Loading...
HomeMy WebLinkAboutCAG2019-223 - Original - M.A.D. Construction, LLC - Council Chambers Renovation - 04/23/2019 A NT Records Management Document NnSuer GOk CONTRACT COVER SHEET This is to be completed by the Contract an ger prior to submission to the City Clerk's Office. All portions are to be completed. f you have questions, please contact the City Clerk's Office at 253- . Vendor Name: M.A.D. Construction, Inc. Vendor Number (7DE): 1549179 Contract Number (City Clerk): CAA<-12011 — ZZ� Category: -Contract Agreement Sub-Category (if applicable): None Project Name: Council Chambers Renovation Project 04/26/19 08/15/19 Contract Execution Date: Termination Date: Contract Manager: Nancy Clary Department: Parks Contract Amount: $1 24,386.90 Budgeted: Grant? Part of NEW Budget: Local: ❑ State: ❑ Federal: Related to a New Position: ❑ Notice required prior to public disclosure? Basis for Selection of Contractor? Bid Approval Authority: Director Mayor ❑✓ City Council Other Details: Parks Committee 02/21/2019, Council Consent 03/05/2019 KENT PUBLIC WORKS AGREEMENT between City of Kent and M.A.D. Construction, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and M.A.D. Construction, LLC, organized under the laws of the State of Washington, located and doing business at 22002 38th Ave E, Spanaway, WA 98387, Kevin Young, 253 846-1265, madconst@live.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: To provide all labor and materials required to complete the following work as part of the City of Kent Council Chambers renovation project, 220 4th Ave South, Kent 98032: re-finish DIAS and build (2) new podiums, supply and install new wall panels, all per plans provided by Broderick Architects dated 12/04/18, in accordance with Proposal dated 01/21/2019, which is 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 by August 15, 2019. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $124,386.90, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainage. The City shall hold back a retainage in the amount of five percent (5%) of any and all payments made to contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a PUBLIC WORKS AGREEMENT - 1 (Over$20K with Performance Bond) fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (1.4) calendar days of Contractor's signature on the Agreement. C. Defective or Qmauth_orized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves Its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Paymeritt, Waiver of ClaiM . THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor, has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G., The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "good cause" shall include, without limitation, any one or more of the following events: PUBLIC WORKS AGREEMENT - 2 (Over$20K with Performance Bond) A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this, Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertainiing to this project which may be used by the Clty without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor 84 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 tabor 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. I€ the City determines that the change increases or decreases the Contractor's costs cr 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 rnake 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 subsection,:; 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 dates the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occlurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or PUBLIC WORKS AGREI_MENT - 3 (Over$20K with Performance Bond) otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall iinclude the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRIT"TIEN 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. l�Icwtice of Maim. F>rc:rvlde a signed written notice of claim that provides the following information; 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that: estimate was determined; and 5. An analysis of the progress schedule shoiNing 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. ,t;x ylVastgr's Duty_tc� CeomVkLe Prowstecj INork. 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, t bilureto P►ote3t Constit tes Waiver. By not protesting, as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination), E. I iilurre_ o Eel{low Prtt +2dures Constitutes__b'Vgiyer. By failing to follow the procedures of this section, the Contractor completely waives: any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED, THIS SECTION E=URTHER 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 they 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 o'P 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 notices from the City of the defect. If the Contractor does not accomplish the corrections within PUBLIC WORKS AGREEMENT - 4 (Over$20K wi&� Performance Bond) a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work: to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent. jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liabifty for damages arising out of bodily injury to persons or drainages 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 liabilityaccruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FLJRTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFiICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER IN USTRIA IIVSl1RANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE: PARTIES FURTHER ACKNCIWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense! in any suit or any claim, if that tender w,5s made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or rather agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, Mcluding 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 germination of this Agreement. XIII. INSURANCE. The Contractor shall procure and maintairi 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 !ts 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 AGR'.EEMENT - 5 (Over$20K with Performance Bond) A. f!&,cvclable_Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires Its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. 14ol)-Waiver of Bread. 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. 1 gsolutign gf Disou s and Governing LpI!At. 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; gLy.idgd, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. NY(-itten Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. rl'551gn en . 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. Mo i�ific io . No waiver, alteration, or modification of any of the provisions of this Agreement shell be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. f-mire Agrreement• 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 and 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. C .-MDliapc with L & . The Contractor agrees to comply with all federal, state, and municipal law: , 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. �? blic 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, emalis, 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. {"icy, Business U!cmsg.�ggg it . Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. PUBLIC WORKS AGREEMENT - 6 (Over$24K with Performance Band) K. St teroarts and Slam urea by Fax or Efti.�i . This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: CITY OF KENT: By. By._ D (signature) (slgr�ature W Print Name:-6 1 i% N L UurA(,j Print Name: Dana R.&, Its tj i �N�'��1 � Its- MAW-- title�} DATE: 1 ,�3Ul+I'i DATE: n , NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Kevin Young Nancy Clary M.A.D. Construction, LLC 22002 381" Ave E City of Kent Spanaway, WA 98387 220 Fourth Avenue South Kent, WA 98032 253 846-1265 (telephone) 253 375-7811 (facsimile) (253) 856-5084 (telephone) (253) 856-6080 (facsimile) API VED AS TO FORM: Ke t La Department Kent City Clerk PUBLIC WORKS AGREEMENT - 7 (Over$20K with Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity, As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for• this Agreement to be valid and binding. If any contractor, subcontractor or supplier willful'iy misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the CD.ty's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. 1 have read the attached C'�ty 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, 1 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 A(reement I, the pr'rne contractor, will actively consider hiring and promotion of women andminorities, S. Before acceptance of this Agreement, an adherence statement will be signed 0y me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to full-'ill the five requirements referenced above. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - CITY OF HXNT ADMINISTRATI'VE POLICY NUMBER: 1.2 EFFECTIVE DATE: 3anuary 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BYJirn 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 staternent 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 nondiscriminat"on and equal opportunity requirements shall be considered in breach of contract and subject to suspension or terrnination 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. Monitorincl to assure adherence to federal, stage and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By For: Title: Date:__ EEO COMPLIANCE DOCUMENTS - 3 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 (01/21/2019), 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 RCM, 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. M.A.D. Construction, LLC By: Signature of Au4l riz�ded Official* Printed Name: LA cx vq, Title:)CA ��Iu \1 kJ— Date: XIACI City and State:`�, ` A"a *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - 1 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT AMOUNT. awry BOND NUMBER: CE11511000405 KENT PAYMENT AND PERFORMANCE BOND EXECUTED IN DUPLICATE Wag MI 1101.1 TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, M.A.D. Construction LLC as Principal, and Philadelphia Indemnity Insurance Company a Corporation organized and existing under the laws of the State of Pennsylvania , as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ ($124,386.90) , together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Kent Council Chambers Renovation Project (which contract Is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by 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: M.A.D. Construction LLC PRINCIPAL (enter principal's name above) BY: jDATE: TITLE:DATE: CORPORATE SEAL: --.r-- .- A LA PRINT NA E DATE: aaw ! l Philadelphia Indemnity Insurance Company SURETY CORPORATE SEAL: BY: DATE: April 15, 2019 TITLE: Ryan Tash,Attorney-In-Fact ADDRESS: 251 South Lake Ave., Ste. 360 Pasadena, CA 91101 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal Of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY P:\C,vll\Forms\Contracts,Weases\Per/or—ceeond.dot PAYMENT AND PERFORMANCE BOND Page 2 of 2 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document_ State of California County of Sacramento _ } On q�5J1q before me, Katherine DuPont, Notary Public (insert name and title of the officer) personally appeared _ Ryan Tash who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by leis/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KATHERINE DUPONT 0 4 COMM. #2206140 z Notary Public -California o Sacramento County MY Comm.Expires Ajly 20,2021 Signature _ __ (Seal) 9246 PHILADELPHIA INDEMNITY INSURANCE COMPANY One Bala Plaza,Suite 100 Bala Cynwyd,PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS:Thar PHILADELPHIA INDEMNITY INSURANCE COMPANY(the Company),a corporation organized and existing under the laws"of the Commonwealth of Pennsylvania,does hereby constitute and appoint John T.Page,Ryan Tash,Roger Ball,Stephanie Raquel Nakken &Susan Fournier of Surety Solutions Insurance Services,live.Citv of Rancho Cordova,State of CA. its true and lawful Attorney-in-fact with full authority to execute on its behalf bonds,undertakings,recognizances and other contracts of indemnity and writings obligatory in the nature thereof,issued in the course of its business and to bind the Company thereby,in an amount not to exceed 5 0$ . 00,000. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY on the 14ih of November,2016. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company: (1) Appoint Attomey(s) in Fact and authorize the Attorney(s) in Fact to execute on behalf of the Company bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attomey-in-Fact and revoke the authority given. And,be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile,and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHOR17.ED OFFICE THIS.2fP;DAY"OF OCTOBER7 2017.. (Seal) Robert D.,O'Leary Jr.,President&CEO Philadelphia Indemnity Insurance Company On this 27"day of October,2017,before me came the individual who executed the preceding instrument,to me personally known,and being by me duly sworn said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY;that the seal affixed to said instrument is the Corporate seal of said Company;that the said Corporate Seal and his signature were duly affixed. r NOTAEiE44SEAl Y1 ---1 }- uAn Notary Public: 1 i residing at: Rala Cyn. d.PA (Notary Seal) My commission expires; September 25 2021 I,Edward Sayago,Corporate Secretary of PHILADELPHIA IN INSURANCE COMPANY,do hereby certify that the foregoing resolution of the Board of Directors and the Power cf Attorney issued pursuant thereto on the 27d day of October,2017 are true and correct and are still in full force and effect.I do further certify that Robert D.O'Leary Jr.,who executed the Power ofAttomey as President,was on the date of execution of the attached Power of Attomey the duly elected President of PHILADELPHIA INDEMN ITY INSURANCE COMPANY. In Testimony,Whereof 1 have subscribed my name and atfxed the facsimile seal of each Company this 1 day of ,20 . a i - Edward Sayago,Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY �r�s" EXHIBIT !i mm , 1 Hd PROPOSAL TO: Nate Harper Project: City of Kent RFP-Council Chambers Nathen Harper 220 4th Avenue South Date: 1/21/2019 Kent, WA 98032 We propose to furnish all materials, equipment, and labor, subject to any exclusions listed below, required to complete the following: 1. City of Kent Council Chambers $113,079.00 Description of Services: Re-Finish DIAS and (2) New Podiums, new wall panels (inc all panels shown on A4.1- both North and South ends of the room). Per Plans Dated 12/4/18 Broderick Architects 55 S. Atlantic St.Suite#301 Sht-A1.1/A4,1/A4.2/A6,1 except details 8 and 12. Includes A& I Certified payroll Prevailing wages Note:start time out for 3 to 4 months Subtotal: $113,079.00 *10% Tax: $11,307.90 TOTAL: $124,386.90 Terms and Conditions Includes: Daily jobsite clean-up, PPE, Bids only good for 30 days. EXCLUSIONS:Water, power, drawings, special inspection,traffic control, lifting hoisting, DT,OT, Based on straight time, damage to landscape or driveway for deliver or uses of heavy equipment, unforeseen or act of god, hazard material removal and/or testing, Honey bucket, dumpster, any unforeseen problems, electrical, performance and bid bond, permit fee,signages, parking, plumbing, HVAC. Prices may be subject to change based on cost of materials at time contract is signed, MAD CONSTRUCTION - 22002 38th Ave E •Spanaway, WA 98387 Contractor: 1/21/2019 MAD CONSTRUCTION Date ACCEPTANCE OF PROPOSAL: The above prices,scope,specifications and conditions are satisfactory and hereby accepted. You are authorized to do the work specified, Client: Nathen Harper Date MAD CONSTRUCTION - 22002 38th Ave E -Spanaway,WA 98387 7f086", )"A­S'a^VW-NOZZ SM Z99'90Z ICE96'4QLDNIHSVM'31LMS mMSDfINYUY'SSS -130OW3*4 SID311HD�IV NDINIGMIS A P S2138WVHD IIDNnoD iND JOkilD IMA x uj r 5 i 7 0 ui F C) Lu Z) V) CL hn, x tAJ /> ti it <k W _77 o 3:1 ;4i V) 01h _7 0 --zr Al N, Z40II6 Vtv1'Wa„.•y anV 41,-1 ON 1 52"9990Z >....Id010NIHSVM'3'UJY35t- -- llIM'1i3N15 oI wuv'S S'S F i3oowla Sla31IHID JIV NMOGONO 4 Q SN38WbHD IIDNnoD 1N3x 30 AilJ it LU ol LU CL I x I �§$q$g °y G6 A vZI 33�Cg% Y� S�F \� r mI w LD In n J O o_ ce N w Z I �ti s�r�m i fi i OMA y�• U� 1;:3i1�} � Ci v I �i= _ II. r Z£096 VM I-ON.'S'a y PI-1 j OZZ cjc L'ZB9'9UZ 9E 1B4 NOlONII{SVM 3L.LV35 WF73105 Y33b1S 2111NVll.V S55 ^*—� • N BOOMS SN39WVHD IIJNnOJ 1NDI 30 AM ' S1J311HJ21b?IDRI3�0218A Ii if d�r a I4W (®O'°�' W I Z W � a �ry a� Cd �� I Ic It N — 1� C k --- i ,4 I i�vl 1 I IY� �1 � *F :�y n 1 5m egg got eEM N'014)NIHSYM'3141Y1S I IN,3105'-Inbls DUN SSG SN-39WVHD ioNnm IND JO Ail-') SID-3-LIHAV NDINIGONS a —---------- jj q !t v\qj 0l _j V. g x Ln Z! \ g Ilk I LU 4 0 zi HE 21 IJ n v 9 21 ,�JM jigp H� z n 1 1 al "10.9if 11-0 1 i. 14 J..A <k 2 ZZ, .......... z a H a + 0 co 10 Vie:, '77 17 f i, �0 01, 2 n EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Cer ificate of Insurance, The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum scope of Insurance Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. A/^C)R"® DATE(MMIDDIYYYY) A✓ CERTIFICATE OF LIABILITY INSURANCE 04/18/2019 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,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sky Hamilton Brayer Insurance Services, LLC AH,C"No Ext• 360 424-3000 (g C No):866-419-3909 1501 Parker Way, Suite 108 AIL ADDRESS: sky@brayerinsurance.com Mount Vernon,WA 98273 INSURERS AFFORDING COVERAGE NAIC# INSURERA: Kinsale Insurance Company 11165 INSURED INSURERB: Allstate Insurance Company 24082 M A D CONSTRUCTION, LLC INSURERC: Mt. Hawley Inc Cmpy 22002 38TH AVE E INSURER D: SPANAWAY,WA 98387-6875 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 00000000-3187125 REVISION NUMBER: 29 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. IPOLICY EFF POLICY EXP LTR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MMIDD/YYYY) (MM/DDtYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y 01000808900 02/11/2019 02/11/2020 EACH OCCURRENCE $ 11000,000 DAMAGE TO RENTED CLAIMS-MADE FxI OCCUR —PREMISES Ea ."."Cal ence $ 100,000 MED EXP(Any one person) $ PERSONAL 8 ADV INJURY $ 1,000,000 GENT AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,000 POLICY JET LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY Y Y 648808002 02/11/2019 02/11/2020 (CEO,accid.D SINGLE LIMIT $ 1,000,000 ANY AUTO BODILY INJURY(Per person) $ OWNED X SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ $ UMBRELLA LAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTIONS $ A WORKERS COMPENSATION Y 01000808900 02/11/2019 02111/2020 X PER OTH- AND EMPLOYERS'LIABILITY STATUTE ER StopGap ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If DESCRIPTION OF OPERATIONS below es,describe under E.L.DISEASE-POLICY LIMIT $ 1,000,000 C Pollution EGL0006316 02/11/2019 02/11/2020 Poll.Liability Agg 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) Certificate Holder is added as an Additional Insured as their interest may appear per written contract Endorsement Forms attached Prjt:Council Chambers Renovation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave South Kent,WA 98032 AUTH DD REPRESCEENNT�ATIVE t V (SCH) 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Printed by SCH on April 18,2019 at 04:04PM COMMERCIAL AUTO AACW201011 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT ENDORSEMENT Coverage provided under this policy is modified by the attachment of this endorsement. If there is any conflict in coverage provisions between this form and any state specific endorsement also attached to this policy, the provision(s) of the state specific form shall apply. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM In SECTION I -COVERED AUTOS, the following changes are made: The following is added: D. Physical Damage Coverage for Temporary d. Any organization, other than a partnership or joint Substitute and Leased Autos venture, over which you maintain ownership or in which you hold a majority interest. This provision If Physical Damage Coverage is provided by this applies only if there is no similar insurance provided policy, the following kinds of"autos"are covered to that organization. "autos"for the same coverages provided by the e. Any organization you acquire or form after policy policy: inception, other than a partnership or joint venture, 1. Any private passenger "auto", or other than over which you maintain ownership, or in which private passenger vehicle with gross vehicle you hold a majority interest. Coverage under this weight of 20,000 lbs. or less, you do not own provision does not apply; while used with the permission of the owner as (1) If there is similar insurance provided to that a temporary substitute for a covered "auto"you organization; or own that is out of service because of its: (2) To "bodily injury" or "property damage" that a. Breakdown; occurred before you acquired or formed the organization. b. Repair; f. Any person or organization that you are required to C. Servicing; name as an additional insured under the terms of a written job contract, or by written insurance d. "Loss"; or requirements executed prior to any covered "loss" e. Destruction. or claim. This protection applies only if the person or organization is liable for the conduct of an 2. Private passenger "autos"and other than private "insured"and only to the extent of that liability. passenger vehicles with gross vehicle weight of 10,000 lbs. or less, leased, hired, rented, or borrowed for a period of 30 days or less. This Under A. Coverage, Coverage Extensions, does not include any vehicle you lease, hire, Supplementary Payments, subparagraphs (2) and (4) rent, or borrow from any of your "employees" are replaced with the following: or partners or members of their households. (2) Up to $5,000 for cost of bail bonds (including In SECTION II — LIABILITY COVERAGE, the bonds for related traffic law violations) required following changes are made: because of an "accident" we cover. We do not have to furnish these bonds. Under A. Coverage, Who Is An Insured, the following is added: Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Page 1 of 3 (4) All reasonable expenses incurred by the"insured" (4) Costs for extended warranties, Credit at our request, including loss of earnings up to Life Insurance, Health, Accident or $500 a day because of time off from work. Disability Insurance purchased with the loan or lease; and Under B. Exclusions, Fellow Employee, the following (5) Carry-over balances from previous loans paragraph is added: or leases. But this exclusion does not apply to "bodily injury" to Under D. Deductible, the following paragraph is a fellow "employee" caused by any person whose added: position within the insured organization is at or above When Collision Coverage is provided by this the level of manager or supervisor. policy, the deductible amount will not be Coverage afforded by this provision is excess over subtracted from the loss payment in collisions any other collectible insurance. involving your covered "auto"and another auto covered by Allstate Insurance Company or any of it's affiliates. In SECTION III - PHYSICAL DAMAGE COVERAGE, the following changes are made: In SECTION IV - BUSINESS AUTO Under A. Coverage, Glass Breakage - Hitting A Bird CONDITIONS, the following changes are made: Or Animal - Falling Objects Or Missiles, the following is added: Under A Loss Conditions, Duties In The Event If damage to glass is repaired in lieu of being Of Accident, Claim, Suit Or Loss Condition, the replaced, no deductible will apply for repair only. following is added under subpart a: Knowledge of an "accident" or "loss" by any of Under A Coverage, Coverage Extensions, the your agents, servants or "employees" shall not following is added: in itself constitute knowledge by you, unless c. Personal Effects Coverage you or one of your corporate officers or managers, or any assignee, shall have received In the event of a total theft of your covered "auto", such notice from the agent, servant or for which you carry either Comprehensive or "employee". Specified Causes of Loss coverage, we will pay up to$500 for the personal effects which are: 1, owned by you; and When you report an occurrence of any "accident"or'loss"to a Worker's Compensation 2. in your covered "auto"at the time of the total theft carrier or self insured plan providing the named of such "auto". insured's Worker's Compensation insurance No deductible applies to Personal Effects Coverage. which later develops into a claim submitted under this policy, failure to report such Under A Coverage, the following is added: "accident"or "loss" to us at the same time shall 5. Lease and Loan Gap Coverage not be deemed a violation of this condition. After you become aware of such liability claim In the event of a total "loss" to a covered "auto" arising from the "accident" or "loss", you must shown in the Schedule or Declarations for which a give us prompt notice. specific premium charge indicates that physical damage coverage applies, we will pay any unpaid amount due on the lease or loan for a covered Under A Loss Conditions, Transfer of Rights of "auto", less: Recovery Against Others To Us, the following a. The amount paid under the Physical Damage is added: Coverage section of the policy; and We waive any right of recovery we may have against any person or organization because of b. Any: payments we make for injury or damage arising out (1) Overdue lease/loan payments at the time of of work you perform under a contract with such the"loss"; person or organization, in which you have agreed (2) Financial penalties imposed under a to waive your right of such recovery. lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Page 2 of 3 Under B. General Conditions, Concealment, Misrepresentation Or Fraud, the following is added: This condition does not apply to any omission or failure to provide material facts if the omission or failure was unintentional. Includes copyrighted material of Insurance Services Office, Inc., with its permission AA CW 20 10 11 Allstate Insurance Company Page 3 of 3 SCHEDULE OF FORMS Attached To and forming Part of Policy Effective Date of Endorsement Named insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 $0 CAS1000-0618-Commercial General Liability Declarations ADF9013-0815-Notice-Where To Report A Claim ADF4001-0110-Schedule of Forms CG0001-1001-Commercial General Liability Coverage Form CAS2004-0110-Deductible Endorsement CAS2007-0817-Common Conditions-Casualty CAS2014-0815-Stop Gap Liability Coverage Endorsement ADF4002-0817-Basis of Premium ADF4005-0212-Composite Rate Endorsement CAS4002-0110-Waiver of Transfer of Rights of Recovery Against Others to Us-Blanket CAS4005-0310-Policy Limitation-Amended Aggregate Per Project or Location CA54018-0411-Minimum Policy Premium CAS4029-1212-Amendment-Premium Audit Conditions ADF3001-0110-Exclusion-Tainted Drywall ADF3003-0110-Exclusion-Absolute Pollution and Pollution Related Liability ADF3010-0110-Exclusion-Nuclear, Biological or Chemical Materials ADF3011-0115-Exclusion of Other Acts of Terrorism Committed Outside the United States;Exclusion of Punitive Damages Related to a Certified Act of Terrorism;Cap on Losses from Certified Acts of Terrorism CAS3008-0314-Exclusion-EIFS(Exterior Insulation and Finish Systems) CAS3009-0110-Exclusion-Medical Payments CAS3011-0110-Exclusion-New Entities (Commercial General Liability) CAS3014-1016-Exclusion-Demolition CAS3042-0110-Exclusion-New York CAS3043-0817-Additional Policy Exclusions CAS3044-0110-Exclusion-Underground Facility CAS3062-0513-Exclusion-Wrap Ups CAS3095-0610-Exclusion-Colorado CAS3098-0110-Exclusion-Named Insured vs. Named Insured CAS3104-0912-Exclusion-West Virginia CAS3108-0814-Exclusion-Access or Disclosure of Confidential or Personal Information and Data-Related Liability- General Liability CA53124-0616-Exclusion-Violation of Statutes That Govern E-Mails,Fax,Phone Calls or Other Methods of Sending Material or Information CAS3126-0716-Exclusion-Residential Condominiums,Townhomes,Timeshares,Tract Housing or Condominium Owners Associations CAS3129-0717-Exclusion-Dams,Locks and Levees CAS3139-1118-Exclusion-Mobile Equipment Subject To Motor Vehicle Insurance Law CG2167-1204-Fungi or Bacteria Exclusion CAS5003-0717-Additional Insured-Primary and Non-Contributory Endorsement CG2010-0704-Additional Insured-Owners, Lessees or Contractors Scheduled Person or Organization CG2037-0704-Additional Insured-Owners, Lessees or Contractors-Completed Operations ADF9010-0115-Notice of Terrorism Insurance Coverage IL0021-0908-Nuclear Energy Liability Exclusion Endorsement(Broad Form) IL0985-0115-Disclosure Pursuant to Terrorism Risk Insurance Act ADF9004-0110-Signature Endorsement ADF9009-0110-U.S.Treasury Department's Office of Foreign Assets Control (OFAC)Advisory Notice to Policyholders ADF40010110 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS SCHEDULED PERSON OR ORGANIZATION Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 1 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s) or Organization(s): Location(s)of Covered Operations Blanket,as required by written contract. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section 11 —Who Is An Insured is amended to include B. With respect to the insurance afforded to these as an additional insured the person(s) or additional insureds, the following additional exclusions organization(s) shown in the Schedule, but only with apply: respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage" or "personal and advertising injury" caused, "property damage"occurring after: in whole or in part,by: 1. All work, including materials, parts or equipment 1. Your acts or omissions;or furnished in connection with such work, on the 2. The acts or omissions of those acting on your project (other than service, maintenance or behalf; repairs) to be performed by or on behalf of the in the performance of your ongoing operations for the additional insured(s) at the location of the covered additional insured(s) at the location(s) designated operations has been completed;or above. 2. That portion of"your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CG 20 10 07 04 © ISO Properties,Inc.,2004 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Peturn Premium: $0 1 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE ENVIRONMENTAL CONTRACTING AND PROFESSIONAL SERVICES LIABILITY COVERAGE PRODUCTS POLLUTION LIABILITY COVERAGE PREMISES ENVIRONMENTAL LIABILITY INSURANCE COVERAGE The insurance provided to Additional Insureds shall be excess with respect to any other valid and collectible insurance available to the Additional Insured unless the written contract specifically requires that this insurance apply on a primary and non-contributory basis, in which case this insurance shall be primary and non-contributory. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS5003 0717 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS Attached To and Forming Part of Polity Effective Date of Endorsement Named Insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Person(s)or Organizations) Location and Description of Completed Operations Blanket,as required by written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. Section II—Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location desig- nated and described in the schedule of this endorse- ment performed for that additional insured and in- cluded in the"products-completed operations hazard". ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CG 20 37 07 04 © ISO Properties,Inc.,2004 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US-BLANKET Attached To and Forming Part of Policy Effective Date of Endorsement Named Insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE SECTION IV—CONDITIONS,S.Transfer of Rights of Recovery against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against persons or organizations because of payments we make for injury or damage arising out of"your work"done under a written contract with that person or organization wherein you have agreed to provide this waiver. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS4002 0110 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. POLICY LIMITATION -AMENDED AGGREGATE PER PROJECT OR LOCATION Attached To and Forming Part of Policy Effective Date of Endorsement Named insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 1 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE SCHEDULE General Aggregate applies to EACH LOCATION in the amount of: Total ALL LOCATIONS Aggregate Limit: General Aggregate applies to EACH PROJECT in the amount of: $2,000,000 Total ALL PROJECTS Aggregate Limit: $5,000,000 SECTION III—LIMITS OF INSURANCE—2,is amended by the addition of the following: d. The General Aggregate Limit applies separately to each"project"of the Named Insured or to each"location"of the Named Insured as indicated in the Schedule above. Notwithstanding the application of the General Aggregate Limit to each"project"or each"location"of the Named Insured, under no circumstances will we pay more than the TOTAL ALL LOCATIONS AGGREGATE LIMIT or the TOTAL ALL PROJECTS AGGREGATE LIMIT shown in the Schedule above for all claims arising out of all"locations"or all "projects"as applicable under this policy. The following are added to the DEFINITIONS section of this policy: "Project" means all work done by you or on your behalf,away from premises owned or rented to you,to complete an individual bid or negotiated contract to provide services for a specified period of time. Multiple jobs,work orders, purchase orders,change orders or work done at multiple locations under one contract are not separate"projects" within the meaning of this coverage. "Location" means premises involving the same or connecting lots,or premises whose connection is interrupted only by a street, roadway, waterway or right-of-way of a railroad. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS4005 0310 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. EXCLUSION - RESIDENTIAL CONDOMINIUMS, TOWNHOMES, TIMESHARES, TRACT HOUSING OR CONDOMINIUM OWNERS ASSOCIATIONS Attached To and Forming Part of Po/icy Effective Date of Endorsement Named Insured 0100080890-0 02/11/2019 12:01AM at the Named Insured M A D Construction LLC address shown on the Declarations Additional Premium: Return Premium: $0 1 $0 This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE The following exclusion is added to this policy: This insurance does not apply to"bodily injury"or"property damage"included within the "products completed operations hazard"arising out of,resulting from,caused by,contributed to by,or in any way related to work on any: 1. Residential condominium,town home or single family house in a project or development with more than twenty(20)individual residential condominium units,town homes or single family houses when: a. The project or development has been built by you or on your behalf,or,is in any stage of development,planning or construction by you or on your behalf; b. The project or development has been or becomes converted by you or on your behalf into residential condominiums or town homes,regardless of whether or not any insured knew or had involvement in the conversion or the conversion is prior to,during or subsequent to any insured's work at the location; c. The project or development is part of a timeshare development;or d. The work has been performed for or provided to the "condominium owners association". 2. Residential condominium, town home or single family house in a project or development with twenty(20)or fewer individual residential condominium units,town homes or single family houses when: a. The project or development is part of a timeshare development;or b. The work has been performed for or provided to the"condominium owners association". This exclusion shall not apply to maintenance,service, repairs,additions or remodeling for an owner of an individual condominium unit,town home or single family house described in paragraphs 1.or 2.above. The following is added to the DEFINITIONS section of this policy: "Condominium owners association"means a non-profit corporation or association that manages the common areas and services of any residential condominiums or town homes and its board of directors, managers,agents or representatives while acting in the scope of their duties as such. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED. CAS3126 0716 Page 1 of 1 Page 1 of 18 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 1/21/2019 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King tiuitding Service Employees Janitor $24.63 5S 2F King i311itciirlg Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King L3nj Giin-,g Service Employees Window Cleaner (Non- $28.13 5S 2F Scaffold) King Puitdin Sei-rice Emptoyee�i Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King_ Crperi7tcrs Acoustical Worker $60.04 5D 4C King Caratrnrs Bridge, Dock And Wharf $60.04 5D 4C Carpenters King ��21j)e`raters Carpenter $60.04 5D 4C King Cyr-enters Carpenters on Stationary Tools $60.17 5D 4C King Cri-Xnters Creosoted Material $60.14 5D 4C King Cwr ntc�rs Floor Finisher $60.04 5D 4C King Car enters Floor Layer $60.04 5D 4C King Car errters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Ft Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers.,Et_Tenders Diver $113.60 5D 4C 8V King Divers 8. Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers a Tenders Manifold Operator $64.71 5D 4C King Divers_&Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers 8 Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers & Tenders $60.29 5A 4C https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 2 of 18 Remote Operated Vehicle Tender King C)rf ckle Workerrs Assistant Engineer $56.44 5D 3F King Eiredk,e Workers Assistant Mate (Deckhand) $56.00 5D 3F King [7rcarl;4i Workers Boatmen $56.44 5D 3F King Drewt> e WriOwl's Engineer Welder $57.51 5D 3F King Dredge VtJorl<ers Leverman, Hydraulic $58.67 5D 3F King hrrt,lpe Work+ors Mates $56.44 5D 3F King ()red9( Workers Oiler $56.00 5D 3F King Dyw��att ADDIJUIt.or Journey Level $58.48 5D 1 H g f)ryR,<all In:»rti_ Journey Level $59.32 5P 1E Kin King Electrical Fixture Maintenance Journey Level $28.99 5L 1 E Workers King Electricians - Inside Cable Splicer $77.51 7C mm 4E King Electricians_ Inside Cable Splicer (tunnel) $82.84 7C 4E _ King Etect.ricians Inside Certified Welder $74.90 7C 4E __ King Etect.ricians - 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) $77.51 7C 4E King Etectr is ians Motor Stiff Journey Level $45.08 5A 113 King Electricians - Powerline Cable Splicer $79.43 5A 4D Construction King Electricians - Powerline Certified Line Welder $69.75 5A 4D Construction King Electricians - Powerline Groundperson E$46. 5A 4D King Electricians - Powerline Heavy Line Equipment 5A 4D Construction Operator King Ftectr icians - Powerline Journey Level Lineperson $69.75 5A 4D _.. ..__. Construction King Eteftr ic>.ans ,_Powerline Line Equipment Operator $59.01 5A 4D Construction _ King Electricians -_Powerline Meter Installer $46.28 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $69.75 5A 4D Construction King Electricians_+ Powerline Powderperson $52.20 5A 4D Construction King Electronic Technicians Journey Level $48.06 7E 1 E King Elevator Constructors Mechanic $91.24 7D 4A 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 Journey Level $41.45 7A 31 King Gtaziers Journey Level $63.06 7L 1Y liLLps://foi-tress.wa,gov/Itt/wv igelooktil)/pi-vW,,igelookLii).asl,)x 1/30/2019 Page 3 of 18 King jHeat R Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King l�lc�atirr tri an7ent Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Journey Level $12.00 1 Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K King Inland Boatmen Cook $56.48 5B 1 K 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 Inland Boatmen Mate $57.31 5B 1K King Irtectior�lf;larir_'Jxg�/Sc* tin Cleaner Operator, Foamer $31.49 1 Of Sewer Wti�terr�ysLer7js By Operator Remote Control King Grout Truck Operator $12.00 1 Of Sewer ft Water Systems By Remote Control King Ire, cction/Cteaninp/Styalinp Head Operator $24.91 1 Of Sewer £t Water S stems By Remote Control King li�)ection/CteaninQ/Sealing Technician $19.33 1 Of Sewer Ft Water Systems,By Remote Control King Irpcction/Cteaning ,/Seatinq Tv Truck Operator $20.45 1 Of Sewer it Waste Remote Control King Li sul-tlon&)-plicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King 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 $48,901 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.901 7A 31 King 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 Chipping Gun(30 Lbs. And $49.81 7A 31 Over) King Laborers Choker Setter $48.90 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 4 of 18 King L.abort--rs Chuck Tender $48.90 7A 31 King L4bgrers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 77A 31 King Concrete Dumper/chute $49.81 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 31 King Laborers Demolition: Wrecking Et $48.90 7A 31 Moving (incl, Charred Material) King Laborers Ditch Digger $48.90 7A 31 ng LaLaborers Diver $50.42 7A 31 Ki King Laborers Drill Operator $49.81 7A 31 (hydraulic,diamond) King Laborers Dry Stack Walls $48.90 7A 31 King 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 King Laborers Firewatch $41.45 7A 31 King Laborers Form Setter $48.90 7A 31 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General Laborer $48.90 7A 31 ng Laborers Grade Checker £t Transit $50.42 7A 31 Ki 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) King Laborers Hazardous Waste Worker $49.81 7A 31 (level 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 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 https://fortress.wa.gov/lni/wagelookup/prvWagelookup,aspx 1/30/2019 Page 5of18 King Laharcrrs Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Y $49.81 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 ^King Laborers Pilot Car _$41.45 7A . � ...__..31'� 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 Retiner $49.81 7A 31 -� King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 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 Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A v 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 Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 ^King- Laborers Tamper Et Similar Electric, Air $49.81 '7A 31 Et Gas Operated Tools King Laborers Tamper (multiple Et Self- �$49.81 7A 31 propelled) King Laborers Timber Person - Sewer $49.81 7A 31 (lagger, Shorer Et 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 Spotter _ $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 � ^ https://fortress,wa.gov/lni/wagelookup/prvWagelookup,aspx 1/30/2019 Page 6 of 18 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 88Q Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 88 Worker 30.01.44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 Worker 60.01.64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 88 , Worker 64,01-68.00 psi _ King Laborers Tunnel Work-Compressed Air $131.13 7A 31 80 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 80 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 88 Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 88 Tender King Laborers Tunnel Work-Miner� $50.52 7A 31 8g King Laborers Vibrator $49.81 7A 31 King Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37,67 7A 31 King Laborers - Underground Sewer General Laborer 8 Topman $48.90 7A 31 £ W_ater King Laborers UndcrurOUr_ld SeW.ef Pipe Layer $49.81 �7A � 31 Et Water King Landscape Laborer $37.67 7A 31 King^ t a,acSSc 7pr__,ConsLLrUCttic�rt Landscape Operator $59.49 7A 3C 8P King _ Lathers Journey Level $58.48 5D 1 H King Marbte Setters Journey Level $57.32 5A 1M King Metat Fabrication In Sho z Fitter $15.86 1 King tAjAal Fabrication 0 Sltcar?! Laborer $12.00 1 King Metal F-rtbrric��atirjri�1,7�Ijgp) Machine Operator $13.04 1 King Metal Fabrication_iIn Shoff Painter $12.00 1 King Metal Fabrication ation (IEr 51uao Welder $15.48 1 King Miltwrisbt, Journey Level $61.54 5D 4C King Modutar Buildi 25 Cabinet Assembly $12.00 1 King Modular Bc(MIII Electrician $12.00 1 King Modrt!Li tiuildin,s Equipment Maintenance $12.00 1 King Modular Buildings, Plumber $12.00 1 King Mraclutar luitrlrrfvs Production Worker $12.00 1 King Modular Buildings Toot Maintenance $12.00 1 King Madlllrtr,Br,iAir erson $12.00 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup,aspx 1/30/2019 Page 7 of 18 King. Modular Build* Welder $12.00 1 King Painters Journey Level $42.50 6Z 213 King Pile Driver Crew Tender $54.99 5D 4C King Pile Driver Hyperbaric Worker - $74.87 5D 4C Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $79.87 5D �44C Compressed Air Worker 30.01 - 44.00 PSI _ King Pile Driver Hyperbaric Worker - _ $83.87 5D 4C Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $88.87 5D 4C Compressed Air Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - $91.37 5D 4C Compressed Air Worker 60.01 - 64.00 PSI King 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 King Pile Driver Journey Level $60.29 5D 4C King Plasterers Journey Level $56.54 ZQ 1R King Ptav ground €t Park EguipmennL Journey Level $12.00 1 Installers King F?ig!jIbers ft Pipefitters Journey Level $83.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $60.49 7A 3C 8P King Power E uipment Operators Assistant Engineer $56.90 w �7A 3C 8P King Power E_gui np lent Operators Barrier Machine (zipper) $59.96 7A 3C 8P King F'�awErr hc�iprr�eni 0)e�rators Batch Plant Operator, $59.96 7A 3C 8P Concrete King Power'l gr.ril.>tile nr ntors Bobcat $56.90 7A 3C 8P King Power Equi �r�fi Operators Brokk - Remote Demolition $56.90 7A 3C 8P Equipment King Power Eguipment Operators Brooms $56.90 7A 3C 8P King i?o�ry r�lmcltrigmen_t 0 i�Lakors Bump Cutter $59.96 7A 3C 8P King uwc r Lgur�rrac itt ©Jat r E'L s Cableways $60.49 7A 3C 8P King Power E t ipment____ erators Chipper $59.96 7A 3C 8P King l?qwrr CWelLrinnt Cl erltrs Compressor $56.90 7A 3C 8P King ,o�vc r C citnl r�rr_t 0 ter atvr, $60.49 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 8 of 18 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King P(m._2 tL�Cr i nrei�t rators Concrete Finish Machine -laser $56.90 7A 3C 8P Screed King Power nt,rator Concrete Pump - Mounted Or $59.49 7A Eui� l (:)Ja 3C 8P Trailer High Pressure Line Pump, Pump High Pressure. King Pew er hclr.JL) right Operators Concrete Pump: Truck Mount $59.96 7A 3C 8P With Boom Attachment Up To 42m King Power,Ement Ot�� rt ur Conveyors $59.49 7A 3C 8P King Oes i a!lLi� Cranes Friction: 200 tons and $62.33 7A 3C 8P over King Friwtrr L=cr,ri rrrr;nl0rai:or'ws Cranes: 20 Tons Through 44 $59.96 7A 3C 8P Tons With Attachments King Poeer>a Cclt�titirnt O rer.t7tcr Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Tons, Or 150' Of Boom (Including Jib With Attachments) King Power E ui ment Operators ators Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P M 250' of boom including jib with attachments King r.riFrm(nt OL)er�at.csrs Cranes: 300 tons and over or $62.33 7A 3C 8P 300' of boom including jib with attachments King Po��i'r l.rl�firrt�nt.C7.er�rt:ors Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Ki Tons, Under 150' Of Boom (including Jib With Attachments) King l'csvr.r Ecli.iiasi r7tt):fir tutors Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under King (gtrtpI irrnt,O)ejwatot Cranes: Friction cranes $61.72 7A 3C 8P through 199 tons King Pow=r Fr.:lrJfLI�rt t rerKttcsr Cranes: Through 19 Tons With $59.49 7A 3C 8P Ki Attachments A-frame Over 10 Tons King Powf r Ea�luip 7Iel'It Operatians Crusher $59.96 7A 3C 8P King Power Eguiment Operators Deck Engineer/deck Winches $59.96 7A 3C 8P - (power) King r CcLrihment Op Derricks, On Building Work $60.49 7A 3C 8P King rlur�nt t1[It rittoI,s Dozers D-9 & Under $59.49 7A 3C 8P King Power E ui.rnent 0 ep rators Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P Or Crane Mount King Pr?WEr EJc ui�ment 0c�rators Drilling Machine $61.10 7A__ 3C 8P _. _ _ — - King f'ctvvr�r Eclkr.jrrient Ox?ralors Elevator And Man-lift: $56.90 7A 3C 8P Permanent And Shaft Type King Equipl,nont_tll?ryrt tr r Finishing Machine, Bidwell $59.96 7A 3C 8P And Gamaco 8t Similar Equipment ng Power_Egg.i.oment Operators Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Ki With Attachments https://fortress.wa.gov/lni/wagelookLip/prvWagelookup.aspx 1/30/2019 Page 9 of 18 King t"cfwe r. urarwr7rarrt Operators Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P With Attachments King Power Equipment Operators Grade Engineer: Using Blue $59.96 7A 3C 8P Prints, Cut Sheets, Etc King F?ower C r Ili ment Operators Gradechecker/stakeman $56.90 7A 3C 8P King l?owgr Equipment Operators Guardrail Punch $59.96 7A 3C 8P King Lower Ec ui pment Operators Hard Tail End Dump $60.49 7A 3C 8P Articulating Off- Road Equipment 45 Yards. Et Over King t?cw(,�L Cla tc?rs Hard Tail End Dump $59.96 7A 3C 8P Articulating Off-road Equipment Under 45 Yards King Power rnr.rrnent Operators Horizontal/directional Drill $59.49 7A 3C 8P Locator King Power Ec ui)rnent O xert atoms Horizontal/directional Drill $59.96 7A 3C 8P Operator King f?r�wer ciui1?ment �r� s Hydralifts/boom Trucks Over $59.49 7A 3C 8P 10 Tons King Parer Ectil.nr1 tr. tors Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Tons And Under King Power Ecuipment 0 erN ator's Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Over King Power Equipment Operators Loader, Overhead, 6 Yards. $60.49 7A 3C 8P But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $59.96 7A 3C 8P Yards King Power Eguiprirent Operators Loaders, Plant Feed $59.96 7A 3C 8P King Prawn Et-ir.r�rrnerr~1 0L)rnt.ors Loaders: Elevating Type Belt $59.49 7A 3C 8P King E'ow L!r Equip mei�k Operators. Locomotives, All $59.96 7A 3C 8P King Power Ec uiprnent Operators Material Transfer Device $59.96 7A 3C 8P King Power Equipment_Operators Mechanics, All (leadmen - $61.10 7A 3C 8P $0.50 Per Hour Over Mechanic) King Power E uq_ipment Operators Motor Patrol Graders $60.49 7A 3C 8P King Power Equi ment Operators Mucking Machine, Mole, $60.49 7A 3C 8P Tunnel Drill, Boring, Road Header And/or Shield _ King Power Equipment Operators Oil Distributors, Blower $56.90 7A 3C 8P Distribution 8t Mulch Seeding Operator King Power E_ui ment Operatvrs Outside Hoists (elevators And $59.49 7A 3C 8P Manlifts), Air Tuggers,strato King Powr i C ur} rr7r:r7t O>r r�rtoi s Overhead, Bridge Type Crane: $59.96 7A 3C 8P 20 Tons Through 44 Tons King PowerE�lu< i, crrt(�aerat.vr�s Overhead, Bridge Type: 100 $61.10 7A 3C 8P Tons And Over King Powe- Ec tL)rir�r Overhead, Bridge Type: 45 $60.49 7A 3C 8P Tons Through 99 Tons King Pjjy;e Er uij)ment 0 cri o Pavement Breaker $56.90 7A 3C 8P King PoweryEguiprn,eq Operators Pile Driver (other Than Crane $59.96 7A 3C 8P ..... _ Mount) https://fortress.wa.gov/lnl/wagelookup/prvWagelookup.aspx 1/30/2019 Page 10 of 18 King Prwtpr._Lt(0 )ffiH rt C)1Lerrat.ors Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P King Power Equipment,0peratars Posthole Digger, Mechanical $56.90 7A 3C 8P King Power Equiprrtent�Opr?rators Power Plant $56.90 7A 3C 8P King Power EcLtr p Yee nt Operators Pumps - Water $56.90 7A 3C 8P King Powe t.gLliprfi7c rrt O tars Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P King Pow(..,,- Ec ui merit Q_r`>rators Quick Tower - No Cab, Under $56.90 7A 3C 8P 100 Feet In Height Based To Boom _ King oo yeLt Ec u� p<rators Remote Control Operator On $60.49 7A 3C 8P Rubber Tired Earth Moving Equipment King Pczwor Fc7>�il��n�,r�t.C r c��K3i ryrKt Rigger And Bellman $56.90 7A 3C 8P King F'qwertctuigrnent Operatora Rigger/Signal Person, Bellman $59.49 7A 3C 8P (Certified) King fi�twet EgUirrttcrAODC'1Mors Rollagon $60.49 7A 3C SP King Power Equipment Operators Roller, Other Than Plant Mix $56.90 7A 3C 8P King Caviar r ui o me nt O rer attar_ Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Materials King Power Operators Roto-mill, Roto-grinder $59.96 7A 3C 8P King Poorer E g ui ament Saws - Concrete $59.49 7A 3C SP King PrJSuc-yr Equi rrrent OperaLors Scraper, Self Propelled Under $59.96 7A 3C 8P 45 Yards King Power E gjp_Ment O,lc�rr ttr7rs Scrapers - Concrete Et Carry $59.49 7A 3C 8P All King LSLv�c,r Ec�irij2LLi L + �jLot.s Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Yards And Over King Power Ee�rit7erak tEx rntclrs Service Engineers - Equipment $59.49 7A 3C 8P King Pt?w r Cc it n7t rrt (Lrrators Shotcrete/gunite Equipment $56.90 7A 3C 8P King Power Ec�ui ment_Operators Shovel , Excavator, Backhoe, $59.44 7A 3C 8P Tractors Under 15 Metric Tons. King $ Cvor tjLquil�ntEtrlt_ 7erators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P Over 30 Metric Tons To 50 Metric Tons King Power E(,,rjitjr�er 7_t t�pr=rt:orrs Shovel, Excavator, Backhoes, $59.96 7A 3C 8P Tractors: 15 To 30 Metric Tons King i' fiver Equipment is Shovel, Excavator, Backhoes: $61.10 7A 3C 8P Over 50 Metric Tons To 90 Metric Tons King k'owet Ecr ui pmejA Opc r�.rtors Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Over 90 Metric Tons King f'rnc r Cc{rrilarYif rat,C}ljcyr atcarrr<; Slipform Pavers $60.49 7A 3C 8P King Power.Ec uipmenty0perators Spreader, Topsider Et $60.49 7A 3C 8P Screedman King r Equimnent_ t)erators Subgrader Trimmer $59.96 7A 3C 8P King Eq)rye t<ir�iipr lent U r rator� Tower Bucket Elevators $59.49 7A 3C 8P King Power_uiLment Operators Tower Crane Up To 175' In $61.10 7A 3C 8P Height Base To Boom King i'crvrrr L cttairrr�c�rtf„C7pcyratr>rs $61.72 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page l l of 18 Tower Crane: over 175' through 250' in height, base to boom King Power EaLtionient Operators Tower Cranes: over 250' in $62.33 7A 3C 8P height from base to boom King l?c we r fvrlurlrmcynl Operators Transporters, All Track Or $60.49 7A 3C 8P Truck Type King Power ETtrriarte r1t G7{2rGrs Trenching Machines $59.49 7A 3C 8P King ?r>wcr tirrtint C? r_;_�7tors Truck Crane Oiler/driver - 100 $59.96 7A 3C 8P Tons And Over King Pow(-.,r Ecui ment Operator's Truck Crane Oiler/driver $59.49 7A 3C 8P Under 100 Tons King Power Eguiprntrit L),1)eratgrs Truck Mount Portable $59.96 7A 3C 8P Conveyor King Power Ee ra_t_„i,Wrtent Operators Welder $60.49 7A 3C 8P King Powe Egt_�i 7hr7 nt �r tors Wheel Tractors, Farman Type $56.90 7A 3C 8P r King Power Eciuj)Ln( nt: Operator Yo Yo Pay Dozer $59.96 7A 3C _8P King ltrwcar Equi Asphalt Plant Operators $60.49 7A 3C 8P Underground Sevier Et Water King agkyer E ui ment Operators- Assistant Engineer $56.90 7A 3C 8P Underground Sewer Ft Water King Power Egui�ment Operators- Barrier Machine (zipper) $59.96 7A 3C 8P tJr�dergwurid Sewer €t Water King Pc�wrar Egtri-ui�cn Derators- Batch Plant Operator, $59.96 7A 3C 8P Underground Sewer Et Water Concrete King Power_<L_pe it Operators- Bobcat $56.90 7A 3C 8P Underground Sewer Et Water King Power Ec tri qnt Operators. Brokk - Remote Demolition $56.90 7A 3C 8P Underground Sewer Et Water Equipment King Power Equipment nt O eratLors- Brooms $56.90 7A 3C 8P Undc1rj31"0und Sewer Et Water King blower EC ators- Bump Cutter $59.96 7A 3C 8P Undo Around Sewer Et Water King Power E(t.ri}mennt O erators- Cableways $60.49 7A 3C 8P Underground Sewer Et Water King Power E Ui.ment O aerators- Chipper $59.96 7A 3C 8P Under! rgtrrtd 5ewf_r Et Water King Pnwer E iLieni O orators,- Compressor $56.90 7A 3C 8P gpi lgLq� ou nd Sewer Et Water +King Powej E(Lq pment 0 e Lors- Concrete Pump: Truck Mount $60.49 7A 3C 8P UnrlerLgi'ound Srwesr ft.Water With Boom Attachment Over 42 M King Power Eq i,pmen.t,Operators- Concrete Finish Machine -laser $56.90 7A 3C 8P Urrde'rurc�trnd Sewer EL Water Screed y_ King C�r7wr l-rner7t Offer_ ,atom's- Concrete Pump - Mounted Or $59.49 7A 3C 8P Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure. King Power Eguipment Operators- Concrete Pump: Truck Mount $59.96 7A 3C 8P Underground. Sewer Et Water With Boom Attachment Up To 42 m King Conveyors $59.49 7A 3C 8P littps://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 12 of 18 llow(--.r E_guipment O se� Ur rdPr s.r Qrrnd Sewer Et Water King Prvrrr E crtr l(.ft r-�ratr,�rs. Cranes Friction: 200 tons and $62.33 7A 3C 8P Und eEgLg inn 5ewer Ft Wratef over King Power l_c�riipr7toil t��aerator�s- Cranes: 20 Tons Through 44 $59.96 7A 3C 8P lJnciR rgrearanci Sewer a Water Tons With Attachments King f'o�rrr Cc ui rnent 0 es ators Cranes: 100 Tons Through 199 $61.10 7A 3C 8P Unc ere ound Sewer�Waterer Tons, Or 150' Of Boom (Including Jib With Attachments) King Power E u9 imerrC Oe.ratcrrs Cranes: 200 tons- 299 tons, or $61.72 7A 3C 8P Linder r-ourui Sewer &.Water 250' of boom including jib �- with attachments King PavIeyr Engi an•rent O �ra.Lor Cranes: 300 tons and over or $62.33 7A 3C 8P Underground Sewer it Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $60.49 7A 3C 8P Underground.Sewer Et Water Tons, Under 150'Of Boom (including Jib With Attachments) King (lower Equipment gperarors; Cranes: A-frame - 10 Tons And $56.90 7A 3C 8P Under, r_ounri Sev r Er; Water Under King Power Foment OtjF-� atUrsm Cranes: Friction cranes $61.72 7A 3C 8P Undergrpund Sewer Et Water through 199 tons King Power Equi.pment_UtLrti.s Cranes: Through 19 Tons With $59.49 7A 3C 8P Underground Sewer tz Writer Attachments A-frame Over 10 Tons King rrator�s� Crusher $59.96 7A 3C 8P Under rat or.rnd Stywgr €t Watr=N: _ _w King Pg�er C tat>nt Q orators--, Deck Engineer/deck Winches $59.96 7A 3C 8P Urrderr3r()und Sewer,fit: Water (power) King I'rxwr C:rui amf���t tr�rrtc�r�r- Derricks, On Building Work $60.49 7A 3C 8P ttfrtrt ic;rutg7ri cwr:rr Water King E(LYw r Er u42mont Ogsrr itnr s, Dozers D-9 Et Under $59.49 7A 3C 8P UrrdfffI)r0LInd S(MOr Et Water King Power E<}rlitan�roratorre Drill Oilers: Auger Type, Truck $59.49 7A 3C 8P tlnd rgtound Sewer tt Water Or Crane Mount King Power E.du1pment 0 e�atgrs• Drilling Machine $61.10 7A 3C 8P _ Underground Sewer Et Water King I'crvyr r Lcluiniaar�ni Qperittc�r�s, Elevator And Man-lift: �$56.90 7A 3C 8P tJn(t�� w,r raund Sewer fi Water Permanent And Shaft Type King i'c?w�rldriiJ�r�7c�nt f) trakcarsµ Finishing Machine, Bidwell $59.96 7A 3C 8P t.lr derq,'and Sewer Et Water And Gamaco Et Similar Equipment King i? wen Erg ui)natunfi µILr:,raAgL� - Forklift: 3000 Lbs And Over $59.49 7A 3C 8P Uri,defgrLpj d.Sgwer ft Wager With Attachments King I c wtr L1!iertL.rit�OPeratrar_s- Forklifts: Under 3000 Lbs. $56.90 7A 3C 8P tJnrtr�r r to{m+nd 5>_wr r &'r~titer With Attachments King LQw(,L citriDR)entOperators„ Grade Engineer: Using Blue $59.96 7A 3C 8P Underground Sewer a. Water Prints, Cut Sheets, Etc King Power E(ui hrfnerrt t)Le ators- Gradechecker/stakeman $56.90 7A 3C 8P llrtci}'ilr,rr�r,Rrrcl C,���vc�r Et.����t��r l tlpa://fortress.wza.gov/lni/wv igel oktip/prvWageltaokLip.aspx 1/30/2019 Page 13 of 18 King LIOw(-r.E_(Luipment Operators- Guardrail Punch $59.96 7A 3C 8P Urrc{er round Sewer Et Water - King !?owcr_l—cLijprE nt Operators- Hard Tail End Dump $60.49 7A 3C 8P Unr=lr'rtr0uraci Sewer a Water Articulating Off- Road Equipment 45 Yards. Et Over King Power EQUipn-tent Operators- Hard Tail End Dump _ $59.96 7A 3C 8P Unde oggnd Sevier Et Water Articulating Off-road Equipment Under 45 Yards King Pourer'[ uiarttent Operators- Horizontal/directional Drill $59.49 7A 3C 8P Under round Sewer Et Water Locator King Powc r c uil trient Ope`aLQrs- Horizontal/directional Drill $59.96 7A 3C 8P _ lJndc rmc�rind Sewer Via: Water Operator King { rawer EnjriL'rtent Operators- Hydralifts/boom Trucks Over $59.49 7A 3C 8P Underground Sewer & Water 10 Tons King F'c>wer E rriraerat Oaeratcars Hydralifts/boom Trucks, 10 $56.90 7A 3C 8P Underground Sewer Et Water Tons And Under King Power Equipment O;rc�ratprs- Loader, Overhead 8 Yards. Et $61.10 7A 3C 8P Und„derground Sewer Et Water Over King Gower Equipment Operators- Loader, Overhead, 6 Yards. $60.49 7A 3C 8P Underground Sewer Fi Water But Not Including 8 Yards King Pt7wer EgUipment Operators- Loaders, Overhead Under 6 $59.96 7A 3C 8P Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $59.96 7A 3C 8P Underground Sewer ft Water King Drawer Couiament0 p(�rators- Loaders: Elevating Type Belt $59.49 7A 3C 8P Un,.clerar'ound Sewer El Water King Power EcLt ilarnent Operators- Locomotives, All $59.96 7A 3C 8P Underground Sewer Er Water King Power E ui ment_Operators. Material Transfer Device $59,96 7A 3C 8P UndergL0urnd Sewer R Water King Power Equipment Operators- Mechanics, All (leadmen - $61.10 7A 3C 8P Under rg ound Sewer Et Water $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $60.49 7A 3C 8P Underground Sewer It Water King Power Equipment Operators- Mucking Machine, Mote, $60.49 7A 3C 8P Undcrirrrd Sewer Et Water Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $56.90 7A 3C 8P Underground Sewer ft Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (elevators And $59.49 7A 3C 8P Underground Sewer Ec Water Manlifts), Air Tuggers,strato King Power E ui merit 0 erators- Overhead, Bridge Type Crane: $59.96 7A 3C 8P Undgrs;round,Sewer Et Water 20 Tons Through 44 Tons King Power E�ui rnent Operators Overhead, Bridge Type: 100 $61.10 7A 3C 8P Underground Sewer Et Water Tons And Over King Bower Ec.Uil t711'iC rW 0.p ai,, ot'5—, Overhead, Bridge Type: 45 $60.49 7A 3C 8P Underground Sewer & Water Tons Through 99 Tons King Powc i_ c�rr}.rrprt>r�t Oarr�akrr_r� Pavement Breaker $56.90 7A 3C 8P Uuckn-,-gi ound Sewer Ft W,�ter King $59.96 7A 3C 8P https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 14 of 18 1Power uimrner7r, C)L)e rator:�r Pile Driver (other Than Crane UndeL-,,LU)j1jd c per tc dater Mount) King Power Er{tai e�r;jtors- Plant Oiler - Asphalt, Crusher $59.49 7A 3C 8P Unde!:grotrl�ici Sewer f Water King Power E00i arATIennt Operators- Posthole Digger, Mechanical $56.90 7A 3C 8P Underq-ound Sower & Water King Power Equipment Operators- Power Plant $56.90 7A 3C 8P Under round Sewer fi Water __ _ ._ King Power Equipment Operators Pumps Water $56.90 7A 3C 8P Underground Sewer lx Vlatrr King Power E uipr7ent Operators Quad 9, Hd 41, D10 And Over $60.49 7A 3C 8P Undc=r rc�urtci Sewer Et Water King Power Edrripment Oyerators Quick Tower - No Cab, Under $56.90 7A 3C 8P Underground Sevier 8 Water 100 Feet In Height Based To Boom _ King ('txwt r I:cluirITH'rlt 0 etrators- Remote Control Operator On $60.49 7A 3C 8P Underground Sewer tK;�r Rubber Tired Earth Moving Equipment King 2Nrier w pmc;=nt 0pr rator -- Rigger And Bellman $56.90 7A 3C 8P Urrcler;rour7clevr4r Ei Wattyr King Power E ui.me Operators- Rigger/Signal Person, Bellman $59.49 7A 3C 8P Underground Sewer Ft Water (Certified) King Power Eguipment Operators- Rollagon $60.49 7A 3C 8P Underground Sewer ft Water King Power E:: ui ment O mcrator s- Roller, Other Than Plant Mix $56.90 7A 3C 8P Unde!'gr,ound Sewer£c Water King f?u v�j cltri��LiLglt O er ators Roller, Plant Mix Or Multi-lift $59.49 7A 3C 8P Undc!rsaround Sewer B. Water Materials King Prrvr,r t�}r �rrrrrtt �rji�:rt:ors- Roto-milt, Roto-grinder $59.96 7A 3C 8P Urtcf r{.;rc�t:rnrl Sewer B Water. King Power C:ctrri rtrmr yi�rator s- Saws - Concrete $59.49 7A 3C 8P Under rgund Sewer fz Water King Power Equipment Operators- Scraper, Self Propelled Under $59.96 7A 3C 8P Underground Sewer Et Water 45 Yards King Power Ecjqi rent p erators Scrapers - Concrete Et Carry $59.49 7A 3C 8P Un_derp-round Sewer EL Water All King Power ErB.ii went. to aerators- Scrapers, Self-propelled: 45 $60.49 7A 3C 8P Und r s round Sewer Et Water Yards And Over King PirvrrrrEt3uiLrreznt Operators- Service Engineers - Equipment $59.49 7A 3C 8P Under r;r rrr.rnd Sewer £r Water King Pt wc'r equipment Operators- Shotcrete/gunite Equipment $56.90 7A 3C 8P Undra Lgrorrrtti Sewot h Water _._e. _.� _ King Power E uipment Operators- Shovel , Excavator, Backhoe, $59.49 7A 3C 8P U_nderRround Sewer Water Tractors Under 15 Metric Tons. King Ppwer Equment Operators Shovel, Excavator, Backhoe: $60.49 7A 3C 8P UnderAroun�r Et Water Over 30 Metric Tons To 50 Metric Tons King EfLWtr Fr.ui`)L��rit O errrrtarsw Shovel, Excavator, Backhoes, $59.96 7A 3C 8P t1nd�ryr�rirct `ewer tt Water Tractors: 15 To 30 Metric Tons King ('c�r�e�mclrrrre nt_( peratr?rs $61.10 7A 3C ri t.lrrrier roi.r11c1 tiewer"r` ft Water https://fortress.wa.gov/lni/wagelookup/pi•vWagelookup.aspx 1/30/2019 Page 15 of 18 Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons King Power EQUiDnIent Operators- Shovel, Excavator, Backhoes: $61.72 7A 3C 8P Unclewrzlround Sewer Et Water Over 90 Metric Tons King Power Ectui 7ment Operators Slipform Pavers $60.49 7A 3C 8P 1)I`rdc�'�+r`t�r.md Sewer E"c Vlater King Power Equipment Operators- Spreader, Topsider Et $60.49 7A 3C 8P Urtclwts rcaur�ci r wf r Et WFtter Screedman King Power Er'u�m(-nt OLerat,ors- Subgrader Trimmer $59.96 7A 3C 8P Under round Sewer >t Water King Power E ui men�O ators- Tower Bucket Elevators $59.49 7A 3C 8P Underground Sewer Et Water King Power Egui meat 0 erators- Tower Crane Up To 175' In $61.10 7A 3C 8P Underground Sewer ft Water Height Base To Boom King Power Equipment Operators- Tower Crane: over 175' $61.72 7A 3C 8P Underf rg ound Sewer Et Water through 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in $62.33 7A 3C 8P Underground Sewer 8r Water height from base to boom King Power Equipment Operators- Transporters, All Track Or $60.49 7A 3C 8P Unde,rQround Sewer Et Water Truck Type King Power Egui ment Operators- Trenching Machines $59.49 7A 3C 8P Underground Sewer Et Water King Power Ec:ui 3ment: Operators, Truck Crane Oiler/driver • 100 $59.96 7A 3C 8P Undergj-ound._Sewer Et Water Tons And Over King Operators- Truck Crane Oiler/driver $59.49 7A 3C 8P !jnderf�rounci Sewer Et Water Under 100 Tons King Power~Ectui 7rnci ._2 Qperators- Truck Mount Portable $59.96 7A 3C 8P Underg3round Sewer Et Water Conveyor King Pow_,gr_Equi rngnt. Qp,_g rators- Welder $60.49 7A 3C 8P Underground Sewer Et Water King Power Equipment Operators, Wheel Tractors, Farmatt Type $56.90 7A 3C 8P Under eround Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $59.96 7A 3C 8P Underyrouncl Sewer Et Water _ King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King F?c?frisgeration fz Air Journey Level $79,51 6Z 1G CondiLigi ir19 Mechanics _King Residential Brick Mason Journey Level $57.32 5A_ 1M King Residential Carpenters Journey Level $45.05 5D 4C King Restdentrat Cement Masons Journey Level $60.071 7A 4U https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 16 of 18 King I21,Llt e idontial Domall Journey Level $45.05 5D 4C ators King Resiricntr�ylw(Jry /all`fa.j��tss Journey Level $45.19 5P 1E _al _._ King Residential Electricians Journey Level $37.26 5Q 20 King Residential Glaziers Journey Level $42.05 7L 1 H King Residential Insulation Journey Level $45.05 5D 4C 1� it_ators King Residential Laborers Journey Level $36.681 7A 1 H King Residential Marble Setters Journey Level $57.32 5A 1M King Residenti i Painters Journey Level $42.50 6Z 213 King Residential Plumbers Et Journey Level $51.37 5A 1G King Residential Refrigera i tion a A Journey Level $51.37 5A 1G Coi�di ttor;i'ri�Mcchanics _.. King Residential Sheet Metal Journey Level (Field or Shop) $50.01 7F 1 R. Workers King Re sidiential Soft Floor Lavers Journey Level $49.43 5A 3.1 King Rc? icl��r�tiai Sitil�tc r Fittc_rs~ Journey Level $46.58 5C 211 Fire Protection King Residentiat Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo.Workers Journey Level $52.61 5A 1M King Residential Terrazzo/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 M King Roofers Using Irritable Bituminous $54.52 5A 3H Materials Kind Sheet Metal, Workers Journey Level (Field or Shop) $82.51 7F 1E King Shieurl4.ii�� t SirRf�f�air New Construction Boilermaker $36.36 7V 1 King Shiplarrridirwi Ez_,I�ilr �'I?a.i.r New Construction Carpenter $36.36 7V 1 King SL�ipbuitdin� Et Shin Re air New Construction Crane $36.36 7V 1 Operator King Shirrl�tnl<ain lr. Siii Rhair New Construction Electrician $36.36 7V 1 King Shi +iritcfiri Shi. Re ii[ New Construction Heat Et $73.58 5J 4H Frost Insulator King 5tlip RLpair _ New Construction Laborer $36.36 7V 1 King Shit?huildi_ng Et Ship Repz it New Construction Machinist �$36.36 7V 1 King 511ji [Llitriins�Sl,� Rj air New Construction Operating $36.36 7V 1 Engineer King Ship uildinc2 Et Shi tcpair New Construction Painter $36.36 7V 1 King 5i LIL)tnitlifnu Et Shi a�Re>Lair New Construction Pipefitter $36.36 7V 1 King Ship £t,_Ship Rtpair New Construction Rigger �$36,36 7V 1 King Shiphuitdi I�l-Et Rs�t ai,r New Construction Sheet Metal $36636 µ7V 1 King S1iii 121, tdiitc Et ShjILE lara,i,r: New Construction Shipfitter $36.36 7V� 1 King Shiptjuildi New Construction $36.36 7V 1 Warehouse/Teamster King yliithuil��ljnet SV�iip Rtia�air New Construction Welder / $36.36 7V 1 Burner https;//f'ortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 17 of 18 King Shklriilclirt Snip Repair Ship Repair Boilermaker $44.95 7X 4J King Slit uilcli[1Q,1t 5NnR ain Ship Repair Carpenter $44.95 7X 4J King ShrpLbrrilciu�s;t SI7i Rr air Ship Repair Crane Operator $44.06 7Y 4K~ King Shhi building Et Ship Repair Ship Repair Electrician $44.95 7X 4.1 King Ship Repair Heat Et Frost $73.58 5J 4H _ insulator King `.hi rilciirrr*, Sera Repair Ship Repair Laborer $44.95 7X 4J King 5hipbuilr3in 51pGir Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et ShipRRepair Ship Repair Operating $44.06 7Y 4K Engineer King Shipbuildirgft Ship Repair Ship Repair Painter $44.95 7X 4J King ShinLxuildu_t,8 Shin Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King 517 g�uildir�rg a S1ii1.� Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuildinq & Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shiobuilding Et Ship Repair Ship Repair Warehouse / $44.06 7Y 4K Teamster King Sign Makers Et Installers Journey Level $49.70 0 1 .tqe�tricall King Sign Makers Ex Installers Non- Journey Level $31.52 0 1 Electric o.q King Soft Floor Lavers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sorinkler Fitters (Fire Journey Level $77.39 5C 1X Protection) King 5t<zn�ri, in Mechanics Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Journey Level $19.09 1 King Surveyors Assistant Construction Site $59.49 7A 3C 8P Surveyor King Su Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $60.49 7A 3C 8P King Telecornmunication Journey Level $48.06 7E 1 E Technicians King Telephone Line Construction Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside King Telephont- Line Cons tl'LICtiOn : Special Aparatus Installer 1 $41.22 5A 2B Outside King E lr! i gi;rc� line(orist:ruc Lion _ Special Apparatus Installer II $40.41 5A 2B Outside King Telephone line Construction - Telephone Equipment $41.22 5A 2B Outside Operator (Heavy) King $38.36 5A 2B https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 1/30/2019 Page 18 of 18 Tet(,to one Lj,ne Construction - Telephone Equipment Outside Operator (Light) King 1�tcrt7lrr rrw� l_�ine Cr�nstruction - Telephone Lineperson $38.36 5A 2B Outside King Te.._...j I lrr7rrr! 1-ine Construction - Television Groundperson $21.92 5A 2B Outside King tlr rLne Line Construction - Television $29.13 5A 2B Outside Lineperson/Installer King otte I-on(- Line�Construction Television System Technician $34.68 5A 2B Outside King tic Construction Television Technician $31.18 5A 2B Outside — King tplLn Line Cnnstrue:tiar) Tree Trimmer $38.36 5A 2B Tt-�l Outside King Terrazzo Workers Journey Level $52.61 5A 1M King Tile_Setters Journey Level $52.61 5A 1M King i�lc�,^marble a Terrazzo Finisher $43.44 5A �1B Finishers King Traffic Control_Striters Journey Level $45.53 7A I 1 K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 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 Truck Drivers Dump Truck & Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck,Drivers_;.,Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Readv Mix Non-Booster Loads Under 9 $52.53 5A 4T Cubic Yards King Well Driller, Ft Irr.i9ation Pujrsp, Irrigation Pump Installer $17J1 1 Installers King LVelt Drillers 0. 1rri ation Punk Oiler $12.97 1 Installers King Wetl Drillers Et.itrigation Pump Well Driller $18.00 Installers https://fortress.wa.gov/1ni/wagelookup/prvWagelookup,aspx 1/30/2019 Page I of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Detail - Pro' ct Dashboard Document Received Intent ID: Affidavit ID: Status: Approved On Date: 3/29/2019 968462 4/2/2019 Company Details Company Name: M A D CONSTRUCTION LLC Address: 22002 - 38TH AVENUE 3 SPANAWAY, WA, 98387 Contractor Registration No. MADCOL*971 BF WA UBI Number 602256009 Phone Number 253-846-1245 Industrial Insurance Account ID 04116701 Email Address madconst@tive.com Filed By Kevin Young Prime Contractor Company Name M A D CONSTRUCTION LLC Contractor Registration No. MADCOL*971 BF WA UBI Number 602256009 Phone Number 253-846-1245 Project Information Awarding Agency KENT, CITY OF 220 - 4TH AVE S KENT, WA - 98032- 5895 Awarding Agency Contact NANCY CLARY Awarding Agency Contact Phone Number 253-856-5084 https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 4/3/2019 Page 2 of 3 Contract Number 19-1200 Project Name COUNCIL CHAMBERS UPGRADE Project Description RE-FINISH DIAS Ft INSTALL/PROVIDE TWO NEW PODIUMS Contract Amount $124,386.90 Bid due date 1 /21 /2019 Award Date 3/6/2019 Project Site Address or Directions 220 4TH AVENUE SOUTH KENT, WA 98032 Payment Details Check Number: Transaction Id: 106821097 Intent Details Expected project start date: (MM-DD-YYYY) 4/30/2019 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 $124,386.90 this a time and materials estimate? Does your company intend to hire ANY Yes subcontractors? Will your company have employees perform Yes work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 1 the project own 30% or more of the company? First Name Last Name Trade KEVIN YOUNG Carpenters Journey Level Wages County Trade Occupation Wage Fringe # Workers King Laborers Clean-up Laborer $40.90 $8.00 1 https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 4/3/2019 Page 3 of 3 King Laborers Carpenter Tender $40.90 1 $8.00 11 King Carpenters Carpenter $51.04 $9.00 1 Public Notes i=i Show/Hide Existing Notes No note exists https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 4/3/2019 City of Kent Business License M.A.D.CONSTRUCTION I.LC 22002 38TH AVE E SPANAWAY,WA 98387 Please tear at perforation Per RCW82. local sales BUSINESS LICENSE and use tax must be coded LICENSE MUST BE PAID ANNUALLY BY No. 1715 for all qualified JANUARY 1st TO AVOID PENALTY sales within the city of Issuance of License Does Not Imply Licensee's Kent. Compliance with State and Local Laws THIS LICENSE MUST BE POSTED IN A CONSPICUOUS 2019 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS C11- BLOC-2170599 J M.A.D.CONSTRUCTION LLC MAYOR 22002 38TH AVE E Tax Registration The City of Kent SPANAWAY,WA 98387 Endorsement At 2204TH AVE SO KENT,WASHINGTON 98032 Request for Mayor's Signature KENT W ASHINOTON Complete this form and route to the Office of the City Attorney (Print on cherry-colored paper) f, q Approved by Director `Z Originator: Nate Harper Phone (Originator):X5082 Date Sent:04/19/2019 Date Required:04/26/2019 Returned Signed Document to: Nancy Clam/ B Contract CoversheetAttachedYES Has this Document been Specifically Authorized Vendor Name: M.A.D. COnStrUCtIOCI, LLC in the Budget? Yes No Date of Council Approval:March 5, 2019 Account Number: F00030.64850.9476 Brief Explanation of Document: To provide labor and materials for the City Council Chambers renovation project. Project will not only provide needed updates to a space that has not had any significant upgrades since 2003, it will also provide space for larger meetings both in-house as well as the ability to hold regional meetings in Kent. The updates will make the space more versatile and accessible for all users. RECEIVED KENT LAW DEPT. Date Received by City Attorney: Comments: nZi� j' RECEIVED Date Routed to the Mayor's c City of Kent Date Routed to the City Clerk: Offiee of the Mayor Date Returned to Originator: adccW19756_4_18 Kent City Council City Council Regular Meeting March 5, 2019 Minutes Kent, Washington P. Public Works Agreement with M.A.D. Construction, LLC - Authorize MOTION: Authorize the Mayor to sign a Public Works Agreement with M.A.D. Construction, LLC in the amount of $124,386.90, to provide labor and materials for the Kent City Council Chambers renovation project, subject to final terms and conditions acceptable to the Parks Director and City Attorney. Q. Consultant Services Agreement with Broderick Architects for the Riverbend Driving Range Renovation and Expansion Project - Recommend MOTION: Authorize the Mayor to sign a Consultant Services Agreement with Broderick Architects, in an amount not to exceed $200,200, for design services on the Riverbend Golf Course Driving Range Renovation and Expansion Project, subject to final contract terms acceptable to the Parks Director and City Attorney. R. Interlocal Agreement for Creation of South King Housing and Homelessness Partners - Authorize MOTION: Authorize the Mayor to sign the Interlocal Agreement between the cities of Auburn, Burien, Covington, Des Moines, Federal Way, Kent, Normandy Park, Renton, Tukwila, and King County for the creation and operation of South King Housing and Homelessness Partners and take all acts consistent with the authority provided for by the Agreement, subject to final terms and conditions acceptable to the Parks Director and City Attorney. S. Flood Protection, Habitat Restoration and Recreation Covenant with King County Flood Control District at Van Doren's Landing - Authorize MOTION: Authorize the Mayor to sign a Flood Protection, Habitat Restoration and Recreation Covenant with the King County Flood Control District for three tax parcels at Van Doren's Landing on the Green River, subject to final terms and conditions acceptable to the Parks Director and City Attorney. T. Engineering and Cost Consultation for Proposed Sound Transit Light Rail Facilities - Authorize MOTION: Authorize the Mayor to sign a contract with selected engineering firms to provide engineering and cost consultation to City staff for proposed Sound Transit Light Rail Facilities up to $100,000, subject to terms and conditions acceptable to the City Attorney and Public Works Director. ....................._._......................................................_._.............._........_.._._._....._._....._........_..._..._....._.. ..._.............................._.........................................._....._......._..............._........................._.............._................_.............._....._.................._................_.._._................__....... Page 10 of 12 Kent City Council City Council Regular Meeting March 5, 2019 Minutes Kent, Washington MOTION: Authorize the Mayor to sign all documents necessary to purchase a parcel of land (APN 1822059115), located adjacent to the City-owned Little Property from King County, in an amount not to exceed $2,128, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. L. Purchase of McSorley Creek Wetland Complex Parcel - Authorize MOTION: Authorize the Mayor to sign all documents necessary for the purchase of a parcel of land (APN 768280-0045), located at the 26400 block of Pacific Hwy S., from King County, in an amount not to exceed $16,570, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. M. Washington Utilities and Transportation Commission Grant for Pedestrian Safety Fencing at Union Pacific Railroad - Authorize MOTION: Authorize the Mayor to accept grant funds from the Washington Utilities and Transportation Commission for pedestrian safety fencing at the Union Pacific Rail Crossing in the amount of $10,000, authorize the expenditure of the grant funds accordingly and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. N. Washington Utilities and Transportation Commission Grant for Pedestrian Safety Fencing at Burlington Northern Santa Fe Railroad - Authorize MOTION: Authorize the Mayor to accept grant funds from the Washington Utilities and Transportation Commission for pedestrian safety fencing at the Burlington Northern Santa Fe rail crossing in the amount of $10,000, authorize the expenditure of the grant funds accordingly and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. O. Consultant Services Agreement with Tetra Tech, Inc, for Design and Upgrade of Aeration System at Lake Fenwick - Authorize MOTION: Authorize the Mayor to sign a consultant services agreement with Tetra Tech Inc, in an amount not to exceed $68,490, for the design and upgraded aeration system at Lake Fenwick, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. ..............._......._....._._....._.......__..............._......................_.__....................._....._.__..._._..............._........_....._......._........__....._..............._....._._...-................._........_....._.............................._................_...._._..._............................._................_............................_._............. ............ Page 9 of 12