments d ngi __s _ .. 9,96.._ wr E ui ru rc nt O r, r g r: Using Blue $59,96 7A 3C ,� King 4._., k .. _ MML_?rlrarM1 Pr' Sheets, Etc pK1ng Ha x i F ugnrwC.itt Op s Yr?ac rt ad Tail End Dump $60.49 7 d i man A W 3C 8P l u .,,.. rail Punch $59 96 3Cl Articulating Off- Road rqulpment 45 Yards. &Over BP _. King Hard Tail End Dump $59.96 7A Articulating Off-road Equiprrtent Under 45 Yards _ _.,..,., King GrtrwrK ill srro„t',;y C1 t� r,rlrr,p. HorizvntaVdirectlonal Drill $59,49 7A 3C 8 i t l I Locator ._. t rriui r rry _._... _,.,..._....... ........_....,._.�...............w... King l"rrw/ {p ,,rtt (Yiur r.rtou ; Horizontal/dlrectional Drill $59.96 7A 3G SP Operator _. King ar$wrrtr)nair,afrrt,JlpYr3Filors I10Tonifts/boom Trucks Over $5949 3C LP11 s King y?tpvpr r d.:a LrLY.+"R�r t�l.rr_irrtors Hydralifts/boom Trucks, 10 $56.90 7A 3C SP Tons And Under ,King Purwra rtlrh ,Y... ..., .... ..._der, .... d . ..�....._.,,. 1,10-_....,.u....._...�._ �n rylnt 4Dtr�t r40p„ Loader, Overhead B Yards. & $61,10 7A 3C SP Over T K ng (afawr�Ll,eil o Overhead, Yards. $60.49 7A 3C 8P But Not Including Yards King IArLwp r,I r{1r((�l/�pe�Yl �Lrr k.',?m)Gpsw Loaders, Overhead Under 6 $59.96 7A 3C 2 Yards King Power tggipment Ol nntors Loaders Plant Feed $59.96 7A 3C BP King Power Equipment Ouciatur Loaders Elevating Type Belt $59 49 7A 3C lC,b' King I"trvrr+r n @nqulr,�rrt Opr x,rta'rr Locomotives, All $59.96 3C 9(? KingPom,r Edufinrgi;ut Opn rwlq � Material Transfer Device $59 96 7A 3C £11? King hr,lvr r P 1f171 !.irl t79rr'r9.tors Mechanics, All (teadmen • $61.10 7A 3C BP $0.50 Per Hour Over Mechanic) Kin I'q r rrirllprnel l f j r,.rl;ens Mucktn Machine Mote $60.49 7A 3C DP g wr r C tluuillpm nt Opr ralgrl Motor Patrol Graders g __ 9. _ZA 3C BP.., Kin I+;? Tunnel Drill, Boring, Road Header And/or Shield Kln P�rvd r, A y ur inr nt O ri tors Oil Distributors, Blower $56.90 7A Distribution & Mulch Seeding Operator Outside Hoists (elevators And d $59.49 7A 3C 8P King rye a t�lyrlp�7t rrt K7y}1i�}tcir, ManUfts), Air Tuggers,strato KKiing mA vu, I r lin`rr rn rr d 1_r r overhead,� yrane~ .$99,96 74" 3C 8 _6P 20Tons Though44Tons n Overhead, Bridge Type: 100 $61,10 ZA 3C ver P And Over Kin pro r,I"i rd airr ut O[rr iruK,trr Overhead, bridge Tons 45 $60.49 ZA 3C BP 8 G., i ., Through99 KfiU Vowr krluiprrTr ubY t)IacriVp.0 Pavement Breaker $56 9 7A 3C rip https://fortress,wa,gov/lni/w4geioolcup/pivWagetookup aspx 3/28/2018 I Exhibit A Page 10 of 18 King ParwR o L,epeil;rl}+,1r1 Skl2ot'a+�6.aJ�@ Pile Driver (other Than Crane $59e96 LA 3S BP Mount) King I?nwrr cltrilrrilmnit,,,,C71+r ratrrr„ Plant Oiler Asphalt Crusher $59 49 7A, 3C 8P Kin Powri);IRuiirmsnR Clperalets Pesthole Digger Mechanical $56 90 7A 3C 6P ktlng Ppwer I,guR r Nrt,Oprtr+lRnr Power Plant $56 90 7A 3C PP q, [sment 0A1 qc tppp Pumps Water $56 9C 7A 3C i King Rower C ta+ Kin 1 r w rwl riniiruanakt !7�)a ratrt r` Quad k Tow Height Based To $56 49 7A 3C BP _ $ i I et King I nwrr+ h_� uR rr77r,agl�O�rga+�9nr Quick Tower - No Cab, Under $56.90 7A 3C BP Boom King Power EoroYl�rpir,n( t ytO y+Rr„ Remote Control Operator On $60.49 7A 3C BP Rubber Tired Earth Moving Equipment Kit I nwni„Cgtdil�rna,nt 7(+r rr+Gr;ai y mm Rigger And Beltman $56 90 7A 3C t4R ... _,.., _ King Psi ter Ctluiprrlls L7G. ?ir4Lx!I1tts Rigger/Signal Person, Beltman $59.49 70 3C BP (Certified) _ +. King Power_Eauinmont,Opemt15 Rollagon $60 49 .. 3C _ 8q rpp Power Equipment t7peryn(ops Roller Other Than Plant Mix $56.90 Z9 3C 82 King ➢?arwer EcLlp + rat,.C)garwaU,Sn Roller, Plant Mix Or Multi lift $59.49 7A 3C 8P Materials Kinz PowergUlpirrenit raloi s Roto mill, Roto grinder $59 96 7A 3C !3P _., Saws - Concrete King ppyw(w Crl+d rrwrt 4,t ror"r tr"rs 45 Yards Self Propelled Under $59 96 7A 3C 81 King E rrvat r 4 qugtmr rrt,C,7irr a�+foA a P P C 8P .,... ... King Ism,. iI;tiulirmu;,flkSi/"rL 1:F Scrapers Concrete & Carry $59.49 ZA, 3C BP King hszWcq'kquigratantj .Scrapers, 1 t,f,Y(roPr rfirrr� Scrapers, Self-propelled 45 $60 49 LA 3C 8P Yards And Over King Power tgtripmernk,Ufaeratars Service Engineers Equipment ~ $5949 7A 3C f? King Rnrter_f.nmgamrtntCJi7tpptnrs Shotcrete/gunite Equipment g $59.49 LA A �3C SP 3C AP Kin i19wui Er?gi nrrpdrf,.G?[r'rntiu` Shovel , Excavator, Backhoe, Tractors Under 15 Metric Tons. King +arwryt.,(rryfpnu 4rt.-7pa+ r lnr,, Shovel, Excavator, Backhoe: $60.49 7A 3C SP Over 30 Metric Tons To 50 Metric Tons w. , .....__..._ ., — $59 96 7A 3C 8P xcavator, Backhoes, King i rrw o s ar9 n s rrG Ul, Trat¢ars15 To 30 Metric Tans 1 i I Jt` f+ar alor Over 1, Excavator, __ . ..... .. . King Irevrr i I qul�ra+t nC.S•a acr Hier� Shovel,, x w cavator, Backhoes: $61,10 7A 3C 8P Metric Tons To 90 Metric Tons _ _..,..... . .,.,. ____ .m . King f'arw p_Lquip]nr.91r,09arrntaaPu Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King, IvvvrRrBrom nt,Oprititors Sl9pfom) Pavers � 56049 w 7A3C F4P r King Pn �s�'(riul{arq? nf,tll+r�t`ntrn's Spreader, Topsider et $60,49 7A 3C 8P Sc eedman ' SuabgraederTrimmer $5996 7A 3C 4Cing P nw,r,r•.:f qullarlt+ nU.U3v+ ala�rm.' ,,,,_ Tower Bucket Elevators _$59.49 7A 3C B'P + w . ,.�,. YkO QiSeN FYI I,S..,_ ...., _. ._7 ., _m�..... K+ng it t c„f,tluiph+Nnl_flim.rsrtors Tower Crane Up To 175 In $61 10 7A 3C BP Haigh[ Base To Boom https://fortress.wa.gov/lni/wagelookup/prvWagclookap.aspx 3/28/2018 Exhibit A Page 11 of 18 King I�ovrrll,rtruiiirrq nl (airr^ni?rii:a I'owver Crane: over 175, $61.72 7A LC 8P through 250' In helght, base trr boom _ King )'G W< V�il,iii?I7?y!lt_frlr�!r!tP! . Tower Cranes: over 250' In $62.33 7A 3C BP height from base to boom King )+iwr" r I�yiiLacr[ttrri OI�ItP.441i.4 Transporters, All Track Or $60.49 7A LC SP Truck Type KinKing I cawWr r.I.1w into l 21 rt r rl,r,lti Truck Crane Machines $59 49 7A 3C fN i Crane 011er/driver • WD $59.96 7A 3L BP Tons And Over King Power Cciriiilr3ri rjg Oiar r" 14. .Truck /dri 7A 3C 8P Crane oiler ldriver $59.49 Under 100 Tons --- _-, ....._.. ..._. __,.. .m. .. King �!c},i?aa�,[clrilirnr};Iyt„tlixi (gffifes .Truck Mount Portable $59.96 7A 8P __. ,Conveyor linrgi ) 1»wrr i grrf9atlrcrrV Ointrnidnrw Welder $6049 ]A 3C 81' King Gower i rltu rrrr,rut np r tor* Wheel Tractors, Farmatl Type $56 90 7A 3C 13I" lip King P Wa_r LrrArrriV=.,tri (S ra<rl ut Asphalt haltPlantO Operators $60.49 7A 3C 2 n 9 I i Pa Dozer $59 ' i t 8 P P 49 7A 3C 8P Urirrsr 8 I.LJ._Swciluvart r _ _ Krng i,tr„+e,rfrui trr rVt[Jrri ��rr,,._ AssistantEngineer $56.90 �4 3C BP 4inger soundrw i t Water ... _... .... . m,..m. ...... .... King 1,1rwrc r I grrifmw.n) Qf nV2Lg Barrier Machine (zipper) $59.96 7A 3C 8P Ury<lnrvroup7+� Scwcr kl Weitcr King parwcr 1 g�la)Ii?n¢^ut Oiaf rfy_tm S� Batch Plant Operator, $59.96 7A 3C SP Unilrrrnrrsunrisiwrrlr '�'atan Concrete Krng .'m,mwet, Bobcat $56.90 ZA 3C 8P Und ,na„Pic G r, _...__. .......... King Brakk Remote Demolition $56.90 Z 3C BP Undertzround Sewer Fs Wattt Equipment _...e..,,. u_ _..... _ King tivi� r8�rptl, uC t7ipgraE,?r. 8rvoms $56.90 7A 3C SP King' rlow r r �r . 8P t BumpCut[er $59,96 UnderOrClrnd Sewer 6:Water Kin tt ._.._ ._.... g Wtl H�ru�arlh+rai iarr rfSr" Cableways $60.49 7A 3C 8P Kin tLrldr rlt'!&A ld wr r la Wur, r r g )'?v�r,r E liinntnr Of�rr,afi;+r Chipper $59.96 7A 3C 8P — n Warm' r lh�cicrpround SewW King ('ilwril JriluilrIle nt£dltl tiytyYra Compressor $56A6 7A 3C 8P Ulrnlr r ugorrurrd,Sn wr r to ydatt r ...... King E,Pr1n r i rlir§i rl0a I V,CI{rr r' ,lylo Concrete Pump: Truck Mount $6o,49 7A 3C ESP hprrrlrrp ruunwl tiiwa"nr Wd ,ter With Boom Attachment Over 42 M King 4�V1yar,r fgr)rinurt ire Oiar r rgin, Concrete Finish Machine laser $56 90i 7A 3C 8P ,_,,,,r11_rp,rourrtY tjPvN?r dt WWatk r Screed King power rrtrgaiylrl,rP s•. Concrete Pump • Mounted Or $59.49 LA 3C 8P ptr.irgu )roast lI r;e ound h,"r v gar ti 4"t;;Tf.rlt Trailer High Pressure Line Pump, Pump High Pressure. _,..._ _.. .._.,-_w.__w..__.. King Cs+yy r � 4'firrilrrr,r Iq Oryrg r,rc,tfnrw; Concrete Pump: Truck Mount $69.96 1A 3C BP I)�adt rgi rlrnrr&Sr w}r1,1,$Mtit4,rrr With Boom Attachment Up To 42m KOrg Conveyors $59.49 7A 3C......_ ., BP.... hops;/Ifort ess,wa.govllui/wagetookuplprvWageluolap.nspx 3/28/2018 Exhibit A Page 12 of 18 King IPoymr+ a11Cgi rYlalirrtr rispr�'icrrk ..,-Cranes Friction: 200 tons and..w, $62,33 7A �,3._ A trwr+r I u rid/itic n4 VIJr i i154i, C 8P Undorwound ',cwr o tr Wnir r over King 1vGlw,pl I',IBnia ylr,m i)�pi r�rt,tpts Cranes: 20 Tons Through 44 $59.96 7A 3C SP h Attachments f ,Quad Sr wr r ka w,rtr r Tans Orr 00 Tons Boom Through 199 $61,10 ZA LC P ...-. �.... o.om. ..0 SP KI n 6 rrtwr r N Unrdr,r1 g ¢irii imcnl C)pmr nloi .Cranes: 100 Tons tii�ri„lgrouual.Sr,wcv,lr Wu,(f,. (Including Jib With Attachments) King v r r,„(y(1td} itrrilJ.. iirrm,tlt2r r Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P C)nf�Niecruu�rl 'rc^vr ,p;,,h yymter 250' of boom including Jib with attachments King 'owe^)MJx�niir:rrrA�llyr rl rr; Cranes: 300 tons and over or $62,33 7A 3C SP lJulricr{��,1,uirrtt9 st wra 1,.h wriro: 300' of boom including Jib with attachments King PariMt rgoilaknr nl 4;1pr ff rs� Cranes: 45 Tons Through 99 $60.49 L SP UOclgcgi ggjj{15r u rtl_is Wnt Y Tons, Under 150 Of Boom (including Jib With Attachments) _ -, -___._......._.And ...$ King P®w C_;rlujlruvr iiA t irnr rip! Cranes: Aframe - 10 Tons And 56 90 7A �C 2 King 6�owr i vic,friind e wr r 11 W rlor Under l �... ,.. 1� hors Cranes: .._, tgsMligrncnri C i § Friction cranes $61 J2 6 i U r Cranes: Through 19 Tons With a G N/rrla i through 199 tons _ g ucriglotinr ewr Kln I r�wr i I::{yru Holt n9c�;p cuai¢rp �, g $59,49 7A 3C iJirilr ic,l,ouniai as ti,q.a', tt virtleJ. Attachments A-frame Over 10 Tons King Pcrwyrt_f airuJlSfitclpC� C{ tritot» Crusher $ 9 96 7A 3 4liurlreltrrsunc45iwri ( Wnte,I, _- _w. . ...... ..,...... King l�yy�R iyifii gr�ir1t1w 4tiJtwrgryJtri Deck Engineer/deck Winches $59 96 7A rr Ct Walt r; (power) .... _.... __. .w._._-.�w_.. ..... r. i ;f ri,dtnr,. Derricks, On Buildin Work $60,49 7A 3C §.2 King I n rcrCllitip'rYnm [5 r tow µ. Dozers D-9 & Under $59,49 7A 3C e.. ._ King 1 uwt a (°qui tur+�rtt t/r P Un+irr�rfri_nund 'sawrru Wiltt' King Powpg,,,k0),(Il ilit,r7t ()pcuatnrj.. Drill Otters- Auger Type, Truck $59 49 7A 3C eP Ur1slt fryornd '+(vjel�r,,,Wplrf Or Crane Mount King Drilling Machine $61 10 7A 3C Unala rgrousuN 5rwt+r Ik Nair i a Elevator And Man-lift: $56.90 7A 3C SP King 11A, Gsvrrtl,,.f gadl�nicrr�,(�grr1�ittar5:. Ondr,iiyrtrluiel sv4,t(k War4ap Permanent And Shaft Type . __. ._ ..... King IiowPr�,j rp�i,{isp3+r!i lllsr gtstl}i,^,,, shing Machine, Bidwell $59.96 3C 8P UndJyl,rilrnumrl°awz,C fa SM,i,if/Y And Gamaco &Similar Equipment _... King A crwc_, r t�9 arprx�,ru4Vpc r tiltr)� Forklifts 3000 Lbs And Over $59 49 � 3C P ' I11 ' Ulidtr�(,wlui With Attachments _,..w... _.- .. King i';nwrfJ+ililll�weurn,tV")p)crirldwc. Forklifts: Under 300DLbs. $56.90 LA 3C ng W.f urwiti rd Srnrr,:r 0 With Attachments ....-_._ _.. _._. -. . ....._.._. Utldtis, _ Attachments _ Grade Engineer Using Blue 559 96 7A 3C 2P K: j rinlgenst ut 9)dL urtni tPnrPi r, otnicl 5c v v r ft W/rrtt i Prints, Cut Sheets, Etc _ ..._.. .—p... i mm Gradechecker/stakeman $56 90 7A 3C 8P King f'trw,111wlsitoYianirr�l;„U(1nis1«ar'v� linrk-glrniinti °r.v is U Water https://fortress.wa.gov/lui/wagelookup/prvWagelookup.aspx 3/28/2018 Exhibit A Page 13 of 18 King Iyxlx r tl rlurllroitrcrrt td{ar i;,0i, ,Dsw Guardrail Punch $59.96 7A 3C SP t1ir,+1t i r i arrurd Sr wr r to Vd rW e r Km9or Errtlrrrrrrci�S rtl (9 ra r,glur-.: Hard Tait End Dump $60.49 7A 3C BP g twf@ ft 'v"JrtY;rr Articulating Off- Road Equipment 45 Yards. Ft Over _.-. Krng t"ova r I epall�iy�ror,(tltlAr +11rk�x 'Hard Tait End Dump $59.96 7A 8P ll,f,,Klrikt.irayilneM„ w5n fr v.4twV,r^i, �ArticulatingOff-road Equiporlent Under 45 Yards King tlrrd rtiluunre' jel ft rWtrle I Locator_-.ta torl/d reetional Drill —5 96 ..�. _._.. 3C ..,- ..e�P._ King LNmL(r Ie1r,il1.kY7tettOpr"ei?yfxr µ Horizontal/direetiona $ ?9 Operator _ King loncrr`S gt iryrtlr r td r it es HHydralifts/boom Trucks Over $59 49 7A 3C BP 1 E y tliiclrreirnarrl rwrr e 'Wrr¢rr 10Tons King lxr,Wrr kf dllbn'ha rah 471ra„r il�>rS; Hydralifts/boom Trucks, 10 $56.90 3C BP Urva ru n.gllvj t we r h Wv tte.r Tons And Under _c Kin I rwc r t t ur arrrr911 0 c r�r4r s Loader Overhead 86 Yards, $61.10 7A 3C 8P g 1 1 tk." 2 glr r e rutrrr�l tir va r tlr Wtr4^r Over _ Krng i�p" a r 1 rtwl�xrnt^rat Ogte r,aiii5r a Loader Overhead, 7A 3C 8P _ Hr d rrperwul rwrr ft W,r,)r i But Not Including 8 Yards King �'aH+<e i Calyrlp211f ut fJy nktttrr Loaders, Overhead Under 6 $59,96 7A 3C BP BC ewer h WitkL! Yards Feed $59.96 ._...._. 3C . . ._a-.,._,. 1pai-Jcrnrarui�d5 " r .... King p1i4rij P rlu rr)1y urt C)12�i ty}rers Plant Fe P ailcir rglaiintl% wrr Ea Wdger __...,_.., ... ._ King rwrr r 1.ti1lttrirrrC Otf+"rx tt r ; Loaders: Elevating Type Belt $59,49 7A N BP 4Dnett a rarouor(.;ittwt f . VW!.ic I ._ �.. ..... .... ........_., _.. .�....�, ... ._.., _._..._.... ..m ._. ._. -king @,}v_f 1.�,,l,ll, li(tlaxrrt Of/ r,11 ai�- Locomotives, All $59.96 7A 3C BP King Iuvvrtrtl rrllrrbi'tnil43trf.nrxbis Material Transfer Device $59.96 7A _ 3C 8P tlnctriu;re5trnr15ewt,r tt yyu _.__.. ....-...— _ King )'ptiwlwlaLalLtitr;laitOpel altor ,- Mechanics, AU Ieadmen • $61.10� 7A 3C 8P llq„,{rla rr n5rhlut�,.+kewvlr h WM 11(1r_ $0,50 Per Hour Over Mechanic) King po rr r i qulLiitr ir) 11pr at;irr t- Motor Patrol Graders $60,49 7A 3C BP Lill row h Mier King Mucking 1p crFpmurrt� l ,rrwc�f ftrfrr Tunnel Machine, Mote, $60.49 7A 3C BP g Wl Header And/or Shield _._ _m_ ,..._.. .... — _w. . . .,..,m.,._ King .vci W,rlrrplvopp Rai S71�r,1;1?1r,rW,„; Oil Distrlbutars, Blower $56,90 7A 3C BP lli'nlr i relr,rrtGW 4r wr r tr,yvytlK�, Distribution 6t Mulch Seeding Operator King Pyysee r 1 c8rii tote ilk Upq u,Iuu Outside Hoists (elevators And $59,49 7A 3C 8P llq,rdr rgrorrnd$r wr r h wall r Mantifts), Air Tuggers,strato King I! v�r,r 1 rdkgjjnor-irt Oiae r r�r,,,rw Overhead, Bridge Type Crane $59.96 7A 3C 2 W.rardr rt"iGrunrl,',r wr to WritV 20 Tons Through 44 Tons King I grriprYrt ut Q)tr1 a raty�!q., Overhead, Bridge Type: 100 $61.10 7A 3C 8P g iwrlr re �o twirl-e+e rvu�t U Mimi J Tons And Over in Wi,r l 0rylrirrt/rr_ 5W>r r )en a• Overhead, Bridge Type: 45 $60.49 7A 3C eE l rr rrtluerwwrr rr lu(l WWaplttl ar Tans Through ..Tons King �srr br L7r`r .. .......... $56 90 ._7A C S.P r avemn ..._. �ruh iyinnrerl_ Kin g $59.96 7A 3C 8P https://fotgress.wa gov/1Lii/,Aagelookup/pivWagelookup.aspx 3/28/2018 Page 14 of 18 Exhibit A I owr r iatlNpr yr ii1 taps¢r r+t lr �P6le Driver (other Than Crane Uudoiuraund Sewer 11 Wirtor King ('aw r r_f,mrlulpirrrappi Oj o Ito¢ Plant Oiler - Asphalt, Crusher $59.49 7A 3C LP Underground"+pwq r-(>mWlaYer King t+elver i ppylrria,¢nr nt,l},}T(ryi 'Posthole Dlgger, Mechanical $56.90 7A 3C 8P Underwound Sr w(rr B WPtSt King j'owprr hrpul n1 nt, Ei +1r_r rnrs Power Plant $56 90 7A 34 8P ll�di r,ouuri S w r, King lawnI"ypr,@pg1l;,irl t)ror r4hcn Pumps - Water $56.90 7A 3G SP liniit*rrnotind Ss„1�+qr' fi Warm g..._ �pui(nprn,M4.Ya„Ipi Wr Quad 9, Hd 41, D10 And Over�f �560.49 7A 3__ I(In PowcA C 7A _C 8P Underground Sewer ri Water _...._..__ King li wrc r lw:rttid( r ntwC,;9i?r i�ggrl j Quick Tower No Cab, Under $56.90 ]9 3C BP llmdrUl,rralrn,l xrp�r,,;,p it W2et.e�q„ 100 Feet In Height Based To _. — .... Boom King ��d LP lwe,r-l;rtlipirrr�r ltY,;G3prr pn4utg,, Remote Control Operator On $60.49 79 3C h, Ir^ri,rdruuil "�twigz„ f n@1ttpf Rubber Tired Earth Moving ........., ! Equipment _. _..,.„ King L pwr _E,gtrgpinro*nt (�Yp�nrnrnr Rigger And Bellman $56.90 7A 3C 8 King Power EcL ainrrqjLt�,p1¢rn1$a➢±r. R188er1Signal Person, Bellman $59.49 Z9 X BP UnTiortpur6rnd5Ewry Wtirlr�r,._. (Certiified----�...... -.._. __ ..-_._ ,.__,..-. King f"r/yyrr",I,stu6pytirt?1t.C7pn r,iVg Rolla on $60.49 Z9 3C §e King 9�(swpo ('sltdC !61.t7S_. Wur�+r ..�...Iner w..,_,..--...___... ......._ _._. _e_... 1Xndr i+rl,onnd Sever ppyrriNt�i,s„ Roller, Other Than Plant Mix $56.90 3C 8P Undoruund King Puvre,,tlSrinlprrr -U4 15,^,r,ltnt+, Roller, Plant Mix Or Multi-lift $59 49 LA 3C 8P Urad p roalrtlswc,p E1 Wrr6pr Materials _ King Pnwg i tl.Cpuutlppnr 11,Cjre)aini s Roto-mill, Roto-grinder $59 96 7A 3C 8P ndrrflt0ilrYd Sewer &i Wrrtd r King I"uawr (¢irrlpnrcirt„l'lpar t�l3lrs Saws - Concrete $59.49 LA 3C BP _ . . _,__ -_ ,. King Iiowc�Y lrpi181la1ri7,t!C�pnrrntlli.�. Scraper, Selflf PrpeiLo elled Under $59 96 7A 3C ep 41tlnh ryrnun irwmr ti V ntrp 45 Yards King I!owr i_,f<ltr�pamt rr4,f,)1T.rtiVl11.C`c. Scrapers - Concrete 6 Carry $59.49 J9 S — �lualtaprourrd "Uvua,f ds Wuit it All _. King {'p l'r lrpiili�iupjIt 4lIMUgtnra„ Scrapers, Self-propelled; 45 $60 49 7A 3C 8P Un te r Yards And Over _ _. King f�„NWr„i ,GtpuRpror3i ry1 C?prwnlor,,. Service Engineers - Equipment 559.49' W L 3C gP King 1lravtrrtligriip iia¢r n Gi ato¢1 Shotcrete/guni[e Equipment u . $56,90 7A 3C SP King i qwr N e 1prrro nt.Olri a#qrs.. Shovel , Excavator, Backhoe, $59 49 V 7A 3C 8P IJrrcia,pppotu/ e7 rwr r ft Water Tractors Under 15 Metric King Irswr•r,l pn,r�n�tnt l Cfprr.r,rle}Is,. Shovel, Excavator, Backhoe: $60.49 7A 3C _ i¢rr(Ir rt;i niarl T,��^^fan tr W1a,u, Over 30 Metric Tans To 50 Metric Tons King lawdrd,.Crlulrrlcrrt, $59.96 ZA 3C 8P 0r) i,7krn Shovel, Excavator, Much To — _ tlndrrpainunel Sq r vratr+r Tractors: 15 To 30 Metric Tons _ $6110 7A 3C 8 _ . .. P King a rS. tStia�puarun6_C71�4p ,ro,�.. Uri Kau oLlrsd :,aaw hitps;//fortress,wa.gov/lni/wagelookup/prvWagelookup.aspx 3/29/2018 Exhibit A Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 metric �.._._ King w4r i ttf� ,14'rr ,C)pr Left%v_ Shovel, Excavator, Backhoes; $61.72 7A 3C BP Uixd rp,loullle9"s,pWp fi /'aer Over 9D Metric Tons _ King Pr ay i N ugmiEnt qII ht?'4_ Slipform Pavers $60 49 7A 3G 8P ........�.._..� King 1?owe r l e111AIINIQ01 C1l ,r,1U?r? Spreader, Topsider a $60.49 7A 3C 8P King Y'ay r Inc Sr wr r Cr w ry r Screedman _...... ,._ -. ...._.,_.. .__ ttoi rq_p lrfrtipdrr naokDr_ Subgrader Trimmer $59.96 7A 3C 8P AE King lsrrvyr I ri+I�prjtrUill,�IJ�r r�ititrla., Tower Bucket Elevators $59.49 3C YrJltrnlorurrd w Ne vFalN;rr _ , ..... _,. King Pow/co f liu0t:yitul CJldr tyltu2,+: Tower Crane up To 175' In $61,10 3C 8P tdadrdr ou roiinal 5+*vrr r Cr Nti1'r a tlrttrht Base To Boom _ . .. King I?<rwt I I ,inr111lrt uk d7Ntp r,,�Itpmi ,, Tower Crane: over 175' $61.72 3C 8P l.Iri4c11rrrr;rrr�l,_YmmNp wur 6t b e�,i,t;t through 250' in height, base toboom King 1'4rvy o 9 (J4fIJ1e1jt,rlt Opt,tkror Tower Cranes: over 250' in $62.33 7A 3C BP r —A— Under irrl uo l ,i wr 1 1g VvnA Truck Type from base AU Track baomY__.__ _ ..-,,..-.-- 1 i _orw• Trenching Machines $59.49 7A 8P Krng 'o e r I r ru sera u1 G 5,y wot s Transporters, TYack Or $60 49 7 P_.,. King Uw(i CC W Ml Ir I,r"Mr !,t I n g C Yv J Ilrbrtl i s�eulurrl tir var 1 la Wtr1r I LC_._ _ .. __.._. ... 8P King Powel l 4fnlirlpyi,uk_ I L N1pI w Truck Crane Oiler/driver • 100 $59.96 7A IIndmi, niInd sewer ft Water Tons And Over ..___ ,_...,_...., _._._....._,... . .. King r4}wtr r.rPr�trrtl�?1r(�^1t1°b Truck Crane Oiler/driver $59.49 7A 3C 8P 1BIr ++ rrrrraurl $rwrr C w ,rr l Under 100 Tons King ulv�n i;trJrlrnil nt C)Iit I Npg,lti, Truck Mount Portable $59 96 7A 3C Bp ihpiirerl4ouftrN,x,wr I Cd W,aJ Conveyor King L,'.9nn .vilmlIe ^t Cr1r+ Itatoo Welder $60,49 7A 3C 8P King tl,dr%r�Irrararu¢rr�(htwrrfi vkli N rwr i EM.04I SJtrul nriai s Wheel Tractors Farmalt Type $56.90 7A LC 2 1Jl.mrlr . .. ...,�_. .._ _.,._. .,.,. kingl"aJyT;I I,alutpwra ot, Jr4 r<r ir'„w Yo Yo Pay Dozer $59.96 7A K 8P 6h,irlr�irrwprnd 4r vfr t WKVGr 4 ...... King 0?arw+,r h Y 6wrr, C„(f iitLoNJ!k plve, Journey Level In Charge $50,D2 5A 4A TI lmrne r% .. ........ .._. . . ......... .... 1. (1ng 9�2w r U lu,,r,CIi2,+Ir'If1.r I rIt" Spray Person $47.43 5A 9A g Yuouismv i% m.. . .. ,.Operator.� $5D ._ ..._..,. .��,..,.... _........ gyve i .4llte .IS rr,7nr+� I Ipr Tree Equipment ., Kin I p .02 � 9_A � i�o TreenTrimmer._..,,,, $44.64 5A .._.. ..4. I'r'Gnlnacly _ A King Iawal V4iV}eCLi....s..S_ i oioimera ,_..... ....... . .............. ....,.,..... _. ...... King I,aowe r i Nnt,wCLeIn Mlur r Ile,{, Tree Trimmer Groundperson $33.67 5A 4A King Ni{tRlfVli,l�rNxohlrh�I Journey Level $77.86 6Z 1G r.t�nt1114rrllCiui,_Nrrch<uoi4 : .. _...�. ... -.. King IRrr�Is4ti ntinl llr,rr Ir 1elr,vaal I Journey Level $55 82 5A 4M _ Journey Level $28 20 1 King 4Q Imlr 11NIlt ,�Jdanh4rs King Ltesrde nawa9 f2 rrontl Mr1tv?ns Journey Level https //fort,ess.wa gov/ltii/wagelookup/pnWagelookup.aspx 3/28/2018 Exhibit A Page 16 of 18 King (tc G� dti rl1}p,r/ud I{ Journey Level $42.86 5D 4C nlia.riu s King Wtrsh9o-*nP)rllliyall Y.rw i, Journey Level $5743 5P v8 _ _ King Rr idorw.al F dJrIrf,;rnK Journey Level $30 44 1 „ 41.05 Journey Level King Resjdc (yrl I5 o 1{,71ic5r1 Journey Level __.. _. $26.228 ._..7L 11_ .. t.nnuc;utnrs _ _......_ _ King RosEdr J ti l i Mrtlsor c Journey Level m$23 03 Kind �tesYr9 ntitrl t trrh{e$a ItcKs Journey Level S24 09 _. _. Pt1ng_ Re Idpntial Pointers Journey Level King Rr srdrrCPn1 I"gruarlra',r,q Et Journey Level $34.69 1 Pll7ediCterS _...w..,, ..__...,,,�_....__....._....._ .�w..__ - . .. ......... King frsrrJr,Mxl lltrfrtm,,'rrlYnnh„Ah Journey Level $77.86 6Z LG King (tr"Mrc n,rr',Wr"yxl %afrft V dJar( Journey Level (Field or Shop) $44.56 7F IR Woekeis ... _., King King hiesla glBdV lili�clea Idltc(s Journey $4651 5C Li ((lu lrooln cools) Kilag {trsia CY, 11rr} ,,itsirr Ma MOMS Journey Level $55 82 5A 7� ), Journey Level $51 36 1M King Pic irla u'PhV d rr+r urpca War Itoa, _..___ .._. _._ King 8esW1q[rtl<l7rrrarPrrliidc Journey Level $21,46Journ _ Kin Rc,idor 1� u 00 1 KiniV ^ �taodr.rlLi,il Rllr4rYylcr` UsingerritableSttuminous µ$5402 ....�� Journey Level _ __ $ 51 g 02 5A 3J Materials Kin 51rr u l Mc Hr Wcr Et< i r , Journey el Meld or Shop) 578 I Kln� t :._ Lev_ 43 31 _ZM— H IC ShiphrP Irliny D Shp Reis,r9r Carpenter Electrician an r $42 07 7T 4 k King p r $41 06 7T 2B (k._ .le B KOrra; 5h�alrulltfrrti{ RiIrY[ro�a+�8*afa Electric) .__ w17 KiKingShBrC?uY{r1usR Cr d q C,n1u Heat B Frost Insulator $67 King .. .._ nlol�ylldYn¢ R Ship Rouarr Laborer $41 99 n_.. " a 4Bµ King( �.url([rriiltirtrt5h6)xRrll la Mathfnlst $42,00 7T w 48... ... _. ... King 1r 51r,lla 11ophiu, Operator 541 95 7T 4B _,_w... $42 00 7T 4B Kirrpq Shlnhuildin¢ ELShin ' egijr Painter —.. —. . $ 96 King SMlnhulldina 0 Still) Re ar Pi efilttee 48 $42 05 7T 4B King Slrinbuikfinn li 5hlp Rr pair Rigger — -• _ $4 nlUL l¢ SI i a Rn 6i Sha;et Metal _$ B Chrg 4{rlptl CI ,� i�i .. $42 05 7T 4 41 98 Kfiitr Iaf rriklinn Pr S111fr R..1a44r SlrilydltLer B K1rrg °,hr1>hur dint Ct hi a ICz a Ir Trucker $41 91 7T B ., w ... 2 Rcir Ylr Warehouse $41 94 7T 4B King Kern,+ hi,f rkl rlina Fk 91r r Pea rani Welder/Burner 542 05 7T w 4B ,1+ i�Ir a oia� a �11 i f P.R,4 )� King 51rpr M;10Slr Ir 911st llrt" Sign Installer $22,92 '5I111M'Ir'r�l _ .. _. . .__...�..__ .. .__.......... _ _ _ 21.36 Wng 51¢,rr.h�,gIJSS rr to Irr,imallr r Y �"Sign $ https://fortress.wa.gov/lni/wagelookup/prvWagelookup-aspx 3/28/201 S Exhibit A Page 17 of 18 King 'ha!L!ri Er Slgn Installer $27.28 1 flr King SifrL is h tly,1,Ulllers IJrni Sign Maker $33.25 ikr KinP Myftltl _..�.,�.. Oil—yr rs Journey Level $47 61 5A 3J 1{l¢Af l el . m _ ... Kng olar�Co lrol fvivrntltsrv' JaudntyLevel $12.44 1 K ing ,yJto1GlfEdlitt,l�, flir,r, Journey Level $75.64 5C IX King {trryrt.ttlieanl _ .._ Journey .�_..�..__ . �....._.., GtYtiwlisv„Mt'rIr Asir (Iir20 I Level $13.23 Kin{I Stone MAS011' Jouune Level $55 82 .....5A 1M King L t, Journey Level $19,09 1 King Srrr Nc,rC ,yors Assistant Construction Site $59.49 Surveyor _... _. .._.._....... Wl King Muavc,ycsr Cialnrtran $56 93 .._9 ..._.LC ..'.,.. 5rr+v«; r3r Construction Site Surveyor $60 49 7A LC 8P . ., ....... . ................_ . _.._..__.. ...„� .. 1 King Elcmrlfttrfvl„pwidnn Journey Level $22.76 cl _ LB King ➢i�tr,plrrylr�mI Mrryw; Ccret�gr�errrlinsf .. Cable Splicer $40.52 5A JtosW _ _ ..._ _. ....__ l i Li Is Hole D King ctl t,eetr a „ „ arlrr l ur, 6 t igger/Ground Person $22 7B 54 Uutskic. _.... .,... King tl lrrlghan+ LiLrL,Curf.tiuc4i n „ Installer (Repairer) $38,87 LA _ King tlElt, _._,...._,_arat.._ -ws_ �lalrrnwtl Yn{,r Crrr+�tMu{rlpir Special Aparatus installer I $40,52 5A 25 01UW Apparatus Installer I I $39.73 � 213 King 9."WIX':C�4,i.€�rtla tl Iny;,4S1dt.!iucl Igrr •� Special App — 4ut1dE _... King 1�9r,+uty_Lkiral ¢tirn,Lt{rutr,ph Telephone Equipment $40.52 SA 2B Outside t Operator (Heavy) w, __,- dsrsis¢ tonr, ,lnrrsiueff, i� C9rrl King tla(M;1, tm Telephone Equipment $37 74 5A 2B .Operator (Light) King 1L�S11slrms7r.,Ylnctgvru{t,V nm Telephone Lineperson $37.74 2A— 2B flaat�tltpc _ King Ml�trhor.lr.ilflsrn,CumWrorltllrr ,. TelevlsionGroundperson $21,60 SA 2B _ ng �Gefslrtr�Ji I_Ii.p, Con Un<1joli_ Television $28,68 5A 2B Ki f)n��,irge Llneperson/Installer King Betep,knliyr,drn¢+,ltirr tcttf lion_ Television System Technician $34.10 5A King Iaticlfr�lmrrt„�nrf Cunlrrrc lrarti 1eievislonTechnician $30.69 5A 28 OuWd{ _._w .... ._. _ .. e_.._.._.. K1ng gjle ily1gi 1 den,Cor?sl,n�r,Ll Qa Tree Trimmer $37J4 5A 2B QgJKinfl srnr W01lfrrs Journey Level $51.36 5A M Klrsitl 1 idt, stir e a Y Journc Level $51 36 SA ._„_ M . ...... King F:itv; M.ntrlr„1jt7 !371P Finisher $42.19 5A 1B King ?r,affltconlrotstrwcrs Journey Level $4543 7A 1H.. llttps;//fortress,wa.gov/lrii/wagetookup/prvWagelookup,aspx 3/28/2018 Exhibit A Page 18 of 18 King i ud li i,svc b A Shutt Mix Over 16 Yards(W $52 70 WAS Joint Council 28) ..__ _._.._ _-- _.... ._.,,___..__ ____..., King truck Driyprs Asphalt Mix To 16 Yards (W. $51 86 5D AL WA-Joint Council 28) Kin Truck Drivers Dump Truck 3 Trailer $52 70 §2 f 1 urRg4h King friv r1 Dump Truck- (W. WAJolnt $51.86 L 3A BL Council 28) _....,w King I LRkp„(;1rivG„ry Other Trucks (W. WA-Joint $5270 5D LA Council 28) Kiitil; Trur4s,l]riwerr Transit Mixer $43 23 1 _....w. .._ ....,. . . King well Drillorn A Irrio7(lon Pumps Irrigation Pump installer $17.71 1 nst, ll r King 1Yr 1117u;pllr r ,fit ii!,iy�atir+sgti Is�ai„�)is Oiler $12.97 1 Installers King Wkil t7,i,(l(K rs..(t Ir,r Ilion i'uinP, Well Driller $18.00 Inclnllnrc https://fortress.wa,gov/lni/wagclookup/prvWagelookup.aspx 3/28/2018 Exhibit A 4f C�'IC) ] JAl)p SUMMARY PART ] -GENERAL 11 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes I. Project information, 2, Work by Owner, 3, Future work. 4. Purchase contracts, 5. Owner-furnished products. 6. Contractor-furnished,Owner-installed products. 7. Access to site. 8. Coordination with occupants, 9, Work restrictions. 10, Specification and drawing conventions. 11. Miscellaneous provisions, B, Related Section: I. Division 1 Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION I. Renovate the old IT Server room into one new office area, constructing two new walls and a new closet. Scope includes, but is not limited to, selected demolition„ new doors and hardware,new metal framing, GWB,Caulking, ptuloraing,wood trim, and rubber base all as indicated on tlae drawings and as required for a completed project, as indicatcd on the drawings. 1.4 WORK BY OWNER A. Generale Cooperate fully with Owner so work may be carried out smoothly, without interfering with or delaying work under this Contract or work by Owner, Coordinate the Work of this Contract with work performed by Owner. Summary 011000 - 1 Exhibit A L5 OIUNER-FURNISHED PRODUCTS A, Owner will furnish products indicated. The Work includes receiving, unloading, handling, storing, protecting, and installing Owner-furnished products. B. Owner-Furnished Products: 1. None LG ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations and shall allow the Owner to have continued access to the site for owner's regular operation. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage, B. Use of Site: Limit use of Project site to work in areas agreed upon with the Owner. Do not disturb portions of Project site beyond those areas. 1. Driveways, Walkways and Entrances: Keep driveways, parking tots, and entrances serving public clear and available at all times. Do not use these areas for parking or storage of materials unless specifically indicated on the drawings. a. Schedule deliveries to minimize use of driveways and entrances by construction operations, b, Schedule deliveries to minimize spuce and time requirements for storage of materials and equipment on-site, C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in an operational condition throughout construction period. Repair damage caused by construction operations. 1.7 COORDINATION WITH OCCUPANTS A, Full Owner Occupancy: Owner will occupy site and building during entire construction period. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify the Owner not less than 72 hours in advance of activities that will affect Owner's operations. 3. Overhead work and Protections: Contractor shall properly fence in or block off areas where the public could be harmed by the construction efforts, overhead work or falling debris. Contractor shall be responsible for complying with all WISHA requirements, including safety plans and fall restraint. 1.8 WORK RESTRICTIONS A. Work Restrictions,General: Comply with restrictions on construction operations. I. Comply with limitations on use of public streets and other requirements of authorities having jurisdlotion. Summary 011000-2 Exhibit A B, On-Site Work Hours: 1, Monday through Sunday Hours: 7 AM to 6 PM, C. Controlled Substances: Use of tobacco products and controlled substances on the Project site is not permitted, 19 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations, These conventions are as follows: I. Imperative mood and streamlined Innyt,uage are geucrtdly used in the SpeCiheations. The words "shall," "shall be," or "shall comply with," depending on the context, are haphed where a colon(:)is used within a sentertce Air phrase, 2. Specification requirements are to be pciformed by Contractor unless specifically stated otherwise, B. Division I General Requirements: Requirements of Sections in Division I apply to the Work of all Sections in the Specifications, C, Drawing Coordination: Requirements for materials and products identified on the Drawings are described in detail in the Specifications One or more of the following are used on the Drawings to identify materials and products: I, Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections, 2, Abbreviations: Materials and products are identified by abbreviations published as part of the U.S,National CAD Standard and scheduled on Drawings, 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual, 1,10 MISCELLANEOUS PROVISIONS A. Daily clean up: Contractor shall clean building interior at the end of each day to level required by the Owner for the next day's operations. B. Utilities: Contractor may use Owner's existing power and toilets PART 2 -PRODUCTS (Not Used) PART 3 -EXECUTION(Not Used) END OF SECTION 011000 Summary 011000-3 Exhibit A SECTION_017700 CLOSEOUT PROCEDURES PARTI -GENERAL 1.t RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A, Section includes administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 13 SUBSTANTIAL COMPLETION A. Preliminary Procedures: Before requesting inspection for determining date of Substantial Completion, complete the following. List items below that are incomplete with request. 1. Prepare a list of items to be completed and corrected (punch list), the value of items on the list,and reasons why the Work is not complete. 2. Submit specific warranties, workmanship bonds, maintenance service agreements, final certifications,and similar documents. 3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. include occupancy permits, operating certificates, and similar releases, 4. Terminate and remove temporary facilities from Project site, along with construction tools, and similar elements. 5. Complete final cleaning requirements, including touchup painting, 6, Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. B, Inspection: Submit a written request for inspection for Substantial Completion, On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect,that must be completed or corrected before certificate will be issued. 1, Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected, 2. Results of completed inspection will form the basis of requirements for final completion, Closeout Procedures 017700- 1 Exhibit A 1.4 FINAL COMPLETION A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following, I, Submit a final Application for Payment according to Division I Section "Payment Procedures." 2, Submit copy of Architect's Substantial Completion Inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. The copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Instruct Owner's personnel in operation„ atljuslnrent, and maintenance of products, equipment,and systems. B. Inspection: Submit a written request for final inspection for acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certi ficate will be issued, 1. Reinspcetion: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected, 15 WARRANTIES A. Submittal Time: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, B, Partial Occupancy: Submit properly executed warranties within 15 days of completion of designated portions of the Work that are completed and occupied or used by Owner during construction period by separate agreement with Contractor. C. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-II-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty, Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. 1 Identify each binder on the front and spine with the typed or printed title "WARRANTIES," Project name,and name of Contractor, D, Provide additional copies of each warranty to include in operation and maintenance manuals, Closeout Procedures 017700-2 Exhibit A PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator Of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. PART 3 - EXECUTION 3.1 FINAL C!,EANING A. General: Perform final cleaning, Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning', Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program, Comply with manufacturer's written instructions, 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b, Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits, c. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Clean esposad extcrflor and interior hnrd•surfaccd finishes to a dirt-fioc condition, free of stains, films, and similar i'ore„ign stihslances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. Cr Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts,trenches, equipment vaults, manholes, attics,and similar spaces, f. Sweep concrete flours broom clean in umaacupicd spacew. g. Clean windows and flames, Remove glazing compounds and other noticeable, vision-obscuring materials. Replace chipped or broken glass and other damaged transparent materials. Polish mirrors and glass,taking care not to scratch surfaces. h Remove labels that are not permanent. i., Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replace finishes and surfaces that cannot be satisfiactorlly repaired or restored or that already show evidence of repair or restoration, j, Wipc surfueity of mechanical and electrical equipment and similar equipment. Remove e;ces,'s lubrication, paint and mortar droppings, and other foreign substances. k, Leave Project clean and ready for occupancy. END OF SECTION 017700 Closeout Procedures 017700 - 3 Exhibit A EfCII'RIN SI IMQ OPERATION AND MAINTENANCE DATA PARTI -GENERAL I.l RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 1 Specification Sections,apply to this Section. 1.2 SUMMARY A, Section includes administrative and procedural requirements for preparing operation and maintenance manuals, includingthe following: I. Operation manuals for systems, subsystems,and equipment. 2. Product maintenance manuals, B„ Related Sections: I, Divisions 2 through 34 Sections for specific operation and maintenance manual requirements for the Work in those Sections. 1.3 DEFINITIONS A. System: An organized collection of pails, equipment, or subsystems united by regular interaction. B, Subsystem: A portion of a system with characteristics similar to a system. 1.4 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual specification sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1, Where applicable, clarify and update reviewed manual content to correspond to modifications and field conditions, B, Format: Submit operations and maintenance manuals in the following format: I, Two paper copies and one PDF electronic version. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Make corrections to manual as directed by the Architect. Operation and Maintenance Data 017820 - 1 Exhibit A PART2-PRODUCTS 2,I PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources,and warranties and bonds,as described below, 8. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents, For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color,pattern, and texture. 4. Material and chemical composition. 5, Reordering information for specially manufactured products. D, Maintenance Procedures: Include manufacturer's written recommendations and the following: 1, Inspection procedures 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance, 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3 - EXECUTION 3.1 MANUAL.PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency,operation,and maintenance manuals. B. Product Maintenance Manual' Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. C. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data Indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. Operation and Maintenance Data 017920.2 Exhibit A 1, Engage a factory-authorized service representative to assemble and prepare information for each system,subsystem., and piece of equipment not part of a system. 2. Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. D. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work, If data include more than one item in a tabular format, identity each item using appropriate references: from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable, 1, Prepare supplementary text if manufacturers' standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems, E. Comply with Division 1 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION Operation and Maintenance Data 017820-3 Exhibit A MODULAR BUILDING SYSTEMS PART1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section, 1.2 SUMMARY A. Section Includes: I, Manufacture of modular buildings 2, installation of modular buildings. 1.3 COORDINATION A. Coordinate with the City the location of building(s) and connection of the utilities to the building. 1.4 PREINSTALLATION MEETINGS A. Preinstallation Conference: Conduct conference at Project site. B. Review methods and procedures related to installation of building(s) including, but not limited to,the following: I. Style and requirements for the modular bu;lding supports, 2. Construction schedule. Verify availability of materials and erector's personnel, eq',dirment,and facilities needed to make progress and avoid delays 3. Required tests,inspections,and certifications. 4 Unfavorable weather and forecasted weather conditions and impact on the construction schedule. 1.5 ACTION SUBMITTALS A. Product Data: For each type of modular building system component. 1. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes f'or the following: a. Building floor b. Wall construction Modular Building Systems 133419- 1 Exhibit A c. Thermal insulation and vapor-retarder facings, d. Personnel doors and frames, e, Windows. f. Roofing Material. g, Electrical and HVAC systems. B, Shop Drawings: Indicate components by others Include full building plan, elevations, sections, details and the following 1. Building supports including seismic bracing, 2. Structural-Framing Drawings: Show complete fabrication of primary and secondary framing; include provisions For openings, a, Show provisions for attaching stairs, service walkways,and platforms. 3. Accessory Drawings: Include details of the following items a. Flashing and trim, b. Gutters. c, Downspouts. d. Service walkways. C. Door Schedule: For doors and frames. Use same designations indicated on Drawings. Include details of reinforcement. I, Door Hardware Schedule: Include details of fabrication and assembly of door hardware Organize schedule into door hardware sets indicating complete designations of every item required for each door or opening. 2, Keying Schedule: Detail Owner's final keying instructions for locks. Include schematic keying diagram and index each key set to unique door designations, D. Delegated-Design Submittal: For metal building systems. I, Include analysis data indicating compliance with performance requirements and design data signed and sealed by the qualified professional engineer responsible for their preparation. 1,6 INFORMATIONAL SUBMITTALS A, Qualification Data: For manufacturer, B. installer Certificates: For qualified installer, from manufacturer, C. Sample Warranties: For special warranties. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For fixtures and equipment. Include maintenance manuals, Modular Building Systems 133419 -2 Exhibit A 1.8 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer. 1. Accreditation, Manufacturer's facility accredited according to the requirements of the State of Washington, 2. Engineering Responsibility. Preparation of comprehensive engineering analysis and Shop Drawings by a professional engineer who is legally qualified to practice in jurisdiction where Project is located. S. Installation Qualifications: An experienced installer who specializes in installing work similar In material, design, and extent to that indicated for this Project and who is acceptable to manufacturer.Contractor shall be licensed in the State of Washington to provide work described herein, Contractor shall also obtain a City of Kent business license. 1.9 DELIVERY,STORAGE, AND HANDLING A, Deliver components, and other manufactured items so as not to be damaged or deformed. 1.10 FIELD CONDITIONS A, Weather Limitations: Proceed with installation only when weather conditions permit according to manufacturers' written instructions and warranty requirements, 1.11 WARRANTY A Provide a Warranty on windows,electrical systems, HVAC systems,and roofing, PART 2 -PRODUCTS 2.1 MANUFACTURERS A. Manufacturers: Subject to compliance with requirements, the following are acceptable; 1. Modular Building Manufacturers: a. Modern Building Systems b, Design Space Modular Buildings c, Pacific Mobile Structures d. Modular Genius e. Mod Space £ Approved Equal Modular Building Systems 133419-3 Exhibit A 2.2 SYSTEM DESCRIPTION A, Provide and Install a complete, integrated set of mutually dependent components and assemblies that form a modular building system capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. Provide the necessary foundation supports and seismic connections to meet the State and City of Kent building codes. I. Contractor shall bee the minimum construction and design requirements as described below a, Codes- The Contractor shall meet all applicable codes for modular units and the following: I) ADA-Americans with Disabilities Act 2) IBC - international Building Code, current edition 3) IPC -International Plumbing Code,current edition 4) WAC 296-1SOC Commercial Coaches 5) IMC -International Mechanical Code, current edition 6) IPC -International Fire Code, current edition 7) NEC-National Electrical Code,current edition 8) Washington State Energy Code b, Exterior Walls 1) Provide2x6 walls at 16" O.C, 2) Provide all blocking to accommodate interior partitions and equipment installations, c. Insulation 1) The Contractor shall provide and install insulation £"or walls, roof and floor as required by the Washington State Energy Code. Materials should be free of. Red List, http://living-future,org/redlist ingredients d, Exterior Doors and Hardware 1) Two (2) exterior doors shalt be installed on same side of unit. See drawing for location. 2) Doors w be insulated metal doors with metal frames 3) Door hardware Shall be meet modular building Supplier standards 4) Locks and latches shall be by the same manufacturer and shall be Corbin, Best Access or Solrlage, and shall accept 'Best` cores to be provided by the City of Kent. e. Windows 1) Provide white vinyl windows as shown on drawings, Modular Building Systems 133419-4 Exhibit A 2) Windows shall be 49" X 49" double paned insulated horizontal sliders meeting the Washington State Energy Code. Glass to be tempered where required by code, f, Roof 1) Provide and install composite shingles with minimum twenty (20) year warranty, 2) Overhangs and gutters above doorways to allow adequate drainage for roofing system supplied. g. Subfloor 1) Provide a minimum'/r T&G plywood subfloor with tight seals throughout as specified in WAG 296-150C, h, Flooring 1) Install Carpet tile meeting requirements of WAC 296-150C. Mannington or equal. No cracks or missing base will be allowed Flooring shall be securely adhered down to subfloor, 2) Install 4"rubber base. Color selected by Owner from standard colors. i. Exterior Siding& Skirt 1) Install exterior siding per requirements of WAC 296150. Panel can be either Smart Panel or Hardi-Panel. Textured surface. 2) !Faint exterior with one coat of printer and two coats of finish acrylic satin sheen. Color selected by Owner from standard colors,. 3) Provide continuous painted skirt around building perimeter j, Interior Walls 1) Provide interior 16" O,C., 2x4 walls as shown on drawings, Interior partitions to be insulated rer sound, 2) Interior wall surl'arces to be finished with vinyl coated gypsum wallboard. k. Interior Ceilings 1) Interior ceilings to be 2'x4' acoustical T-grid ceiling tile. Armstrong or equal, I. Interior Lighting 1) Provide 2x4 LED trough lighting as shown on drawings. 2) Provide light switching for each room. M. Exterior Lighting I) Provide exterior LED lighting as shown. Lighting to be Lithonia or equal. Provide photo sensors. n. Tie Downs Modular Building Systems 133419 - 5 Exhibit A 1) Provide seismic tie downs as required by the building codes for the City of Kent, o. Stairs and Ramps 1) Provide stairs, ramps, and landings as shown on drawings. Provide handrails as required. Ramps to meet ADA requirements. p, Mechanical Units l) Provide and install wall mounted gas/electric unit. Equipment to be Bard WG3S2 Step Capacity Gas/ Electric. Provide all parts and supplies for a complete Installation. 2) Provide overhead ducted supply &return w/plenum wall, 3) Provide digital thermostat controls with setbacks assuring climate control at 70 degrees, plus/minus 2 degrees. 4) Equipment shall be Energy Star rated and meet Washington State Energy Code. q. Electrical I) Provide a 200 amp electrical service, 2) Provide Appleton Generator Power Receptacle ADJA20034200RS or equal with 200 Amp Non fused manual transfer switch, Eaton DT224URIC or equal. 3) All wiring to be bx cabling or wire in emt conduit. 4) All circuits to be 20amp or larger as required. 5) All electrical services shall be connected as a total unit. 6) Outlets and equipment shall be labeled with panel desigartions and circuit numbers, 7) Provide receptacles as shown on drawings, 8) Provide data backboxes and smurf tube pathways for data cabling by others. All pathways to terminate in the ceiling space above the T-bar grid. 9) Provide, benching, con suit, backfill, and restoration for secondary wiring from PSE transformer Coordinate installation with PSE B. Design requirements 1, Design Snow Load:25 Ibs/sf 2, Design Wind Load: 85 mph 3, Seismic Zone: B 4, Soil Bearing Capacity: 1,500 psf C, Permitting I, Manufacturer/Installer shall provide and submit all drawings, calculations, and information necessary to obtain a building permit from the City of Kent. Documents shall include but are not limited to: a. Washington State L&I approved trailer construction plans. Modular Building Systems 133419-6 Exhibit A b. Drawings and structural calculations certified by a structural engineer for the foundation system, tie downs, and for the stairs and ramps. c. General Manufacturer's Instructions d, Printed instructions for delivery and installation indicating any special procedures or perimeter conditions requiring special attention for installation. D, Installation t The Contractor shall provide and set blocking and leveling and connect the trailer units. 2, The office trailer shall be weather tight when joined, with all interior and exterior joints sealed, 3, The Contractor shall remove tongue and tires to be stored under the unit. 4. Cortractor shall provide and install tie down materials, skirting, stairs and ADA ramp components. 5. The Contractor shall connect the trailer to power and gas as located on drawings Owner will apply and pay for PSE service connection. Contractor to acquire all necessary installation permits. 6. The Contractor shall provide all necessary materials, including all labor, equipment and incidentals required for completion of the trailer installation. 7. Contractor to provide connecting fencing around new modular building as shown. E. Acceptance 1. The trailer shall have insignia of approval from Washington State Department of Labor and Industries. 23 ADJUSTING A. Doors: After completing installation, test and adjust doors to operate easily, free of warp, twist, or distortion. B. Door Hardware: Adjust and check each operating item of door hardware and each donor to ensure proper, operation and function of every unit Replace units that cannot be adjusted to operate as intended C. Windows: Adjust operating sashes and ventilators,screens,hardware, and accessories for a tight fit at contact points and at weather stripping to ensure smooth operation and weathertight closure.Lubricate hardware and moving parts. 2.4 CLEANING AND PROTECTION A. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. B. Touchup Painting: After erection, promptly clean, prepare, and prime or reprime field connections,rust spots, and accessories. C. Doors and Frames: Immediately after installation, sand rusted or damaged areas of prime coat until smooth and apply touchup of compatible air drying primer. Modular Building Systems 133419-7 Exhibit A 1. Immediately before final inspection, remove protective wrappings from doors and frames. D. Windows: Clean metal surfaces immediately after installing windows. Avoid damaging protective coatings and finishes. Remove excess sealants, glazing materials, dirt, and other substances.Clean factory-giszed glass immediately after installing windows. E. Louvers: Clean exposed surfaces that are not protected by temporary covering, to remove fingerprints and soil during construction period. Do not let soil acctnnulata until final cleaning. 1, Restore louvers damaged during installation and construction period so no evidence remains of corrective work. If results of restoration are unsuccessful, as determined by Architect, remove damaged units and replace with new units. a. Touch up minor abrasions in finishes with air-dried coating that matches color and gloss of,and is compatible with,factory-applied finish coating. END OF SECTION 133419 Modular Building Systems 133419-8 Exhibit A I;LQN 32311 A, CHAIN LINK FENCES AND GATES PART1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section, 1,2 SUMMARY A. Section Includes; 1. Chain-link fences. 2, Swing gates 3. Barbed wire 4. Housing for card reader B. Related Requirements: 1. Section 033000 "Cast-in-Place Concrete"for cast-in-place concrete post footings. 13 ACTION SUBMITTALS A. Product Data: For each type of product. 1. Include construction details, material descriptions, dimensions of individual components and profiles,and finishes for the following: a. Fence and gate posts,rails,and fittings, b. Chain-link fabric, reinforcements,and attachments. C. Gates and hardware. B, Shop Drawings: For each type of fence and gate assembly, 1. Include,plans,elevotions,sectl00%details„and attachments to other work. 2, Include accessories, hardware,yade operation, and operaaliounl clearances. 1.4 FIELD CONDITIONS A. Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures, Verify dimensions by field measurements, Chain Link Fences &Gates 323114 - I Exhibit A PART2- PRODUCTS 2.1 CHAIN-LINT{FENCE FABRIC A General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual' and requirements indicated below: 1, Fabric Height: 6' high as indicated on Drawings. 2, Steel Wire for Fabric:Wire diameter of"0,120 inch. a, Mesh Size: 2 inches It, Polymer-Coated Fabric, Color: Black,according to ASTM F 934. 3, Selvage: Twisted top and knuckled bottom. 4. 12"of barbed wire at top, 2.2 FENCE FRAMEWORK A. Posts and Rails: ASTM F 1043 for framework, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 based on the following: 1, Fence Height: 72 inches 21 Light-Industrial-Strength Material a. Line Post 2.375 inches(60 mm)in diameter minimum. b. End, Corner, and Pull Posts: 4.0 inches. 3, Horizontal Framework Members: Intermediate, top and bottom rails according to ASTM F 1043. a. Top Rail: 1.66 inches(42 mm) in diameter. 4. Brace Rails: ASTM F 1043. 5. Metallic Coating for Steel Framework: a. Type A: Not less than minimum 2,0-o7./sq, ft. (0,61-kg/sq. in)average zinc coating according to ASTM A 123/A 123M or 4.0-oz./sq. ft. (1,22.kWsq, m) zinc coating according to ASTM A 6531A 653M. b, Type B: Zinc with organic overcoat,consisting of a minimum of 0.9 oz./sq. ft, (0,27 kg/sq, m) of zinc after welding, a chromate conversion coating, and a clear, verifiable polymer film. C. External,Type B:Zinc with organic overcoat,consisting of a minimum of 09 oz./sq. ft, (C,27 kg/sq, m)of zinc after welding,a chromate conversion coating, and a clear, verifiable polymer film,Internal,Type D,consisting of 81 percent,not less than 0.3- mil-(0.0076-mm-)thick,zinc-pigmented coating. d. Type C: Zn-5-AI-MM alloy, consisting of not less than 1.8-oz,/sq. ft (0.55- kg/sq. m) coating. e. Coatings: Any coating above. Chain Link Fences&Gates 323114-2 Exhibit A 6, Polymer coating over trnetall Ie coating. a. Color:Black, according to ASTM F 934. 2.3 SWING GATES A. General; ASTM F 900 for gate posts and single swing gate types. I, Gate Leaf Width: 36 inches 2, Framework Member Sizes and Strength: Based on gate fabric height, 3. Provide security panels to prevent unauthorized entry from the outside. B. Pipe and Tubing: Same as fabric framing. C. Hardware; I. Hinges: 180-degree outward swing. 2. Latch:Panic hardware, Von Duprin 98 series or equal. Provide housing for electric strike, Electric strike by others. Provide security panels at hardware to prevent unauthorized entry from the outside. 2A FITTINGS A. Provide fittings according to ASTM F 626. B. Post Caps: Provide for each post. 1 Provide line post caps with loop to receive tension wire or top rail, C. Rail and Brace Ends; For each gate, corner,pull, and end post. D. Rail Fittings: Provide the following: I. Top Rail Sleeves:Pressed-steel or round-steel tubing not less than 6 inches(152 mm) long. 2. Rail Clamps: Line and corner boulevard clamps for connecting intermediate and bottom rails to posts. E. Tension and Brace Bands: Pressed steel. F, Tension Bars; Steel, length not less than 2 inches (50 mm)shorter than full height of chain-link fabric. Provide one bar for each gate and end post, and two for each corner and pull post, unless fabric is integrally woven into post. G, Tie Wires,Clips, and Fasteners: According to ASTM F 626, H. Barbed Wire Arms: 1n compliance with ASTM F626, pressed steel galvanized after fabrication, minimum zinc coating of 1.20 oz. /lt' (366 g/m2), capable of supporting a vertical 250 Ib (113 kg) load, [Type I —three strand 45 degree(0,785 rad) arm] [Type 11 —three strand vertical arm] [Type III—"V"shaped six strand arm] Chain Link Fences&Gates 323114 - 3 Exhibit A 2.5 BARBED WIRE Metallic Coated Steel Barbed Wire: Comply with ASTM A121, Design Number 12-4-5-14R, double 12-'/2 gauge(0.099 in.)(2,51 mm)twisted strand wire,with 4 point 14 gauge(0,080 in,) (2.03 min) rnund barbs spaced 5 inches (127 min) on center. Match coating type to that of the chain link fabric. <12-4-5-14R is specifically designed for chain link fence applications> <lnsert material coating specification including type and class when applicable> 1. Coating Type Z- Zinc-coated: Strand wire coating Type Z, Class 3, 0.80 oz/ft' (254 g/m'), barb coating 0.70 o2'ft' (215glm2). PART 3 -EXECUTION 31 EXAMINATION A. Ixantine areas and conditions, with Installer present, for compliance with requirements for earthwork, pavement work, and other conditions affecting performance ofthe Work. I. Do not begin installation before final grading is completed unless otherwise permitted by Architect. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Stake locations of fence lines, gates, and terminal posts. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.3 CHAIN-LINK FENCE INSTALLATION A. Install chain-link fencing according to ASTM F 567 and more stringent requirements specified, I. Install fencing on established boundary lines inside property line. B. Post Excavation. Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. C. Post Setting Set posts in concrete at indicated spacing into firm, undisturbed soil. I. Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2. Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. D Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567. E. Line Posts: Space line posts uniformly at 96 inches o,a Chain Link Fences&Gates 323114-4 Exhibit A R Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts.Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles.Install braces at end and gate posts and at bath sides of corner and pull posts, I. Locate horizontal braces atmidheight of fabric, G. Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. K Intermediate and Bottom Rails: Secure to posts with fittings I. Chain-Link li Apply fabric to Outside ofenclosing framework.Leave I-inch (25-nim bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated, Pull fabric taut and tie to posts, rails,and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. J. Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts, with tension bands spaced not more than 15 inches(380 rum)ox, K. Tic Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees,and attach other end to chain-link fabric according to ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1. Maximum Spacing: Tie fabric to line posts at 12 inches (300 mm) ox, and to braces at 24 inches (610 min)o.c. 3.4 BARBED WIRE INSTALLATION Barbed Wire: Stretched taut between terminal posts and secured in the slots provided on the line post barb arms, Attach each strand of barbed wire to the terminal post using a brace band. <Indicate type of barb arm, Type I, II or III and direction [inward] [outward] for installation of Type I arm.> 3.5 GATB INSTALLATION A. Install gates according to manufacturer's written instructions, level, plumb, and secure for full opening without interference Attach fabric as for fencing,Attach hardware using tamper-1'esistant or concealed means Install grouncl-set items In concrete for anchorage, Adjust hardware for smooth operation. 3 6 ADJUSTING A, Gates: Adjust gates to operate smoothly, easily, and quietly, fine of binding, warp, excessive detlection,distortion,nonalignment, misplacement,disruption, or malfunction,throughout entire operational range.Confirm that latches and locks engage accurately and securely without forcing or binding. Chain Link Fences&Gates 323114 - 5 Exhibit A B. Lubricate hardware and other moving pails, END OF SECTION Chain Link Pences&Gatos 3231 14 -6 Exhibit A SECTION 334100 SITE UTILITIES PARTI -GENERAL 1.1 General; A. Related Documents: The General Conditions and the Supplementary Conditions shall apply to the work specified in this Section, B, Description of Work: The work of this Section shall include all labor, materials and equipment required to complete the Site Utilities work as shown on the Drawings and as specified herein, C. Work Included: The work of this Section shall include, but is not limited to the following: 1. Asphalt cutting. 2. Trenching, bedding and backfilling for conduit for power and gas line. 3. Gas line installation 4. Secondary electrical power conduit installation. 51 Asphalt patching. D. Quality Assuran= 1 Specifications. References in these Specifications to the "Standard Specifications" shall mean the current Standard Speclf cations for Roads, Bridge, and Municipal Construction, by the Washington State Department of Transportation and the American Public Works Association as adopted by the City. All construction work shall 110 perf"orraed in accordance with the latest edition oft lie Standard Sped floations All items in the Standard Slucifrcations relating to payment,change orders claims,time and the like are not applicable to this contract. E. Submittals: Submit four(4)copies of manufacturer's data on all required piping and conduit materials prior to start of construction, PART2-PRODUCTS 2.1 General: A, All materials shall be delivered in sound condition. Care should be taken to protect any exterior coatings and linings during all phases of the work, Place no material of any kind inside any piece of pipe or filling during handling,storable or transit. Materials shall be stored in a protected area. 13. Any damaged item shall be repaired, as directed, if in the opinion of the Architect can be made;otherwise,the damaged section shall be replaced at the expertise of the Contractor, Site Utilities 334100-1 Exhibit A C. All conduit systems shall be constructed from the materials shown and to the lines, grades and dimensions shown. Where not shown,the conduits shall be located to avoid interference with other features or utilities, 22 Materials: A. Trenching&Baekfilling: I. Bedding Material, Shall be clean sand/gravel mixture free from organic matter and conforming to Section 9-03,12(3)of the Standard Specifications, 2. Trench Backfill: a. Trench Backfill: Shall be naturally occurring or screened gravel, essentially free from various types of wood waste or other extraneous or objectionable materials conforming to Section 9-03,19 of the Standard Specifications, b. Material shall be obtained from required excavations or other Contractor Tarnished sources approved by the Architect. B, Storm Drainage system; All methods and materials shall meet City Standards and the current"King County Surface Water Manual Design Manual", unless otherwise approved,and as indicated on the drawings, If in conflict,the City standards and requirements shall apply, PART 3 -EXECUTION 3, 1 Oeneral; A. Coordination; Coordinate all utility Installation and connections with appropriate utility companies and the City. Patching of street crossings, sidewalks,curbs and gutters, asphalt or concrete shall be in accordance with the Standard Specifications and City Standard Plans B, All conduit or piping and fittings shall be installed in strict accordance with manufacturer's recommendations, the drawings, these specifications, and in the best commercial trade practice. Any special tools required for laying,jointing,cutting, etc., shall be supplied and properly used. All pipe or conduit shall be thoroughly cleaned before laying and shall be kept clean until accepted in the completed work and when laid, shall conform accurately to the lines and grades given. At all times during pipe or conduit laying operations,the trench shall be kept free of water. C. In case defects are revealed by inspection, the Contractor shall replace the defective pieces and shall bear the expense. D, Compaction; References in these specifications to specific percentage values for required compaction of soils are a percentage of the maximum dry density as defined and determined by the American Society of Testing and Materials(ASTM), Designation D- 1557, The Owner will engage the services of an approved testing laboratory, to verify that the compaction density percentages specified herein have been achieved. 3.2 Trench Excavation Site Utilities 334100-2 Exhibit A A. All trench excavation work shall be in strict accordance with Division 3 t, Earthwork and Trench Safety, and as follows, B. Excavate trenches to Indicated gradients, lines, depths,and elevations, a, Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line of 18"if no other grades are indicated. b. Excavate trenches to uniform widths to provide a working clearance or each side of pipe or conduit. Excavate trench walls vertically from trench bottotn to 12 inches (300 mm)higher than top of pipe or conduit, unless otherwise indicated i. Clearance; 12 inches(300 mm)on each side of pipe or conduit. ii. Trench Bottoms: Excavate trenches 4 inches (100 mm) deeper than bottom of pipe elevation to allow for bedding course, Hand excavate for bell of pipe. Excavate trenches 6 inches (150 mm) deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. 3.3 Trench Backfill: A. Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells,joint's, and barrels of pipes and forjoints, fittings,and bodies of conduits. B. Backfill trenches excavated under footings and within 18 inches (450 mm) of bottom of footings; fill with concrete to elevation of bottom of footings. C. Provide 4-inch- (107-atrm-) thick, concrete-base slab support for piping or conduit less titan 30 inches (750 man) below surface of roadways" After installing and testing, completely etnease piping or conduit in a rninimu rn of 4 inches (100 ntm) of concrete before backftlling or placing roadway subbase, D, Place and compact Initlat backfill of subbase material, free of particles larger than I inch (25 mm), to a height of 12 inches (300 mm)over the utility pipe or conduit. I, Carefully compact material under pipe haunches and bring Backfill evenly up on both sides and along the full length of utility piping or conduit to avoid damage or displacement of utility system, E, Coordinate backfilling with utilities testing. F, Fill voids with approved backfill materials wbite shoring and bracing, and as sheeting is removed. G. Place and compact final backfill of satisfactory soil material to final subgrade. H, Revise tape depths to suit office practice. I, Trenches shall not be backfilled until measurements have been made for the as-builts. Site Utilities 334100.3 Exhibit A J. Patch asphalt with equivalent depth of asphalt and crack seal edges. 3.4 Site Restoration: Upon completion of all work the site shall be cleaned up and restored to a condition equal to or better than that existing prior to start, All debris shall be removed and disturbed earth shall be compacted, 3.5 As-Builts; Contractor shall provide one set of accurate red lined drawings indicating as-built condition of all of the work. Said as-builts shall be delivered to the City prior to 100% pay application. END OF SECTION 334100 Site Utilities 334100.4 E ,bllA EXHIBIT A EEMMM NNW,V,Wff, tM�elll9L2Y,�,u�9as�,r,aN9�ia��Aui>➢iaNYrdfm� 1r11,11 f ll I fd>II M .. ....a..,.•.. l „'� :.. ... ...,._. �I % �fi1�^„( Xskl$'d�fi.M r?'w�,$ P r w v .0 .. . ...... _... K obit. `„ ry JAIu�F SIRE � 1 r l A 1 5 ✓ Q,P,f � £hlbit A e •� rij VAX WWOUXMI I . r 11 I yy�� I%xMMi n •• •• »» { d�!"����YI, Iu tt r� I� _ tl J �I 1J IV f (1 I II �I� I � II"�II �iII, 11fu " 01 It'd, I I iI! If 'r fi Ir I ! O 5 " "I" a�, li z < " nse 'I t ,.alv ;,F.�rGveu r »Ouuo .ai.Jiv EXHIBIT A CITY OF KENT KING COUNTY, WASHINGTON Request for Bids Kent Shop Facility Modular Building BIDS ACCEPTED UNTIL October 2nd, 2018 2:00 p.m. Bid Opening Immediately Following AT CITY OF KENT CENTENNIAL CENTER BUILDING Facilities office, 400 West Gowe, Suite 106, Kent, WA 98032 Nate Harper Project Coordinator WASHINOTON BIDDER'S NAM( .....j.a ()C4E re'), k� CAS� h_`j Exhibit A CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM REQUIRES CRITERIA ESTABLISHED BY STATE LAW AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner, Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement,but that request may only be made within 49 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendurn establishing time new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its delertnination that will include time city's reason for its clecision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of the 24 hour appeal period. The city may deliver this notice by hand delivery, ontail, facsirrrile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after boing placed in the U.S. Mail. The bidder's right to appeal is limited to Iltc single remedy of providing the city with additional information to be considered belbre the city issues a firmal eiete9 ruinatia7rm• Bidder acknowledges and understands that, as provided by RCW 39,04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work, If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. Contractor's Qualifications Statement 002100 - I Exhibit A COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID, THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES; CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION, The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. II SUBMITTED BY: NAME: N�{)Gl rrk ?.mG.',.,df J t " _s $ '�.( t l ) ._._..., ADDRESS: Puc,t.)�� ('f� rl PRINCIPAL OFFICE: _ pp ADDRESS: q p04/ U�tlu� PHONE: no FAX: 1. STATUTORY REQUIREMENTS 1.1 Provide a copy of your certificate of registration in compliance with chapter 1927 RCW. 1,2 Provide your current state unified business identifier number, 1.3 Provide all applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3), 2, ORGANIZATION 2A How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? Contractor's Qualifications Statement 002100-2 Exhibit A 2.2.1 Under what other or former names has your organization operated? 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4,1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Naine(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5,2 Name of owner: 2.6 If the form of your organization is other than those listed above,describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes,please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there anyjudgments, claims, arbitration proceedings or suits pending or outsiaauling against your organ'ivalinn of its officers? 4.2.3 Has yom organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes,please attach details.) Contractor's Qualifications Statement 002t00 -3 Exhibit A 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces, 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization, 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3,1 Name of bonding company, 5.3.2 Name and address of agent: 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders If so required, the selected bidder(s)must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited,including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g,, cash,joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Contractor's Qualifications Statement 002100-4 Exhibit A Other Assets; Current Liabilities (e g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities(e.g., capital, capital stock, authorized and outstanding shares par values,earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not,explain the relationship and financial responsibility of the organization whose financial statement is provided(o,g ,parent-subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 7. SIGNATURE 7.1 Dated at this �S� day of _' . 201 r n... r"P Name of Organization: /ld�e�n aG Lf!n±) S ) S}f„".t.s ��77 rr,,.�,� BY _�` .r}r^��- pp ^ J - I.. _.._.. Tirle: 't .tl.... atr^ " Mn✓gca y ._.. .._ _ J Slate of WA Coonty of tong I cGrtrty alit i know or have satisfanory evWC41te ahat ned are tt a peraan who Appr.,rer ael ru ini and svgod and fwarar(or df0rnred) h9ARSFl K A L R A oil, n C lCplat {rtatel NOTARY PUBLIC 1� �Atd.At v..,- /n` -w �.tt, 'ISTATE OF WACHINCTCN �k Signetura Nul.riy A oVIuG cwrMiSSIDn Expires COMMISSION EKFIRE5 ({ 0C108F h 29, 2020 u Contractor's Qualifications Stateinent 002100-5 Exhibit A tV It�pJ��..Nt�INf�I "'th'' '1M" t�e MN�&t . *The Smart Choice..." GENERAL INFORMATION Founded In 1971, Modern Building Systems, Inc. has been providing complete, award winning, turnkey packages, including design and engineering,to property and business owners looking for cost-effective construction of single and multi-story buildings. For professional offices and medical clinics, convenience stores and service stations, motels and lodges, classrooms, sales offices, storage units and more, Modern delivers customized, quality, environmentally friendly building solutions. Our objective is a satisfied customer whose building needs have been met. Modern Building Systems, Inc. was incorporated and has been doing business since December 1971, and is the oldest continuously licensed manufacturer in Oregon. During these operating years, our company has been active in all phases of construction, including designing, engineering, manufacturing, marketing and planning services for its customers. Our management team; of fifteen professionals have a combined total of over 200 years of construction management experience. Modular construction offers significant savings over traditional, site-built construction. Units and components are factory-built allowing construction to occur during any season. Our units are installed quickly, saving time and reducing costs. Earnings and cash are generated earlier from being able to open for business sooner. The complete turnkey project, with Modern Building Systems, Inc. experienced management team, mean fewer project management or multiple resource management headaches. The manufacturing facility and office are located on 37 acres approximately 12 miles east of Salem, Oregon. The site is strategically located, being only 3 miles from Highway 22 for ease of travel east and west. Nearby Interstate 1-5 provides for travel north and south. The close proximity of Portland's docks facilitates export of manufactured products. The site also has access to rail, Current operations use approximately 25 acres of the total 37 acres. Total square footage of the buildings is 230,000 square feet. Modern Building Systems, Inc. uses approximately 60,000 square feet for manufacturing modular buildings, 30,000 for panelized and component manufacturing and the balance for precutting, warehousing and material handling or is leased to others. The corporate headquarters office space is 0,000 square feet. 16 acres of storage yard, graveled for receiving, assembly and storage space Is used. The balance of building space and acreage will be used for future expansion as our customer's needs increase and to maintain timely delivery schedules. Equipment consists of overhead cranes, forklifts, saws, trailers, compressors, pneumatic tools, etc. required to fabricate our products. Exhibit A The company's products include single and multi-story offices, duplexes, motels, clinics, classrooms, minimum security prison space, and single-family dwellings throughout Oregon, Washington, Idaho, Northern California, Alaska... and now internationally. Our company has earned an excellent reputation for customer service and quality built structures. The two basic products currently manufactured at this plant are components and modular buildings. Components are defined as two-dimensional building parts such as wall panels, floor decks, roof decks, etc. The wall panels consist of the frame studs, exterior siding and windows. The interior surface is usually without electrical, plumbing and trim. The components are assembled at job site into a building shell. Modules are three-dimensional units complete with wiring, plumbing, heating, and interior finish. The only job site work is the trim and utility connections at the module joints. The number of modules varies with building size and the modules can be joined side-by-side, end-to-end, stacked and can have different widths and lengths. Modular and component construction can be combined In a single project. When a custom modular building is complete, generally they appear to have been site-built and are permanent facilities. Modern Building Systems, Inc. became involved in the B.R.A.G. (Business Recycling Awards Group) program to help conserve resources by reducing waste, recycling and buying recycled products. Modern Building Systems, Inc. is distinguished as an "advanced program member for our extra efforts of involvement. The Marlon County Board of Commissioners gave us the "Recycler of the Year" award. Modern Building Systems, Inc., was the recipient of the Department of Energy SBIR grant to research and develop more energy efficient Modular Buildings. The grant provided for research on several prototype building's that will be monitored over several years. Modern Building Systems, Inc. received numerous awards/plaques through the Modular Building Institute "Awards of Distinction Program". There have been awards, which include a 4-story dormitory constructed in Kotzebue, Alaska and an office building located In Portland, Oregon. Our company was awarded two first place prizes and one honorable mention for modular projects and marketing pieces completed. One of the most prestigious awards given by Automated Builder was awarded to Modern Building Systems, Inc. for "Excellence in Portable Classroom Design". Based on endorsements from our employees and area businesses the Salem Area Chamber of Commerce recognized Modern Building Systems as its "Employer of the Year," As evidenced by the fact that over 60% of our business is from repeat customers, Modern Building Systems, Inc. believes that providing service and support beyond the customers expectations Is paramount to future success. In addition, to further assist and provide the added support, Modern Building Systems, Inc. hired an additional Service Coordinator to facilitate projects. Exhibit A MANUFACTURING LOCATION Mailing Address: P.O. Box 110 Aumsville, OR 97325 Street Address: 9493 Porter Rd Aumsville, OR 97325 HYPERLINK http://www.mbs-modular.com www.mbs-modular.com FINANCIAL REFERENCES BANKING: Wells Fargo Bank, Commercial Banking Office, 580 State Street Salem, OR 97301 Contact: Bruce Breltling Phone: (503)945-2396 Fax: (503) 945-2311 BONDING: Anchor Insurance & Surety, Inc. 100 Century Tower, 1201 SW 12th Ave., Portland, OR 97205 Contact: Phil Forker (503) 224-2500 Modern Building Systems, Inc. is currently a member of the following associations: Modular Building Institute National Association of Home Builders Cascade Employers Association National Federation of Independent Business World Trade Center- Portland, Oregon Oregon Building Officials Association U.S. Chamber of Commerce Western Oregon International Trade Council Salem Economic Development Corporation Salem Chamber of Commerce Stayton Chamber of Commerce The American Institute of Architects MBSI provides support for the following partial list of organizations: 20 Years of continuous support for 4H & FFA Association of Christian Schools Intl. Administer school tours of facilities Coalition for Adequate School Housing Student Interns & Work study at the High Washington Association of School Admin. School & College level Oregon School Boards Association Aumsville Corn Festival Citizens for Evergreen Schools Salem Ballet Association Special Olympics Confederation of School Administrators Girl Scouts of America Exhibit A MANAGEMENT TEAM 2002 JAMES L, RASMUSSEN - PRESIDENT Mr. Rasmussen directs the day-to-day operations for the firm. He holds a Bachelor of Science Degree In Financial Management from Oregon State University with over 15 years in Contract Administration and construction management in commercial construction. He holds various licenses In California, Oregon and Washington. He is a current member of the Creekside Rotary, has served as chairman of the board of the Salem Economic Development Corporation and is a board member of the Modular Building Institute, the national association for commercial modular producers. Mr. Rasmussen is an author of numerous trade journal articles as well as a frequent guest speaker at conventions and forums. He serves on the Construction Skills Training Technology Advisory Committee for Chemeketa Community College and is a member of Salem Chamber Executive Leadership Council. Mr. Rasmussen participates as a mentor for Graduate. Students in Willamette University's Atkinson Graduate School of Management. Mr. Rasmussen has been an officer since 1989 and is a 50% shareholder in the company. KENNETH A. RASMUSSEN P.E. - VICE PRESIDENT Mr. Rasmussen is a Professional Engineer In Oregon, Washington, California, Nevada, Idaho, Alaska and Hawaii. He has over 20 yearn engineering experience In the public and private sector. Ken has a degree in Engineering from Portland State University. He oversees the Design and Engineering Department, manufacturing process, quality control, and facilities management. Ken is a member of Stayton Rotary and he serves on several committees for charitable fundraising events. He has hosted several trade missions and cultural exchanges from around the world. Mr. Rasmussen has been an officer of the company since 1994 and is a 50% shareholder. KENNETH MERO - VICE PRESIDENT - SALES Mr. Mere joined the company in 1995 to coordinate project sales, Ken has a Bachelors Degree in Business Administration from Southern Oregon State College. Flis background Includes over ten years experience. selling / leasing and managing modular building projects, Ken has managed over 1000 buildings in a lease fleet in Seattle, Washington. He is currently responsible for the marketing and sales functions of the company; including estimating and forecasting. Ken is also responsible for the development and growth of MBS Leasing, which is the rental/leasing division for the company. Mr. Marc serves on the board of the Modular Building Institute and coaches Little League Baseball SHELLY BAUGHMAN — SALES/LEASING COORDINATOR Shelly joined Modern Building Systems, Inc. in 1994. With over nine years In the mobile/modular industry, Shelly has taken on a variety of duties, Including: Exhibit A marketing/advertising, trade shows promotions, customer assistance, streamlining office procedures and the training of office employees. In 1995, Shelly moved into the Sales/Leasing Department and Is currently responsible for the scheduling and coordination of lease building deliveries and installation. STEVE HAYS — SALES/LEASING COORDINATOR Mr. Hays joined the sales and leasing department in March of 2002. Steve has been marketing modular buildings for four years and has 17 years of sales experience. His sales background includes multiple line insurance and products for petroleum contractors, He has a bachelor's degree In telecommunications and film from the University of Oregon. KATHARINA LINGEMANN-SMITH — SALES/LEASING COORDINATOR Mrs. Lingemann-Smith joined Modern Building Systems, Inc. in August of 2001 as part of the sales/leasing team. Katharina has a Master Degree in Business from the University of Hamburg/Germany. She has a background in leasing and fleet management and was involved in international business start-ups, including all marketing phases, sales, business management, legal operations and employee training. Katherina is currently involved in all sales and leasing operations and is responsible for the promotion and further development of the Washington market in the Seattle location. JOHN MOUILLE — DESIGN DEPARTMENT MANAGER Mr. Mouille joined Modern Building Systems, Inc. in May of 1999 as an Architectural Draftsman. He brought with him over thirteen years of CAD drafting and construction management experience. John was promoted to Design Department Manager in September of 2001, His responsibllities include overseeing all aspects of the design phase for all projects, assuring plans are drawn to fulfill the customers needs and wants, as well as making certain the drawings will pass state and local building codes. KEN HUIE — DESIGN DEPARTMENT ASSISTANT MANAGER Mr, Huie joined Modern Building Systems, Inc. in June of 1993, since that time has served to improve the performance of the design department by managing our staff of CAD Drafters. Ken's responsibilities include the day to day scheduling of drafting work as well as maintaining our extensive CAD Libraries and Systems. Ken holds a 1980 technical degree in Architectural Drafting and Design from Phoenix Institute of Technology. Exhibit A BILL JOHNSON - PURCHASING MANAGER Mr. Johnson joined the company in 1980 as production employee. Bill brought with him a 6-year background in custom woodworking. His employment with Modern Building Systems, Inc. has allowed him to work all areas of production. Mr. Johnson has over 20 years of experience with the company, including Saw Shop Foreman and then Framing Foreman for 10 years. Beginning in March of 1995 he began working as an estimator and managing the International Sales Department. In 1996 Bill spent five weeks in Osaka, Japan overseeing the assembly of a panelized housing project and training local carpenters. As Purchasing Manager he is responsible for the procurement of all materials and supplies necessary to support the production facility. GUY COMBS - PRODUCTION MANAGER Mr. Combs joined the company in 1980 as a plant laborer in the Shipping Department. Guy has moved through all phases of the plant production line, including 3 years in our Saw Shop and then 12 years with our Framing Department. Mr. Combs became framing foreman in January of 1996, overseeing all framing phases of the panelized components as well as insuring that all of the modular buildings custom framing needs have been met. Mr. Combs was promoted to production manager in April of 1996, TAMMY BEYEL— SITE/SERVICE COORDINATOR Tammy joined Modern Building Systems, Inc. in 1998 to aid in the coordination of all service requirements for our customers. Tammy has been in the mobile/modular industry, serving customers for over nine years. Tammy works directly with all customers to ensure that their service needs are met with speed, accuracy and the end result is customer satisfaction. DARREL JONES — MAINTENANCE/TRANSIT SUPERVISOR Darrel joined Modern Building Systems, Inc. in 1991 as the Maintenance/Transit Supervisor. Darrel handles all phases of plant and vehicle maintenance, Including: trip permits, vehicle upkeep, tool inventory, scheduling deliveries of all buildings constructed by Modern Building Systems, Inc. and all MBS lease fleet buildings. Darrel also assists the site department, ensuring proper module positioning as each site has its own unique variation. Exhibit A What some of our customers are saying...... "Initially, we were impressed with other structures they had built in and around the Greater Vancouver area, I believe the common reaction from any committee person was "I can't believe they are modular!" Many of us on the committee had preconceived ideas as to what modular buildings were to look like, but after we saw the buildings manufactured by Modern, our perspective of what was possible changed dramatically. I know how difficult it was to research and decide on a manufacturing company, but by choosing Modern you have the satisfaction of knowing you are working with a company who is honest, willing to work with you to help you get the most bang for your buck, and who will not leave you hanging once you have occupied the building. My experience with Modern, from beginning to end, has been great; I highly recommend Modern Building Systems, then Memo, and Calvin for whatever dream you are trying to realize." Very Gratefully Yours, Nikki Skinner Skinner Montessori "I just wanted to say thank you again for your excellent service, We are enjoying our new custom-designed modular office. MBS has far exceeded our expectations In your product and service. The few minor needs that have occurred have been taken care of promptly, Just this past month, we had a door lock that needed some work and your office was called. The response was quick and the lock fixed within a few days, While the service rep was here, he noticed a board on the outside that needed to be replaced and took care of it at the same time. We would be happy to have our name listed as one of those who can highly recommend MBS. Thank you again for your outstanding service and great staff In the home office and out in the field." Sincerely, Bob Swope Senior Pastor/President Valley Life of the Assemblies of God "On behalf of University Place School District, we thank you for providing us with our two modular buildings, Staff at both facilities are pleased with their new buildings. We are particularly pleased with the quality that went into the structures. While you may not take this as a compliment, I have had a number of people comment that they did not believe the buildings were modular. It was a pleasure working with your design team and your on-site crew. John Carpenter and his crew were efficient and conscientious. Should we have the need to add modular structures in the future, we will be calling on you." Sincerely, Greg Paus Construction Consultant University Place School District Exhibit A "From the beginning to the end, your people have performed above and beyond the call of duty and have provided us with the building we need, in a timely fashion, and within reasonable budget. Throughout the project, Modern Building Systems, Inc. O has been extremely helpful in working with us and our engineering firm, in this fast track project. Your companies willingness to compress schedules made a timely accomplishment possible." Bill Elliott, P.E. City of Portland, Oregon Bureau of Water Works "All Modern Building Systems, Inc. 0 people demonstrated a professionalism and competence that is commendable. The hard work, attention to detail, and cheerful helpfulness was very much appreciated. Your responsiveness and willingness to work closely with us was a major factor in our project's success, Your dedication to getting the job done right, and on time, showed through again and again." Joe Nance NACCO Materials Handling Group, Inc. Exhibit A !jIlk"I'lQN 00,1000 BID PROPOSAL Kent Shop Facility Modular Building }} I , Proposalof. ..�{ ✓ 1 ,yl ...'.� Kr'Jcr9-...S sJ"'[1-5-___ ..., hereinafter called the"Bidder" of+ntnied and exiann under the laws of the State of( ) � " Washington and doing bu mess as ol-P01-4j VA ("insert "a eorporahon","a pRrtiiership", or"an Individual") To the OWNER(City of Kent): In compliance with your Invitation to Bid, the Bidder licreby proposes to fann6h all labor add materials specified hero}n necessary for and IncidentO to the completion of the work in strict accordance with the Contract I)oetenents,within the thne set fmt,h herein, and at the lump sum price stated below (not including WSST), A. LUMP SUM BASE BID: The manufacttne, delivery, and installation of a modular building and associated appurtenances as shown on the drawings and as specified in this project manual for the lump sum price(which does not include Wnshington State Sales Taxes(WSST)) I ho.(/tj) r ig r (I , e '( "{ Pl„ .a. +�t1 Sa�rin� .," .I'bn1lolla % V 3 0 a? E !mod ,+ Seen Amours� words) -- (Amount in numbers) B. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty ((0) calendar days after the day of bid opening. C. TIME OF COMPLETION: The work of this contract shall continence from the Notice to Proceed aild the work specu"ic(l in Lnurp?su o Base Bid shall be substantially completed withui. Fvc ("JS)-eatidudtHd.ryas..liacaLLtr9.tltoet;w�c_.- �L'i Erno� D. STATE SALES TAX; The undersigned agrees that the above named Lump Sum and does not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay application. E. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved. F. COMMENCEMENT OF WORK: The bidder hereby agrees to commence work under this contract within five (5) calendar days after the Notice to Proceed and to fully complete the work within the time established in paragraph C of this proposal. G. LIQUIDATED DAMAGES: TIID BiddeYttll'dtt7^tgrecs to payn rliqu dated-elnmages the sum as cele.ultrCtrCd Yn 4pu;citica(iarn eu:ctunr fi0'70tIC9 trr+.neisll-faemrliltu:5s•,-Itrtiel�.3, H. BID SECURITY: Bid security is not icquiir al far this project. A Performance and Payment bond will be required of the successful bidder, Bid Proposal OC4000-1 Exhibit A 1. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. J. SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaluated as follows: I. Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is in compliance with the invitation to bid. 2, Responsibility, The Owner will consider all material submitted by the contractor,and other evidence it may obtain otlncr,wise,to determine whether the r.ontrar.tor is capable of tnnd has a history or successfully compicting cmnttracts of this type."1"hr;following elements may lac given consi(eorarion by Ills Owner in dincri ninthrg wimbor a contractor is a respomime contractor: art)"fhc ability,capacity lord skill of the contractor to perform the contract and/or provide the service required,b)The,character,integrity, reputation,judgment,experience and efficiency of the bidder;c)Whether the contractor can perform the contract and do so within the time specified; d)the quality of performance by the contractor oil previous and snnil;mr cnruracls;e)The previous and existing rrmnpliauce by the bidder with laws relating to the conbact or services;and f) such other inrormanan as may be peevecd having be arhtg on the decision to award the contracts. When requested by the Owner,contractors shall furnish acceptable evidence,of the contnictor's ability to perform, such as firm crcnrunitrneants by subcontraclorA,equipment,;upplics and facilities,and the contractor's ability to obtain the necessary personnel.Refusal to provide such information upon request may cause the bid to be rejected, 3. Lowest Bid:The lowest bid K. SIGNATURE: By signing than Wit Proposal, (lie undvrrsignod bidder agrees to submit all hnnu ntwe documents,, performance bonds, trim signumd contracts within tern(i0)caieudnr drys litter City :iwnrds ncc Contract and be bound by all terms,requirements and representations listed in the bid documents whether set forth by (lie City or by the Bidder. The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Addrrrdtmr No, Date of receipt and acknowledgment 2, __.._..,.. 3. 4, Bid Proposal 004000-2 Exhibit A 1c) 'St4f,ldi t Bid 1�ate CPA Akr-ei's, ------ Submitted By(Signature). ...q1 32r Address 2 RSumteBy (Printed Name)B/�QAVX �OkA Aqnqq(,/" telephone"Ru'r—nber....... .......... ..... title r'r e P�k m b(4 141, ,A END OF BID PROPOSAL Bid Proposal 004000-3 Exhibit A CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Dato This statement relates to a proposed contract with the City of Kent named Kent Shop Facility Modular Building I am the undersigned bidder or prospective contractor. I represent that - 1, I n have, have not participated In a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. �s NAME OF BIDDER •-� SI nature/T r BY: ....�tnCH g Itle . . ,_ /440, ocJf/ uKg3 ADDRESS (Note to Bidders: The information required in this Compliance Statement is Informational only) Exhibit A City of Kent Combined Affidavit & Certification Form: Non-Collusion, Minimum Wage (Non-Federal Aid) NON-COLLUSION AFFIDAVIT Being first duly sworn, deposes and says, that he/she is the Identical person who submitted the foregoing proposal or bid, and that such bid is genulne and not sham or collusive or made In the interest or on behalf of any person not therein named, and further, that the deponent has not directly Induced or solicited any other bidder on the foregoing work equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself/herself or to any other person any advantage over other bidder or bidders, AND MINIMUM WAGE AFFIDAVIT FORM I, the undersignedq having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed In the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified In the principal contract; know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR; NON-COLLUSION AFFIDAVIT AND MINIMUM WAGE AFFIDAVIT Kz Spa ):+( orJ1 bt4Jd ' __. NAMEOPROJE_ ...._ . � CC U i�r SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER Subscribed and sworn to before me the day of Q khlr , 20A t HARSH K AV NA )�y�p Notary Public In and for the State of Washington vr,arIar 9�i1,.tl <; ..li Residing in �d, �i t_ fmunr ry A I L 0u h<W,IIN010114 (I) C;Illw9pd�, iU lrMi'Ik fi SI ��� �, oC I c)I°f It Air o Exhibit A 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 vaiid 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 role 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 �,giee to fulfill the five +c*clttlrG,men4;" referenced above. Dated this ... '4- _ day of C, C t) ^ ' +' 20 _ S }e�,s For �t,� � Id � �� � f ...,_..._....... 1 Title. tnI�.. a..O /�Gn Date. ,....�v'� l .... T- - EEO COMPLIANCE DOCUMENTS - 1 Exhibit A 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 j�C7LI 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 Exhibit A 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 n____.-.........__ _,. __.... that was entered Into on the_ 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 Clty 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 EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and njrianudma[ritain for the duration of" the Agreement, insurance against cla,rn� for rsons or damage to property which , 0r to pia may arise from or In connection with Lll(- 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 descrlbed below: 1. AU insurance covering all owned, non-owned, hired and [eased vehicles. Coverage shall be written on Insurance Services office (ISO) form CA 00 01 or a substitute forrin providin equivalent fiability coverage. If necessary, the policy shall be endorseg d to provide contractual liability coverage. LidLifl.ty, Insurance shall be written oil ISO occurrence form C6_j0 01 arid shall cover ver liability arising frorn premises, operations, independent contractors, products-completed operations, personal Injury arid advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. 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 io 11 85 or a substitute endorsement providing equivalent coverage. 2. worl5erql CprnpensgL&L coverage as required by the Industrial Insurance Law_s of the State of Washington, 3. insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builders Risk insurance shall be on a all-risk policy form and shall insure against the perils of fire and extended coverage and physwal loss or darnage including flood and earthquake, theft, vandalism, MalldOLIS mischief, collapse, temporary buildings and debris removal. This Builders Risk Insurance covering the work will have a maximum deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Higher deductibles for flood and earthquake perils may be accepted by the City upon written request, by the Contractor and written acceptance by the City, Any increased deductibles accepted by the City will remain the responsibility of the Contractor, Builders Riskjnsurance shall be maintained until final acceptance of the work by the City. EXHIBIT B (Continued) B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits; 1. Automobile �g�Lfty insurance with a minimum combined single Ilmit for bodily injury and property damage of $1,000,000 per accident, 2, Con°rmcrrit71 tra�_Lia_Liility insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products- completed operations aggregate limit. 3, a iiLdc ,ik insurance shall be written in the amount of the completed value of the project with no coinsurance provisions, C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability, Commercial General Liability and Builders Risk insurance; 1° 'rile 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 mall, return receipt requested, has been given to the City, D. Contractor's Insurance For Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, cr rraotor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other- perils to the extend covered by Builders Risk Insurance or other property insur'wice obtained p Ursuant to the Insurance Requirements Section of this Contract or other property Insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. EXHIBIT B (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish Vie City with original certificates and a copy of the amendatory eon dorsements, ocluding but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. Before any eXPOSUM to loss may occur, the Contractor shall file with the City a copy of the Builders Risk insurance policy that includes all applicable conditions, exclusions, definitions, terms and endorsements related to this project, H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. Ali coverages for subcont'actors, shall be Subject to all of the same insurance requirements as stated herein for the Contractor. q R4 0 DATE(MMIDDIYYYY) /"l1l C> i'..I' CERTIFICATE OF LIABILITY INSURANCE 11s/zale 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(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certaln policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT KPD Insurance kar E ... . ... ... ......PHON .. .. I vnx....... . PO Box 29 Muss, sah 503-892,0550 --. --. IArc MJ 503.892 0700 Springfield OR 97477 ..uaoRlss. INSURERf51 AFFORDING COVERAGE NAIC# INSURER Travelers Proo Cas Co of Amer 25674 INSURED INSURER B:Travelers nderi CO 25658 Modern Building Systems, Inc. """ """" ""' " """""' """'.... PO Box 110 INSURER American Insurance Comoanv 21857 ..... ... .. ............... .____..__ ..... Aumsville OR 97325 INSURER D. _ INSURER E INSURER F' COVERAGES CERTIFICATE NUMBER:1241983475 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. INSRI 3.AGGL 5UBR POLICY EFF POLICYEXP ' To TYPE OF INSURANCE Ilusn wvP POLICY NUMBER IMMIDDIYYYYI IMMIDD,YYYYI LIMITS A X I COMMERCIAL GENERAL LIABILITY Y 6600245L548 1/3112018 1/31/2019 EACH OCCURRENCE $1,000,000 . .. -YI CLAIh95-M19ADE X �OCCUR PRFnnI¢Eg(F eI_. $30000000 X WA SUP psib N ED EXP(Anv ervonl P $10 000 PERSONAL&ADV INJURY $1.000,000 .... ._—... ..___. _:_...... . C,ENQ AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2000,000 POLICY I X�I.JECOT [—] LOG PRODUCTS COMP/OP AGO $2 000,000 OTHER', S AUTOMOBILE LIABILITY 8100245LS46 1/31/2018 1/3112019 COMBINED SINC;LE LIMN $1000000 X ANY AUTO BODILY INJURY(Perperaon) 3 OWNEDONLY AUTOS SCHEDULED AUTOS BODILY INJURY(Peracoldenl) S _ ----. X HIRED X NON-OWNED PRO nocale DAMFlGG: AUTOS ONLY AUTOS ONLY QRer lrvcrn17_— A X UMBRELLA LIAB X OCCUR CUP2J6079381714 1/31/2018 1/31/2019 EACI-OCCURRENCE $1000000 ._. ._.,,., .. EXCESS LAB CLAIMS-MADE AGGREGATE I rIFO X PC "n nnn $11 _...._ ...._ .... WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY YIN STATUTE ... F.R _. ..... ,, .._ ANYPROPRIETORIPARTNERIEXECUTIVE ❑ N/A E.L.EACHACCIDENT $ OFFICEMMEMBER EXCLUDED? (Mandate,In NH) EL,DISEASE-EA EMPLOYEE 3 If yes describe under "----------- DESCRIPTION.OP OPERATIONS brUw E.L.CISEASE POLICY LIMIT $' C Excess Liability SHX00032298770 1/31/2018 1/31/2019 Per Occurrence Limit $9,000,OW" $D retention Aggregate Limit $9,00Q000' DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached it more space is required) "In excess of Umbrella Liability-Policy CUP2J6079381714 Re:City of Kent Public Works Agreement. City of Kent,WA is included as additional insured per form CGD458 0713 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West GOWe kept WA 98032 AUTHORIZED REPRESENTATIVE � � I/ 1LIl-r, IVv�.pTl '�r ©1988-2015 ACORD CORPORATION. All rights reserved.. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Policy No. 6600245L548 Modern Building Systems Inc COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR COMMERCIAL INDUSTRIES This endorsement modifies insurance provided under the following. COMMERCIAL GENERAL LIABILITY COVERAGE PART GENERAL DESCRIPTION OF COVERAGE-This endorsement broadens coverage. However, coverage for any injury, damage or me dical expenses described in any of the provisions of this endorsement may be excl uded or imited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to he extent that coverage is excluded or limited by such an endorsement, The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages_ Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Broadened Named Insured J. Bodily Injury To Co-Employees And Co-Volunteer B. Blanket Additional Insured-Broad Farm Vendors Workers C. Damage To Premises Rented To You K. Aircraft Chartered With Crew • Perils of fire, explosion, lightning, smoke, L. Non-Owned Watercraft- Increased From 25 Feet water To 50 Feet • Limit increased to $300,000 M. Increased Supplementary Payments D. Blanket Waiver Of Subrogation Cost of bail bonds Increased to $2,500 E. Blanket Addlt ional In sured- Owners, Managers Loss of earnings increased to $500 per day Or Lessors Of Premises N. Medical Payments- Increased Limit F. Blanket Additional Insu red-Lessors Of Lease d Equipment O. Knowledge And Notice Of Occurrence Or Offense G. Incidental Medical Malpractice P. Uninte ntional Omission H. Personal Injury-Assumed By Contract Q. Reasonable Force- Bod ily Injury Or Prope rty . Amended Bodily Injury Definition Damage PROVISIONS B. BLANKET ADDITIONAL INSURED- BROAD A. BROADENED NAMED INSURED FORM VENDORS 1. The following is added to SECTION II -WHO The following is added to SECTION II-WHO IS IS AN INSURED: AN INSURED: Any org anization, othe r than a pa rtnership or Any person or organization that is a vendor and joint venture, over which you maintain owner- that you I a ag reed in a written contract o r ship or majority interest on the effective date agreement to include as an additional insured on of the poll cy qualifie s a s a Name d In sired. this Coverage Part is an insured, but only with re- However, coverage for any such organization spect to liability for"bodi ly injury" or"property will cease as of the date during the poll by pe- damage"that: riod that you no longer maintain ownership of, a. Is caused by an "occurrence" that takes place or majority interest in, such organization. after you have signed and executed that con- 2. The follo wing repl aces Paragraph 4.a. of tract or agreement; and SECTION II -WHO IS AN INSURED: I Arises o ut of "your perdu cts"which a re such a. Coverage under this provision is afforded only until the 180th day after you acquire ended or sold in the regu jar course of such v or form the organization or the end of the vendor's business. policy period,whichever is earlier, unless The insurance provided to such vendor is subject reported in writing to us within 180 days. to the following provisions, CG D4 58 07 13 ©2013 The Travelers Indemnity Company.All rights reserved_ Page 1 of 7 Includes copyrighted material of Insurance Services office, Inc.with its permission. COMMERCIAL GENERAL LIABILITY a. The limits of insurance provided to such ven- JURY AND PROPERTY DAM AGE LIABIL- dor will be the limits which you agreed to pro- ITY: vide in the written co ntract or agreeme nt, or Exclusio ns c. through n. do not apply to dam- the limits sh own in th a Declarations of this age to pre mises while rented to you, or tem- Coverage Part,whichever are less. porarily o coupled by you with p ermission of I The insurance provided to such vendor does the owner, caused by: not apply to: a. Fire, (1) "Bodily Inju ry"or "property damage"f or b. Explosion; which th e v ender i s o bligated to pa y damages by reason of the assumption of c. Lightnin g; liability in a contract or agreement. T his d. Smoke resulting from such fire, explosion, exclusion does n of apply to liability for or lightning, or damages tha t the vendor woul d have in e. Wate r. the absence of the contract or agreement; A separate limit of insurance applies to such (2) Any expre ss wa rranty u nauthorized by damage to premi ses as described in Para- you', graph 6. of Section III— Limits Of Insurance_ (3) Any physical or chemical change in"your This insurance does n of apply to damage to products" m ade inte ntionally by so ch premises whi le rented to you, or tempera rily vendor; occupied by you with permi ssion of the (4) Repackaging, unless unpacked solely for owner, caused by: the purpose of inspection, demonstration, a. Rupture, bu rsting, or operation of p I testing, o r the substitution of pa its under sure relief devices, instructions from the ma nufacturer, and then repackaged in the original container, b. Rupture or bursting due to expansion or swelling of the contents of any building or (5) Any failure to make such inspections, ad- structure, caused by or resulting from wa- justments, It ests o r servicing a s v endors ter, agree to perform or normally undertake to perform in the regular course of business, C. Explosion of steam belle Isteam pipes, in connection with the di stribution or sale steam engines, or steam turbines. of"your products 2. The following replaces Paragraph 6. of SEC. (6) Demonstration, install ation, se rvicing or TION III —LIMITS OF INSURANCE: repair operations, except such operations Subject to 5. above, the Damage T o Prem- pertormed at such vendor's premises in ises Rented To You Limit is the most we wit I connection with the sale of"your pro d- pay under Coverage A for damages because ucts', or of"prepe rty damag e"to any one p remises (7) "Your products"which, after distribution or while rented to you, or to mporarily o ccupied sale by you, have been I abeled or rel a- by you with p ermission of the owner, caused beled or a sed as a contai ner, part or in- by fire; expl osion, lightni ng smoke re sulting gredient of any other thin g or sub stance from such fire, explosio in, or lightnin g, or wa- by or for such vendor. ter.The Damage T o Premise s Rented T o Coverage under this provision does not apply to: You Limit will apply to all damage proximately caused by t he same "occurre I whether a. Any person or o rganizatien fro m whom you have acquired "you r p roducts", or any ingre- such amage re suits f rem f ire; ex plosion; dient, part or contain er entering into, a ccom- lightning; smoke resulting from such fire, ex- plosion, li thw. ' water; or a ny co mbina- panying or containing such products, or tion of anyy of these. b. Any vendor f or which cov erage a s an addi- The Damage To P remises Rented T o You tional insured specifically is scheduled by en- dorsement. Limit will be the higher of: C. DAMAGE TO PREMISES RENTED TO YOU a. $300,0 00; or 1. The following replaces the last para graph of b. The amount shown on the Declarations of Paragraph 2., Exclusions, of SECTION I — this Coverage Part for Damage To Prem- COVERAGES —COWER AGE A B ODILY IN- ises Rented To You Limit. Page 2 of 7 ©2013 The Travelers Indemnity Company.All rights reserved. CG D4 58 07 13 Includes copyrighted malenal of Insurance Services Office, Inc.with its permission. COMMERCIAL GENERAL LIABILITY 3. The fo Ilowing r eplaces Pa ragraph a. of the a. Is "bodily injury" or"property damage" caused definition of"insured contract" in the DEFINI. by an "o ccurrence" that takes place, or"per- ' TIONS Section: sonal injury" or"advertising injury" caused by a. A contract fo r a lea se of premises. How- an offen se th at is committed, after you have ever, that p ortion of the contract for a signed and executed that contract or agree- lease of pre mises th at i indemnifies a ny ment; and person or c rganization f or d amage to b. Arises out of the owne rship, maintena nce o r premises whi le rented to you, or tempo- use of that part of any premises I eased to rarily occupied by you with permission of you. the owner, caused by The insurance provided to such premises o wner, (1) Fire; manager or lessor is subject to the foll owing pro- visions: (2) Explosion; a. The limits o f insu ranee provided to su ch (3) Lightnin g; premises owner, manager or I essor will be (4) Smoke resulting from su ch fire, ex- the limits whi ch you agree d to provide in the plosion, or lightning, or written contract o r agreement, or the limits (5}Water shown on th e Declarations of this Cov erage Part,whichever are less. is not an "insured contract", b. The in surance p rovided to su on premises 4. The folio wing repla ces Pa ragraph 4.b.(1)(b) owner, manager or lessor does not apply to: of SECTION IV— COMMERCIAL GENERAL (1) "Bodily inju ry"or "propertydama ge" LIABILITY CONDITIONS: caused by an "o ccurrence"th at takes (b) That is i nsurance for premises rented to place, or "personal injury"or"advertising you, or to mporarily occupied by yo u with injury" caused by an offen se that is com- the permission of the owner; mitted, after you cea se to be a tenant in D. BLANKET WAIVER OF SUBROGATION that premises; or (2) Structural alterations, new construction or The following is added to Paragraph li Transfer demolition operations performed by or on Of Rights Of Recovery Against Others To Us, behalf of such premises owner, manager of SECTION IV— COMMERCIAL GENERAL LI- or lessor. ABILITY CONDITIONS: c. The in surance p rovided to su ch premises We waive a ny right of recovery we may have owner, manager or lessor is excess over any against any person o r organi zation b ecause of valid and collectible other insurance available payments we make fo r inj ury or d amage art sing to such premises owner, manager or lessor, out of premi ses owned or occupied by or re nted unless you have agreed in a written contract or lea red to you; ongoing operations performed for thi s in surance to ap ply on a p rimary o r by you or on your b ehalf, done under a contract contributory basis. with that person a r org anization; "you r work", or F. BLANKET ADDITIONAL INSURED — LESSORS "your produ cts"_ We waive this rig ht where yo a OF LEASED EQUIPMENT have agreed to do so as part of a written contract, The following is added to SECTION II—WHO IS executed by you prior to loss. AN INSURED: E. BLANKET ADDITIONAL INSURED— OWNERS, Any person or organization that i s an equipment MANAGERS OR LESSORS OF PREMISES lessor and that you have agreed in a written con- The following is added to SECTION II—WHO IS tract or ag reement to inclu de as an a dditional in- AN INSURED sured on thi s Cove rage Part is an in sured, but Any person or organization that is a premises only with re spect to Iiab ility for"bodi ly injury", "property damage", "p ersonal i njury" o r"adverti s- owner, man ager o r lessor and that you have ng injury" that agreed to a written co ntract or a greement to name as an additional insured on this Coverage a. Is "bodily injury" or"property damage" caused Part is an insured, but only with respect to liability by an "o ccurrence"that takes place, or"per- for"b eddy injury", "pro I damage ", "personal sonal ""in ur or advertising injury" caused by injury" Injury"or"advertising injury"that: an offense that is committed, after you have CG D4 58 07 13 ©2013 The Travelers Indemnity Company.All rights reserved. Page 3 of 7 Includes copyrighted material of Insurance Services Office,Inc with its permission. i COMMERCIAL GENERAL LIABILITY signed and executed that contract or agree- 3. The following is added to Paragraph 2.a.(1) of ment,, and SECTION II —WHO IS AN INSURED: b. Is caused, in whole or in part, by your acts or Unless you are in the business or occupation omissions in the mainte nance, ape ration o r of providing professional health care services, use by you of equipme nt lease d to you by Paragraphs (1)(a), (b), (c) and (d)above do such equipment lessor not apply to any"bodily injury" arising out of The insurance provided to such equipment lessor any providin g or failing to provide "incidental medical services" by any of your"employees", s subject to the following provisions: other th an a n empl oyed do ctor.Any su ch a. The limits o f insu rance provided to su ch "employees"providi ng or failing to provide equipment lessor will be the limits whi ch you "incidental medical services" during their work agreed to provide in t he written contract or hours fo r yo u will b e de emed to be acting agreement, or the limits shown on the Decla- within the scope of lhei r employment by you rations of thi s Coverage Part,whichever are or performing duties related to the conduct of less. your business. b. The insura nce provide d to su ch equi pment 4. The folio wing exclu sion is ad ded to Para - lessor does not apply to any"bodily inj I or graph 2., Exclusions, of SECTION I — COV- "property damage"caused by an "occurrence" ERAGES—COVERAGE A BODILY INJURY that takes place, o r"personal injury" or"ad- AND PROPERTY DAMAGE LIABILITY: vertising injury" caused by an offense t hat is Sale Of Pharmaceuticals committed, after the equipment lease expires. "Bodily inju ry" o r"pro party damag e" arising c. The insura nce provide d to su ch equi pment out of the willful violation of a penal statute or lessor is excess over any valid and collectible ordinance relating to the sale of pharmaceuti- other insurance available to such equi pment cals committed by, or with the knowledge or lessor, unless you have agreed in a written consent of, the insured. contract for t his insurance to apply on a pri- 5. The followi rig is add ed to Parag 1 5. of mary or contributory basis. SECTION III — LIMITS OF INSURANCE: G. INCIDENTAL MEDICAL MALPRACTICE For the p urposes of dete rmining the a pplica- 1. The followingis added to the definition of"oo- ble Each Occurrence Limit, Al related acts or omissions committed in th e providing or fail- currence" in the DEFINITIONS Section: ing to provide "incidental medical services"to Unless you are in the business or occupation anyone person will b e considered one "oc- of providing professional health care services, currence". "occurrence" also me ans an act or am ission 8. The following is added to Paragraph 4.b., Ex. committed i in providin g o r failing to p rovide cess In surance, of SECTION IV— COI "incidental medical services"to a person_ MERCIAL GENER AL LIABILITY CO NDI- 2. The following is ad ded to the DEFINITIONS TIONS: Section: This insurance is excess over any vali d and "Incidental medical services" means: collectible other in surance, wheth er p rimary, excess, contingent or on any other basis, that a. Medical, surgical, dental, laboratory, x-ray is availa ble t o any of yo ur "employees"fo r or nursing service or treatment, advice or "bodily injury" that arise s out of providi ng or instruction, o r the relate d furnishing of failing to provide "incidental medical services" food or beverages, to any perso n to the extent not sup ect to b. The fu finishing or dispen sing of d rugs or Paragraph 2.a,(1) of SECTION II —WHO IS medical, d ental, or surgical suppli es or AN INSURED. appliances, H. PERSONAL INJU RY— ASSUME D BY CO N- c. First aid, or TRACT d. "Good Samaritan services". 1. The following replaces Exclusion e., Contrac- tual Liability, in Paragraph 2, of SECTION I "Good Samaritan services" means any emer- —COVERAGES— COVERAGE B PER- gency medical services for which no compen- SONAL AND ADVERTI SING INJURY LI- sation is demanded or received. ABILITY: Page 4 of 7 Cc)2013 The Travelers Indemnity Company.All rights reserved. CG 04 58 07 13 Includes copyrighted material of Insurance services Office, Inc.with its permission. I COMMERCIAL GENERAL LIABILITY e. Contractual Liability the insured and the interests of the i n- "Personal injury" or"advertising injury"for demnitee, which the in sured is obi !gated to pa y 4. The following replaces the first subparagraph damages by reason of the assumption of of Paragraph f, of the definition of"insured liability in a contract or agreement.T his contract" in the DEFINITIONS Section: exclusion does not apply to: f. That part of any other co ntract or agree- (1) Liability for damages that the insured ment pertaining to your b usiness (i nclud- would have in the ab sence of the ing an Indemnification of a municipality in contract or agreement; or connection with work p erformed to r a (2) Liability for damages because of municipality) under which you assume the "personal u 'assumed in a con- tort liability of anothe r p arty to pay f or n ry "bodily injury," "property damage"or "per- tract or agreement that is an 'insured sonal injury"to a third person or organiza- contract", provided that the "pe rsonal tion. Tort lia bility means a liability that injury" is cau sed by a n off ense com- would be im posed by law i n the ab sence mitted subsequent to the execution of of any contract or agreement. the contract or agreement. Solely for I AMENDED BODILY INJURY DEFINITION the purposes of liability assumed in an "insured contra ct", reasonable at- The following replaces the definition of"bodily in- torneys fees and necessary litigation jury" in the DEFINITIONS Section: expenses incurred by o r for a p arty "Bodily injury" means bad ily injury, mental an- other than an insured will be deemed guish, mental injury, shock, fright, disability, hu- to be damages because of"personal miliation, sickness or disease sustained by a per- injury", provided that: son, including death resulting from any of these at (a) Liability to such party for, or for any time. the co st of, that party's d efense J. BODILY INJ URY T O CO-EMPLOYEES AN D has al so been a ssumed In the CO-VOLUNTEER WORKERS same"insured contract", and The follo wing is ad ded t o Parag raph 2.a.(1) of (b) Such attorne y fees and li tigation SECTION II —WHO IS AN INSURED: expenses are for defense of that Parag raph (1)(a) above does not apply to "bodily party against a civil or alt emotive injury"to a co-"employee"in the course of the co- dispute resol ution p roceeding in "employee's" employme nt by you or performing which do mages to which th is in- duties related to the co nduct of your business, or surance applies are alleged. to"bodily injury" to your other"volunteer workers' 2. The followi ng replaces the third senten ce of while performing duties related to the condo ct of Your business. Paragraph 2.of SUPPLEMENTARY PAY- MENTS— COVERAGES A AND B: K. AIRCRAFT CHARTERED WITH CREW Notwithstanding the provisions of Pa ragraph The following is add ed to Exclusion g., Aircraft, 2.b.(2) of Section I— Coverage A—Bodily In- Auto Or Watercraft, in Paragraph 2. of SECTION COVERAGE IN- jury And Property Damage Liability or Para- JURY AND PROPERTY DAMAGE L ABIL TY graph 2,e. of Section I — Coverage B— Per - scnal and A dvertising In jury Liability, such This exclusion does not a pply to an aircraft that payments will not be deemed to be damages is: because of"bodily injury", "property damage" (a) Chartered with crew to any insured; or"pe rsonal injury", and will not redu ce the (b) Not owned by any insured, and limits of insurance. (c) Not bei ng used to carry any person or prop- 3. The follo wing reel aces Paragraph 2.d. of erty for a charge. SUPPLEMENTARY PAYMENTS—COVER- L. N ON-OWNED WATERCRAFT AGES A AND B: 1. The foll owing re places Pa ragraph (2) of Ex- d. The allegations i In the "su it"an d the i n- clusion g., Aircraft, Auto Or Wa tercraft, in formation we kno w ab out the "occur- Paragraph 2, of SECTION I —COVERAGES rence"or offense are such that no conflict —COVER AGE A BO DILY INJURY AN D appears to exist between the interests of PROPERTY DAMAGE LIABILITY: CG D4 58 07 13 Co 2013 The Travelers Indemnity Company-All rights reserved. Page 5 of 7 Includes copyrighted material of Insurance Services Office, Inc.with its permission. COMMERCIAL GENERAL LIABILITY (2) A watercraft you do not own that is: e. The folio wing provi sions a pply to Para graph (a) Fifty feet long or less, and a, above, but only for the purp cses of t he in- surance provided under this Coverage Part to property fora charge. you or any insured listed in Paragraph 1. or 2. of Section II —Who Is An Insured: 2. The followi ng is add ed to Parag raph 2. of (1) Notice t o If s of su ch "occurrence" or o f- SECTION II—WHO IS AN INSURED: Tense must be given as soon as practica- Any person or organization that,with your ex- ble only after the "o ccurrence" or offense press or implied consent, either uses or is re- is known to you (if you are an individual), sponsible for the use of a watercraft that you any of your partners or members who is do not own that Is, an individual (if you are a partnership or (1) Fifty feet long or less; and joint venture), any of your managers who (2) Not bein g u sed to carry any person or is an individual (if you are a limited liability property for a charge, company), any of your trustees who is an M. INCREASED SUPPLEMENTARY PAYMENTS individual (o you area trust), any of your "executive officers"or directors (if you are 1, The folio wing repl aces Paragraph 1.b. of an organization other than a partn ership, SUPPLEMENTARY PAYMENTS—COVER- joint venture, limited I!ability company or AGES A AND B of SECTION I— COVER- trust) c r any "employe e" authori zed by AGES. you to give notice of a n "occurrence" or b. Up to $2,5 CO for cost of bail b onds re- offense. quired because of accidents or traffic law (2) If you are a partnership,joint venture, lim- violations a rising o ut of the use of a ny ited liability company or trust, and none of vehicle to which the Bodily Injury Liability your p artners,joint vent ure m embers, Coverage applies. We do not have to fur- managers or trustees are individuals, no- nish these bonds. tice to us of such "occurrence"or offense 2. The folio wing reel aces Paragraph 1.d. of must be given as soon as practicable only SUPPLEMENTARY PAYMENTS—COVER- after the "occurrence" or offense is known AGES A AND B of SECTION I — COVER- by. AGES. (a) Any individual who is: d. All rea sonable expe nses i ncurred by It he insured at our request to assist us in the (i) A partner or member of any part- investigation or d efense of the cl aim o r nership or joint venture, "suit", including actual loss of earnings up (ii) A manager of any limited liability to $50 0 a day becau se of time off fro m company, work. (III) A trustee of any trust, or N. MEDICAL PAYMENTS —INCREASED LIMIT (iv) An executive officer or director of The following replaces Paragraph 7, of SECTION any other organization; III — LIMITS OF INSURANCE: that is your panne r,joint venture 7. Subject to 5. above, the Medical Expen se member, manager or trustee; or Limit is the most we will pay under Coverage C, for all me dical expenses because of"bod- (b) Any"employ ee" a uthorized by su ch ily injury"su stained by an y one person , and partnership,j oint venture, limited li- will be the higher of: ability company, trust or of her organi- zation to giv a notice of an "o ccur- ence"or offense. (b) The amount shown on the Declarations of (3) Notice t o u s of su on "occurrence" or o f- this Cove rage Part for M edical Expen se tense will be deemed to be given as soon Limit. as practicable if it is given in good faith as O. KNOWLEDGE AND NOTICE OF OCC UR• soon a so racticable to your workers' RENCE OR OFFENSE compensation insurer. This applies only if The following is added to Paragraph 2., Duties In you subsequently give notice to us of the The Ev ent of Oc currence, Offens e, Claim or "occurrence" or offense as s con a s prac- Suit, of SECTION IV— CO MMERCIAL GE N- ticable after any of the persons described ERAL LIABILITY CONDITIONS: in Paragraphs e.(1) or (2) above disco v- Page 6 of 7 ©2013 The Travelers Indemnity Company.All rights reserved. CG 04 68 07 13 Includes copyrighted material of Insurance Services Office, Inc.with its permission. COMMERCIAL GENERAL LIABILITY ers that the "occurre nee" oroffense may your ri ghts under thi s in surance. However, this result in sums to which the insurance provision does not affect o ur right to collect addi- provided u nder thi s Coverage P art m ay tional premium or to exe rcise our rights of cancel- apply lation or no nrenewal in accordan ce with appli ca- However, if this policy includes an endorse- ble insurance laws or regulations. ment that provides limited coverage for "bod- Q. REASO NABLE FORCE - BO DILY INJ URY O R ily injury" or "prop erty d amage"or p ollution costs a rising out of a discha rge, release c r PROPERTY DAMAGE escape of"p ollutanls"whi ch contains a re- The following replaces Exclusion a., Expected Or quirement that the disch arge, relea se or a s- Intended Injury, in Paragraph 2. of SECTION I - cape of"p ollutants" must be re ported to us COVERAGES- COVERA GE A B ODILY IN- within a spe cific num ber of days after its JURY AND PROPERTY DAMAGE LIABILITY: abrupt com mencement, this Pa ragraph e, does not affect that requirement. a. Expected or Intended Injury or Damage P. UNI INTENTIONAL OMISSION "Bodily injury"or"property damage" expected The following is ad ded to Paragraph 6., Repre- or i ntended from the standpoint of t he in - sentations, of SECTION IV- COMMERCIAL sured. This exclusion does not apply to "bod- GENERAL LIABILITY CONDITIONS: ily injury"or"property damage" resulting from The unintentional omission of. or a nintentional er- the use of reasona I force t o protect any ror in, any informatio ITprovided by you which we person or property, relied upon in issuing this policy will not prejudice CG D4 58 07 13 ©2013 The Travelers Indemnity Company.All rights reserved. Page 7 Of 7 Includes copyrighted material of Insurance services Office,Inc.with its permission, T City of Kent Master Business License Application DAi .", City of Kent Customer Service • 220 Fourth Avenue S. - Kent,WA 98032-SS95 253-856-5210 - customerservice@KentWA.gov I'.aoaiiCl Gily of Kent BUSINESS INFORMATION Alllirenses e_xnire December3l.Re-Issue invoice mailed end of calendar year, C , U r, 8 Legal Entity Name: OL�2V t"7 c��` 4X �a NOV V G /01d_.���-. ,-�''v7 Trade Name DB 4: yy __...... - ---.fir nm Physical Address: 949 a) ?fo rd -, `�L City: t.i11e-- State: ZIP: ' 1u Mailing Address: R . �---41D ______City: 7t���' State ZIP `3'?6ca5 Email: , V r "6l Phone: WA StateUBI#: L09 r°j— _ WA StateTRN (if appllcable): ❑ Individual 13 Partnership ❑ LLC P Corporation 0 Other Type of Business: (check all that apply) ❑ Wholesale Trade 121 Retail Trade ❑ Service ❑ Manufacturing ,a Construction ❑ Govt. ❑ Transp./Commun/Util. ❑ Finance/Insui ❑ Education ❑ Health Industry ❑ Sales/Mktg. ❑ Other Description of Business Activity: r � ....¢ t �r�� 4ri �k^�r�flaa_ Date when business activity began in Kent:, C - I Z A _........... _ - Ran �Ssse-ra Owner(s)/OfficersName(s): e Address. 9raarsnt) CAS male City:__._. State. ZIP:, _. Phone: Small: _........... —. Estimated Annual Gross Income in Kent(Check the box that applies to your business) 13 $0- $200,000I$200,001 - $1,000,000 Morethan $1,000,000 Contactperson:_ 6Riry I\J-e�0 _ Phone: ( 3• 1�22Emall THIS SECTION APPLIES TO BUSINESSES THAT HAVE A PHYSICAL LOCATION WITHIN CITY LIMITS COMMERCIAL BUSINESSES NAICS Code:...., Square Footage: ....... Do You Share a Location with Another Business? ❑ No ❑ Yes (If yes, please call C/S at 253-856-5201) If so please list other entity:-.. Will your business engage in selling, giving away, distributing,dispensing, exchanging for anything of value, p':anting, growing, processing, packaging,storing, or any other act relating to marijuana as that term is defined in RCW 69.50.101? ❑ Yes ❑ No Do you have more than one location within the City of Kent? ❑ Yes ❑ No If yes, please list location(s): — Does your business require a specialty license(i.e.Applicable if your business has Amusement Devices,Cabaret,or Pool&Billiard Tables)? ❑ Yes ❑ No If so please list: Ernr rgency Contact _ Phone: __.. _ .......................m... .._ Phone: Coofinued on bark.-.. rage t of 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: 11 /20/2018 946778 11 /20/2018 Company Details Company Name: MODERN BUILDING SYSTEMS INC Address: PO BOX 110 AUMSVILLE, OR, 97325 Contractor Registration No. MODERBS272KC WA UBI Number 600097167 Phone Number 503-749-4949 Industrial Insurance Account ID 40400600 Email Address RRasmussen@modernbuildingsystems.com Filed By Kleve, Debra Prime Contractor Company Name MODERN BUILDING SYSTEMS INC Contractor Registration No. MODERBS272KC WA UBI Number 600097167 Phone Number 503-749-4949 Project Information Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032- 5895 Awarding Agency Contact Nancy Clary Awarding Agency Contact Phone Number 253-856-5084 https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 11/20/2019 Page 2 of 3 Contract Number Public Works Project Name 20129.01 City of Kent Contract Amount $300,328.60 Bid due date 10/2/2018 Award Date 11 /14/2018 Project Site Address or Directions Payment Details Check Number: Transaction Id: 106625128 Intent Details Expected project start date: (MM-DD-YYYY) 11 /15/2018 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 $300,328.60 this a time and materials estimate? Will this project utilize American Recovery No and 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 Yes subcontractors? Does your company intend to hire No subcontractors 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 0 on the project own 30% or more of the company? Journey Level Wages County Trade Occupation Wage Fringe # Workers httnc•//fnrtrace wa ami/Ini/�NaaPlnnknn/intantTlet�ilc asnx 11/'7(1/'J(11R Page 3 of 3 King ICarpenters ICarpenter 1$55.04 I$5.00 11 King Laborers General Laborer $43.90 $5.00 F Public Notes a Show/hide Existing Nc�tcs No note exists https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 11/20/2018 / r / a /r ,./ /r ,/rr, „rr i,r/ / r/ ✓l:, rr„ f/i// 'i,a r/ n// //r/./ir/ // /�. / a' ,io..'. ,/ of ,,, , / „'/'.� c:•/i /////1 ,,,1/ ///,/// / ,/ .r/ . i ,��/�i �/ / %/�i r / /rr / r / / r / / r � / / / / / / / / r / / r r / / I r ; / / i / KENT CITY COUNCIL AGENDAS November 6, 2018 ENT Council Chambers 1H IH if i Mayor Dana Ralph Council President Bill Boyce Councilmember Brenda Fincher Councilmember Dennis Higgins Councilmember Satwinder Kaur Councilmember Marli Larimer Councilmember Les Thomas Councilmember Toni Troutner NO WORKSHOP COUNCIL MEETING AGENDA 5 P.M. 1. CALL TO ORDER/FLAG SALUTE 2. ROLL CALL 1 AGENDA APPROVAL Changes from Council, Administration, or Staff 4. PUBLIC COMMUNICATIONS A. Public Recognition i. Employee of the Month ii. Proclamation for Veterans' Day of Remembrance B. Community Events 5. REPORTS FROM COUNCIL AND STAFF 6. PUBLIC HEARING A. Public Hearing on the Resolution Approving the Federal Way Link Extension Project Development Agreement between the City of Kent and Sound Transit. 7. PUBLIC COMMENT - The Public Comment period is your opportunity to speak to the Council and Mayor on issues that relate to the business of the city of Kent. Comments that do not relate to the business of the city of Kent are not permitted. Additionally, the state of Washington prohibits people from using this Public Comment period to support or oppose a ballot measurement or candidate for office. If you wish to speak to the Mayor or Council, please sign up at the City Clerk's table adjacent to the podium. When called to speak, please state your name and address for the record. You will have up to three minutes to provide comment. Please address all comments to the Mayor or the Council as a whole. The Mayor and Council may not be in a position to answer questions during the meeting. 2018 Mid-Biennium Review Budget Request The 2018 budget has already been adopted by Council and includes expansion in several areas. Additional requests will be stringently evaluated against the following criteria: ✓ Was not foreseeable during the 2017-2018 budget process and cannot wait until the 2019-2020 budget ✓ Fulfills a mission critical need that cannot be accomplished in other ways ✓ Comes with new and sustainable revenues and/or an expense reduction in other areas Title PWO-0S Modular Building - PW Operations (Russell Road) Description Purchase and setup a new 24' x 60' modular building (1360 Sq.Ft.) at PW Operations. To accommodate the shortage of existing staff office and show-up space. Contract underground utilities (power, gas phone/data) installation, fencing, surveillance cameras and office furnishings. Utilize current administration parking area location for the new buildinq. Amount $300,000 FTE NA _. _...... --............... _. _.-.........- Why was it not Mackenzie Space Assessment study had not been foreseeable during completed prior to the 2017/18 budget. the 2017-2018 budget process? See Attachment 01-08 Why can't it wait Maintenance and Operation facility has no available space until 2019-2020? to accommodate and support our staff. The current facility has a shortage of available space to effectively and efficiently operate within the confines of the property. Additionally, in 2017 twelve employees who previously reported offsite on the E. Hill will be relocating to the Russell Road Operations facility. This move is exacerbating the already overfilled location and the portable is the Dr000sed solution. What mission critical The portable modular office will provide required work need does it fill? spaces, storage lockers and show-up areas for existing staff that will no longer have a show up area. --n-ew _.............m... _ _ Describe the new Proposed funding: Drainage capital revenues and/or Utilities staff will occupy the new building allowing their expense reductions current workspaces to be filled by other department in proposed to offset need. the cost.