Loading...
HomeMy WebLinkAboutCAG2019-334 - Original - Maverick Excavation, LLC - Demo City-Owned House at 412 West Titus St, Kent - 06/04/2019 iGENT Records Management Document Wnswe:N ax A. CONTRACT COVER SHEET This is to be completed by the Contract Manager prior to submission to the City Clerk's Office. All portions are to be completed. f you have questions, please contact the City Clerk's Office at 253- -525. Vendor Name: Maverick Excavation, LLC 2035262 Vendor Number (]DE): Contract Number (City Clerk): � �5 Category: -Contract Agreement Sub-Category (if applicable): None Project Name: Demo city-owned house at 412 West Titus Street, Kent Contract Execution Date: 06/03/2019 Termination Date: 08/02/2019 Contract Manager: Nancy Clary Department: Parks Contract Amount: $26,805.90 Budgeted: Grant? Part of NEW Budget: Local: State: ❑ Federal: Related to a New Position: ❑ Notice required prior to public disclosure? No Basis for Selection of Contractor? Quotes Approval Authority: Director ❑✓ Mayor ❑ City Council Other Details: �16T PUBLIC WORKS AGREEMENT between City of Kent and Maverick Excavation, LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Maverick Excavation, LLC organized under the laws of the State of Washington, located and doing business at 400 Teanaway Ridge Way, Cie Elum, WA 98922, Jakob McGehe, 206 877-2586, support@maverickexcavationllc.com (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Provide all labor and material necessary to demolish the existing house and garage located at 412 West Titus Street, Kent WA 98032 and make lot ready for seed, in accordance with Proposal *1449, dated 04/19/2019, which is incorporated and attached as Exhibit A. Should any asbestos abatement be required, Contractor has advised that it intends to retain a licensed abatement company to perform that work prior to any demolition, and that subcontractor will act as Contractor's agent with respect to that abatement work. The Contractor will remain responsible for the timely and proper completion and payment of that work to its subcontractor. Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above immediately upon execution of this Agreement. Upon the effective date of this Agreement, the Contractor shall complete the work described in Section I within 60 days. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $26,805.90, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty PUBLIC WORKS AGREEMENT - 1 (Over$20K and No Performance Bond) Scanned with CamScanner (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainaoe. The City shall also 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 fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of Contractor's signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City's written approval. If Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and Contractor shall be liable to the City for any additional costs incurred by the City. "Additional costs" shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payments Waiver of Claims. THE CONTRACTOR'S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR'S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which Contractor's services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained Contractor's services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, Profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by Contractor's PUBLIC WORKS AGREEMENT - 2 (Over$20K and No Performance Bond) Scanned with CamScanner business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. "Good cause" shall include, without limitation, any one or more of the following events: A. The Contractor's refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor's failure to complete the work within the time specified in this Agreement. C. The Contractor's failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor's persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor's filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor's breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor's possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. Contractor shall file a "Statement of Intent to Pay Prevailing Wages," with the State of Washington Department of Labor & Industries prior to commencing the Contract work. Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VIZ. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, section XV(D), within fourteen (14) calendar days of the date Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section VIII, Claims, below. PUBLIC WORKS AGREEMENT - 3 (Over$20K and No Performance Bond) Scanned with CamScanner 1 The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). IX. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT PUBLIC WORKS AGREEMENT - 4 (Over$20K and No Performance Bond) Scanned with CamScanner ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR'S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. X. WARRANTY. Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XI. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. Contractor shall execute the attached City of Kent Equal Employment Opportunity Policy Declaration, Comply with City Administrative Policy 1.2, and upon completion of the contract work, file the attached Compliance Statement. XII. INDEMNIFICATION. Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and Contractor's liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor's part, then Contractor shall pay all the City's costs for defense, including all reasonable expert witness fees and reasonable attorneys' fees, plus the City's legal costs and fees incurred because there was a wrongful refusal on the Contractor's part. The provisions of this section shall survive the expiration or termination of this Agreement. PUBLIC WORKS AGREEMENT - 5 (Over$20K and No Performance Bond) Scanned with CamScanner XIII. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. The City understands that the Contractor does not carry "Pollution Liability" coverage. However, Contractor agrees that any subcontractor it retains to perform any work under this Agreement will possess "Pollution Liability" coverage as required by Exhibit B and that subcontractor will name the City of Kent as an additional insured under that coverage and in accordance with the terms and conditions of Exhibit B. XIV. WORK PERFORMED AT CONTRACTOR'S RISK. Contractor shall take all necessary Precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at Contractor's own risk, and Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XV. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disoutes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties' performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. PUBLIC WORKS AGREEMENT- 6 (Over$20K and No Performance Bond) Scanned with CamScanner H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City's duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. 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: �p (sg nature) (signature) Print Name: r ✓'� e Print Name: Dana Ralph Its 0—,r1P_,Y^' it Mayor DATE: S7-30- -ft`t00., DATE: v"ort NOTICES TO BE SENT TO: NOTICES TO BE SENT TO: CONTRACTOR: CITY OF KENT: Jakob McGhee Nancy Clary Maverick Excavation, LLC City of Kent 400 Teanaway Ridge Way 220 Fourth Avenue South Cie Elum, WA 98922 Kent, WA 98032 206 877-2586 (telephone) (253) 856-5084 (telephone) (facsimile) (253) 856-6080 (facsimile) f AS TO FORM: Ke La Department PUBLIC WORKS AGREEMENT- 7 (Over$20K and No Performance Bond) Scanned with CamScanner r ATTEST: Kent Ci Clerk PUBLIC WORKS AGREEMENT - 8 (Over$20K and No Performance Bond) Scanned with CarnScanner CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 Scanned with CamScanner �i DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity Policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3. During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. S. Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: /Jj9 �t�t+vt- For: Ma EX&'a,i,Cat t c Title: Date: EEO COMPLIANCE DOCUMENTS - 1 1 Scanned with CamScanner f 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 (04/19/2019), 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 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Maverick Excavation, LLC By: Z11041,—, ignature of Authorized Official* Printed Name: �4" /'?��f/`,�' Title: C,�/)el- Date:�_JV_zo,o\ City and State: Cie CIS, uA *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. EEO COMPLIANCE DOCUMENTS - 4 Scanned with CamScanner AMERABA-01 MSTUART CERTIFICATE OF LIABILITY INSURANCE F DA515/DD/YYYY) / 5/2019 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 NAMEACT Melinda Stuart - PLC Insurance LLC jac,NN,Ext):(426)275-0563 FAx(A/C,No):19401 40th Ave W,Suite 440 _ Lynnwood,WA 98036 AD alE :melinda@plcins.com INSURE S AFFORDING COVERAGE NAIC# INSURER A:GuideOne National Insurance Co. INSURED INSURER B:Mutual of Enumclaw Insurance 14761 American Abatement and Demo LLC INSURERC: 18855 SE Auburn Black Diamond Rd INSURERD: Auburn,WA 98092 INSURER E: INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTR LIMITS A X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE OCCUR ENV562000970-00 2/2/2019 2/2/2020 PRMAI E.E RENTED $ 50,000 X Professional Liab MED EXP(Any oneperson) $ 10,000 PERSONAL&ADV INJURY $ 1,000-00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY F jpeT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: WA STOP GAP $ 1,000,000 O aBBI deD SINGLE LIMIT $ 1,000,000 B AUTOMOBILE LIABILITY _ IX ANY AUTO !CPP0024573 2/2/2019 2/2/2020 BODILY INJURY Per erson $ A RTU EON�S ONLY AUUTNOpSyUyLNEEDp BO�DILY INJURY Per accident $ ZMOS ONLY X AUTOS ONLY PeOr acEcRidentDAMAGE $ A UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 4,000,000 X EXCESS LIAB CLAIMS-MADE ENV562000971-00 2/2/2019 2/2/2020 AGGREGATE $ 4,000,600 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y _—ER � ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ QFFI da 0 MEMBEER EXCLUDED? N/A (mandatory m NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under I DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Pollution Liability ENV562000970-00 2/2/2019 2/2/2020 Occurence/Agg 1,000,000 I DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) City of Kent is included as additional insured when required by written contract with regard to General Liability per attached. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 2204th Ave So Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: ENV562000970-00 COMMERCIAL GENERAL LIABILITY CG 20 10 07 04 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Location(s)Of Covered Operations Or Organizations : Any person or organization for whom you are performing In respect to any location where the named insured is operations when you and such person or organization have performing "your work". agreed in writing in a contract or agreement, effected prior to the date your operations for that person or organization commenced, that such person or organization be added as an additional insured on your policy. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II - Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional exclu- organization(s) shown in the Schedule, but only with sions 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 equip- 1. Your acts or omissions; or ment furnished in connection with such work, 2. The acts or omissions of those acting on your on the project (other than service, behalf; maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the in the performance of your ongoing operations for the location of the covered operations has been additional insured(s) at the location(s) designated completed, or above. 2. That portion of "your work" out of which the injury or damage arises has been put to its in- tended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 07 04 © ISO Properties, Inc., 2004 Page 1 of 1 PROV FUME III/JOSEPH FERRIE COMMERCIAL 17544 MIDVALE AVE 306 SHORELINE,WA 98133 1-425-774-1324 Policy number: 06343664-3 Underwritten by: UNITED FINANCIAL CASUALTY COMPANY May 24,2019 Page 1 of 2 Certificate of Insurance Certificate Holder ...............................................I...........,.,,, _....................,,....,,....................................................................................... CITY OF KENT 220 FOURTH AVE S KENT,WA 98032 Insured....................................................................................................Agent .............................................................................. MAVERICK EXCAVATION LLC III/10SEPH FERRIE 400 TEANAWAY RIDGE WAY 17544 MIDVALE AVE 306 CLE ELUM,WA 98922 SHORELINE,WA 98133 This document certifies that insurance policies identified below have been issued by the designated insurer to the insured named above for the period(s)indicated. This Certificate is issued for information purposes only. It confers no rights upon the certificate holder and does not change, alter, modify, or extend the coverages afforded by the policies listed below. The coverages afforded by the policies listed below are subject to all the terms, exclusions, limitations,endorsements, and conditions of these policies. ............................................................................................................................................................................. Policy Effective Date: May 22,2019 Policy Expiration Date: Nov 22,2019 Insurance coverage(s) Limits ............................................................................................................................................................................. BODILY INJURY/PROPERTY DAMAGE $1,000,000 COMBINED SINGLE LIMIT ............................................................................................................................................................................. UNDERINSURED MOTORIST BODILY INJURY $500,000 COMBINED SINGLE LIMIT ............................................................................................................................................................................. UNDERINSURED MOTORIST PROPERTY DAMAGE $25,000 W/$100 DED($300 IF HIT&RUN) ............................................................................................................................................................................. PERSONAL INJURY PROTECTION $35,000 Description of LocationNehicles/Special Items Scheduled autos only ............................................................................................................................................................................. 2005 PTRB 378 1XPFDBOX55D864337 Stated Amount $80,000 COMPREHENSIVE $1,000 DED COLLISION $1,000 DED ....................................................................................................................... ............ ............................. ..... ... 1989 KW T80 1 NKDL29X8KS524863 Is Continued Policy number: 06343664-3 Page 2 of 2 Certificate number 14419NET664 Please be advised that the certificate holder will not be notified in the event of a mid-term cancellation. Form 5241(10102) Page 1 of 3 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Project Detail - _ ro{'et Dashboard Document Received Intent ID: Affidavit ID: Status: Approved On Date: 5/15/2019 978136 5/15/2019 Company Details Company Name: MAVERICK EXCAVATION LLC Address: 400 TEANAWAY RIDGE WAY CLE ELUM, WA, 98922 Contractor Registration No. MAVEREL835MM WA UBI Number 603568377 Phone Number 206-877-2586 Industrial Insurance Account ID Email Address support@maverickexcavationllc.com Filed By Justin McGehe Prime Contractor Company Name MAVERICK EXCAVATION LLC Contractor Registration No. MAVEREL835MM WA UBI Number 603568377 Phone Number 206-877-2586 Project Information Awarding Agency KENT, CITY OF/PARKS Et REC 220 - 4TH AVE S KENT, WA - 98032 Awarding Agency Contact Nancy Clary Awarding Agency Contact Phone Number 253-856-5084 Contract Number 001 https:Hfortress.wa.gov/lni/wagelookup/IntentDetails.aspx 5/17/2019 Page 2 of 3 Project Name Titus House Demo Project Description Titus house demo Contract Amount $26,805.00 Bid due date 4/25/2019 Award Date 5/1/2019 Project Site Address or Directions 412 W Titus Kent, WA 98032 Payment Details Check Number: Transaction Id: 106892537 Intent Details Expected project start date: (MM-DD-YYYY) 6/14/2019 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 $26,805.00 this a time and materials estimate? Does your company intend to hire ANY No subcontractors? Will your company have employees perform No work on this project? Do you intend to use any apprentices? No (Apprentices are considered employees.) How many owner/operators performing work on 2 the project own 30% or more of the company? First Name Last Name Trade Justin McGehe Power Equipment Operators Jacob McGehe Power Equipment Operators ,Journey Level Wages Public Notes r=i Show/Hide Existing Notes https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 5/17/2019 Page 3 of 3 No note exists https://fortress.wa.gov/lni/wagelookup/IntentDetails.aspx 5/17/2019 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: 04/19/2019 Count Trade Joky 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 Building Service Employees Janitor $24.63 5S 2F `King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non- $28.13 5S 2F Scaffold) King Buitding Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (in Shop► Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf $60.04 5D 4C Carpenters King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Car ep nters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C "King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers EL Tenders Dive Supervisor/Master $76.33 5D 4C King Divers E Tenders Diver $113.60 5D 4C 8V King Divers & Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers & Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers F Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders 1 $60.29 5A 4C https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 2 of 18 IRemote Operated Vehicle Tender King Dredge Workers Assistant Engineer ::$56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D;r 3F King qLtqje Workers Boatmen $56.44 5D 3F King Dredo,e Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 _5D _3F King Dredge Workers Mates $56.44_5D 3F King Dredge Oiler $56.00 5D 3F King Drywall Applicator Journey Level $58.48 5D 1H King DrYwalt Tapers Journey Level $59.32 5P 1E King Electrical Fixture Maintenance Journey Level $30.59 5L 1E Workers King Electricians - Inside Cable Splicer $81.32 7C 4E King Electricians - Inside Cable Splicer (tunnel) $87.37 7C 4E King Electricians - Inside Certified Welder $78.55 7C 4E King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level $75.801 7C 4E King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E King Electricians - Motor Shop Journey Level $45.08 5A 1B King Electricians - Powerline Cable Splicer $79.60 5A 4D Construction King Electricians - Powertine Certified Line Welder $72.98 5A 4D Construction King Electricians - Powerline Groundperson $47.94 5A 4D Construction King Electricians - Powertine Heavy Line Equipment $72.98 5A 4D Construction Operator I King Electricians - Powertine Journey Level Lineperson $72.98 5A 4D Construction King Electricians - Powertine Line Equipment Operator $62.06 5A 4D Construction King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction King Electricians - Powertine Powderperson $54.55 5A 4D Construction King Electronic Technicians Journey Level $50.57 7E 1E King Elevator Constructors Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory $18.25 5B 1R Products Work Only I King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Elaggers Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L ly https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 3 of 18 King lNeat Et Frost Insulators And Journeyman d�$73.58 5_1 4H jAsbestos Workers - King Heating_EggjpMfDL'Mechanics. Journey Level $82.51 - 7F 1E j King Hod Carriers Ei Mason Tenders Journey Level $50.42 7A 11 King Industrial Power Vacuum Journey Level $12.00 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 Cleaner Operator, Foamer $31.49 1 Of Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Grout Truck Operator $12.00 Of Sewer Et Water Systems Remote Control King Inst)ection/Cleani nQ/Seating Head Operator $24.91 Of Sewer Et Water Systems By Remote Control King inspection/Cleaning/Seating Technician $19.33 Of Sewer Ft Water Systems B Remote Control King Inspection/Cleaning/Seating Tv Truck Operator $20.45 Of Sewer Et Water S 3Lstems By Remote Control King Insulation Applicators 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 $48.90 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 $48.90 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 Laborers 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 5/7/2019 Page 4 of 18 King ILaborers lChuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute $49.81 7A 31 Operator King Laborers Concrete Form Stripper $48.901 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 & $48.90 7A 31 Moving (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 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 & 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 $48.901 7A 31 King Laborers General Laborer $48.90 7A 31 King Laborers Grade Checker & Transit $50.42 7A 31 Person King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including $49.81 7A 31 Post Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker $50.42 7A 31 (level A) 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:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 5 of 18 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, $49.81 7A 31 Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete 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 $49.811 7A 31 King t-aborers Pipe Reliner $49.811 7A 31 King Laborers Pipe Wrapper $49.811 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 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 5/7/2019 Page 6 of 18 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 84 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 88 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 880 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 8g Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 8� Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 8g Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8� Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 8� Tender King Laborers Tunnel Work-Miner $50.52 7A 31 8S King Laborers Vibrator $49.81 7A 31 King laborers Vinyl Seamer $48.901 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 Et Topman $48.90 7A 31 Et Water King Laborers - Underground Sewer Pipe Layer $49.81 7A 31 Et Water - - King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8X King Landscape Maintenance Groundskeeper $17.87 1 King Lathers Journey Level $58.48 5D 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication L!n Shop) Fitter $15.86 1 King Metal Fabrication (in Shops Laborer $12.00 1 King Metal Fabrication {ln Shops Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $12.00 1 King Metal Fabrication (!n Shopl Welder $15.48 1 King Miltwriht Journey Level $61.54 5D 4C King Modular Buildings Cabinet Assembly $12.00 1 King Modular Buildings Electrician $12.00 1 King Modular BuitdL'q s Equipment Maintenance $12.00 1 King Modular BuitdinLs Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King Modular Buildings Tool Maintenance $12.00 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 7 of 18 King Modular Buildino-s Utility Person $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 2B King Pile Driver Crew Tender/Technician $64.71 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 4C 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 Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 1 R King Play�,round Park Equipment Journey Level $12.00 1 Installers King Plumbers & Pipefitters Journey Level $85.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X King Power Equipment Operators Batch Plant Operator: $64.26 7A 3K 8X concrete King Power Equipment Operators Bobcat $60.98 7A 3K 8X King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X King Power Equipment Operators Bump Cutter $64.26 7A 3K 8X King Power E ui went 0 erators Cableways $64.83 7A 3K 8X King Power Equipment Operators Chipper $64.26 7A 3K 8X King Power Equipment Operators Compressor $60.98 7A 3K 8X https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 8of18 King Power Equipment Operators Concrete Finish Machine - $60.98 7A 3K 8X Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $63.76 7A 3K 8X Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $64.83 7A 3K 8X With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $64.26 7A 3K 8X With Boom Attachment Up To 42 m King Power Equipment Operators Conveyors $63.76 7A 3K 8X King Power Equipment Operators Cranes friction: 200 tons and $66.80 7A 3K 8X over King Power Equipment Operators Cranes: 100 tons through 199 $65.48 7A 3K 8X tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 $64.26 7A 3K 8X Tons With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $66.80 7A 3K 8X 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 $64.83 7A 3K 8X Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes $66.15 7A 3K 8X through 199 tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Ol�rr._ators Deck Engineer/Deck Winches $64.26 7A 3K 8X _ _._.. (power) — — King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Qperators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck $63.76 7A 3K 8X Or Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man-lift: $60.98 7A 3K 8X Permanent And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell $64.26 7A 3K 8X And Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over $63. 6ii 7A 3K 8X With Attachments https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 9 of 18 King Power E ui merit O erators Forklifts: Under 3000 Lbs. $60.98 7A 3K 8X With Attachments King Power Equipment Operators Grade Engineer: Using Blue $64.26 7A 3K 8X Prints, Cut Sheets, Etc King Power Equipment 0 erg ators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equiment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipmeneratars Hard Tail End Dump $64.83 7A 3K 8X Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $64.26 7A 3K 8X Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $63.76 7A 3K 8X Locator King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $63.76 7A 3K 8X 10 Tons King Power Equipment Operators Hydralifts/Boom Trucks, 10 $60.98 7A 3K 8X Tons And Under King Power Equipment Operators Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X Over King Power Equipment Operators Loader, Overhead, 6 Yards. $64.83 7A 3K 8X But Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $64.26 7A 3K 8X Yards King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X King Power Equipment Operators Material Transfer Device $64.26 7A 3K 8X King Power Equipment Operators Mechanics, All (leadmen - $65.48 7A 3K 8X $0.50 Per Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mole, $64.83 7A 3K 8X Tunnel Drill, Boring, Road Header And/or Shield King Power Equipment Operators. Oil Distributors, Blower $60.98 7A 3K 8X Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: $64.26 7A 3K 8X 20 Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 $65.48 7A 3K 8X Tons And Over King Power Equipment Operators Overhead, Bridge Type: 45 $64.83 7A 3K 8X Tons Through 99 Tons King Power- Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power_ gujp eat Operators Pile Driver (other Than Crane $64.26 7A 3K 8X Mount) https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 10 of 18 King Power Equipment Opera tors Plant Oiler - Asphalt, Crusher $63.761 7A 3K 8X King Power Equipment Operators - Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power E ui ment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D1 0 And Over $64.83 7A 3K 8X King Power Equipment Quick Tower - No Cab, Under $60.98 7A 3K 8X 100 Feet In Height Based To Boom King Power Equipment Remote Control Operator On $64.83 7A 3K 8X Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, BeRman $63.76 7A 3K 8X (Certified).King Power Equipment Operators Rollagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X King Power Equipment.Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under $64.26 7A 3K 8X 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry $63.76 7A 3K 8X All King Power Equipment Operators Scrapers, Self-propelled: 45 $64.83 7A 3K 8X Yards And Over I -King power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/G unite Equipment $60.98 7A 3K 8X King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $64.83 7A 3K 8X Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $65.48 7A 3K 8X Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $66.15 7A 3K 8X Over 90 Metric Tons King Power Equipment Operators Stipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et $64.83 7A 3K 8X Screedman King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In $65.48 7A 3K 8X Height Base To Boom King Power Equipment Operators Tower Crane: over 175' $66.15 7A 3K 8X through 250' in height, base to boom https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 11 of 18 King Power Eguip meat_2p in 7A 3K 8X �ators Tower Cranes: over 250' in L$66.80 I height from base to boom King Transporters, All Track Or $64.83 7A 3K 8X Truck Type j King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8x Tons And Over King Power Equipment Operators Truck Crane Oiler/Driver $63.76 7A 3K 8x Under 100 Tons King Power Equipment Operators Truck Mount Portable $64.26 7A 3K 8X Conveyor King power Equipment Operators Welder $64.83 7A 3K 8x King Power Equipment Operators Wheel Tractors, Farmatt Type $60.98 ZA I 3K 8X King Power Eguji)Ment Operators Yo Yo Pay Dozer $64.26 7A 3K 8x King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer & Water — King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer 8: Water King Power Equipment Operators- Batch Plant Operator, $64.26 7A 3K 8X Underground Sewer Ex Water Concrete King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8x Underground Sewer 8: Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Cableways $64.83 7A 3K .8X Underground Sewer Et Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer & Water King Power Equipment Operators- Compressor $60.98 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Concrete Finish Machine - $60.98 7A 3K 8X Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $63.76 ZA 3K 8X Undergr ound Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $64.83 7A 3K 8X Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $64.26 7A 3K 8X Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer Et Water King Power [gjjjpment Operators Cranes friction: 200 tons and $66.80 7A 3K 8X Under round Sewer & Water over https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 12 of 18 King Power Equipment Operators- Cranes: 100 tons through 199 $65.48 7A 3K 8X Underground Sewer & Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 $64.26 7A 3K 8X Underground Sewer Et Water Tons With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $66.15 7A 3K 8X Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $66.80 7A 3K 8X Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 $64.83 7A 3K 8X Underground Sewer Et Water Tons, Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes $66.15 7A 3K 8X Underground Sewer Et Water through 199 tons King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer Ft Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $63.76 7A 3K 8X Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: $60.98 7A 3K 8X Underground Sewer Et Water Permanent And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell $64.26 7A 3K 8X Underground Sewer Et Water And Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over $63.76 7A 3K 8X Underground Sewer Et Water With Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. $60.98 7A 3K 8X Underground Sewer Et Water With Attachments King Power Equipment Operators- Grade Engineer: Using Blue $64.26 7A 3K 8X Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- $64.83 7A 3K 8X Underground Sewer Et Water https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 13 of 18 Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et Over King Pawer Equipment Operators Hard Tait End Dump $64.26 7A 3K 8X Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Pawer Equipment Operators Horizontal/Directional Drill $63.76 7A 3K 8X Locator King Power Eg2jpjnt!2t Operators- Horizontal/Directional Drill $64.26 7A 3K 8X Under round Sewer Et Water Operator King Power Equipment Operators Hydratifts/Boom Trucks Over $63.76 7A 3K 8X Underground Sewer Et Water 10 Tons King Power Equipment Opeeratars Hydralifts/Boorn Trucks, 10 $60.98 7A 3K 8X Underground Sewer Et Water Tons And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et $65.48 7A 3K 8X Underground Sewer Et Water Over King Power Equipment Operators Loader, Overhead, 6 Yards. $64.83 7A 3K 8X Underground Sewer Et Water But Not Including 8 Yards I King Power Equipment Operators- Loaders, Overhead Under 6 $64.26 7A 3K 8x Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer a Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $65.48 7A 3K 8x Underground Sewer Et Water $0.50 Per Hour Over Mechanic) King Pawer Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mote, $64.83 7A 3K 8X Underground Sewer 8: Water Tunnel Drill, Boring, Road Header And/or Shield King Pawer Equipment Operators Oil Distributors, Blower $60.98 7A 3K 8X Undergr ound Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X Underground Sewer Et Water Mantifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: $64.26 7A 3K .8X Underground Sewer F± Water 20 Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 $65.48 7A 3K 8X Underground Sewer & Water Tons And Over King Power Equipment Operators- Overhead, Bridge Type: 45 $64.83 7A 3K 8x Underground Sewer Et Water Tons Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X Underground Sewer � WLateE King Power Equir)Mife2L.Q erat:ors Pile Driver (other Than Crane $64.26 7A 3K 8X Under round Sewer Et Water Mount) I King Plant Oiler - Asphalt, Crusher 1 $63.76 7A 3K 8X https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 14 of 18 Power Equipment Operators- Under round Sewer Et Water King Power Equipment-Operators- Posthote Digger, Mechanical $60.98 7A 3K 8X Water Underground Sewer Ft tt King Power Equipment Operators- Power Plant $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X Underground Sewer a Water I King Power Equipment Operators- Quad 9, Hd 41, D1 0 And Over $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under $60.98 7A 3K 8X Underground Sewer Et Water 100 Feet In Height Based To ,Boom King Power Equipment Operators- Remote Control Operator On $64.83 7A 3K 8X Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K 8X Underground Sewer Et Water I - - - King Power Equipment Operators- Rigger/Signal Person, Bellman $63.76 7A 3K 8X Underground Sewer Et Water (Certified) King Power Equipment Operators- Rollagon $64.83 7A 3K 8X Undergr ound Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer & Water I King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Underground Sewer Et Water Materials King Power Equipment Operators- Roto-milt, Roto-grinder $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Scraper, Self Propelled Under $64.26 7A 3K 8X Undergr ound Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry $63.76 7A 3K 8X Underground Sewer F± Water At[ I King Power Equipment Operators- Scrapers, Self-propelled: 45 $64.83 7A 3K 8X Underground Sewer Et Water Yards And Over King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shotcrete/G unite Equipment $60.98 7A .3K 8X Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $64.83 7A 3K 8X Underground Sewer & Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $65.48 7A 3K 8X Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $66.15 7A 3K 8X Underground Sewer Et Water Over 90 Metric Tons https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 15 of 18 King Power Equipment Operators Stipform Pavers $64.83 7A —3K 8X Underground Sewer Et Water King Spreader, Topsider Et $64.83 7A 3K 8X Underground Sewer & Water Screedman King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X Underground Sewer & Water -- King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Water --- King Power Equipment Operators Tower Crane Up To 175' In $65.48 7A 3K 8X Underground Sewer Et Water Height Base To Boom ---- King Power Egui meat Operators Tower Crane: over 175' $66.15 7A 3K 8X Underground Sewer a Water through 250' in height, base , to boom King Power Equipment Operators Tower Cranes: over 250' in $66.80 7A 3K 8x Underground Sewer Et Water height from base to boom— I King Power E ui went 0 erators Transporters, All Track Or $64.83 7A 3K 8X Underground Sewer Et Water Truck Type King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators Truck Crane Oiler/driver - 100 $64.26 7A 3K 8X Underground Sewer Et Water Tons And Over King Power Equipment Operators- Truck Crane Oiler/Driver $63.76 7A 3K 8X Undergr ound Sewer Et Water Under 100 Tons King Power Equipment Operators- Truck Mount Portable $64.26 7A 3K 8X Underground Sewer Et Water Conveyor I King Power Equipment Operators- Welder $64.83 7A 3K 8X Undergr ound Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K .8X Underground Sewer & 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 I King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration Et Air Journey Level $81.01 6Z 1G Conditioning Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D A-C- King Residential Cement Masons Journey Level $60.07 7A 41.1 King Residential Drywall Journey Level $45.05 5D 4C Applicators King Residential DLywa Tapers Journey Level $45.19 5P 1E King Residential Electricians Journey Level $39.811 29 20 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 16 of 18 King lResidential Glaziers ]journey Level $43.001 7L 1 H King Residential Insulation Journey Level --------==- $45.05 5D 4C Applicators King Residential Laborers Journey Level $36.68 7A 1H King Residential Marble Setters Journey Level $57.32 5A IM King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Journey Level (Field or Shop) $50.01 7F 1 R Workers I King Residential Soft Floor Layers Journey Level $49.43 5A 3_1 King Residential Sprinkler Fitters Journey Level $48.18 5C 2R (Fire Protection) -King Residential 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 .1 B Finishers King Residential Ti te Setters Journey Level $52.61 5A 1M --.=----------- King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous $54.52 5A 3H Materials I King Sheet Metal Workers Journey Level (Field or Shop) $82.511 7F 1 E King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Crane $36.36 7V 1 Operator King Shipbuitding Et Ship Repair New Construction Electrician $36.36 7V 1 King Shipbuilding, Et_Ship_Repair New Construction Heat Et $73.58 5_1 4H Frost Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V I King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V I King Shipbuilding Ft Ship Repair New Construction Pipefitter $36.36 7V 1 King New Construction Rigger $36.36 7V .1 King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36, 7V .1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding, Et Ship Repair New Construction Welder $36.36 7V 1 Burner I King Shipbuilding E Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Re air Ship Repair Carpenter $44.95 7X 4_1 King Shipbuilding! Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King i bufld P ing,& Ship E��p_�jLir Ship Repair Electrician $44.95 7X 4_1 - M _ I I I https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 17 of 18 T Shibuildina Ship Repair Ship Repair Heat Et FrostT$73.58 5J 4HInsulator King Sh__ipbuitd.iilq_ Ship Repair Ship Repair Laborer 44.95 7X 4JKing Shipbuilding Et Ship Repair Ship Repair Machinist 44.95 7X 4J King Shipbuilding Ship Repair Ship Repair Operating $44.06 7Y 4K Engineer King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Ship Repair Ship Repair Warehouse / $44.06 7Y 4K Teamster King Sign Makers Et Installers Journey Level $49.70 0 1 (�tectrical) King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Etectricat King Soft Floor Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters {Fire Journey Level $78.39 5C 1X Protection) King Stake 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 Sweeper Workers King Surveyors Assistant Construction Site $62.71 7A 3K 8X Surveyor King Surveyors Assistant Construction Site $62.71 7A 3K 8X Surveyor King Surveyors Chainman $58.931 7A 3C 8P King Surveyors Construction Site Surveyor $63.76 7A 3K 8X King Telecommunication Journey Level $50.57 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 Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside King Tetephone Line Construction - Special Apparatus Installer 11 $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment $41.22 5A 2B Outside Operator (Heavy) King Telephone Line Construction - Telephone Equipment $38.36 5A 2B Outside Operator (Light) King Tetephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside https:Hfortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 Page 18 of 18 King Telephone Line Construction - Television Groundperson _2B Outside .92 5A King Telephone Line Construction - Television $29.13 5A 2B Outside Lineperson/Installer King Telephone Line Construction - Television System Technician $34.68_5A _2B Outside King Telephone Line Construction - Television Technician $31-18 5A 2B Outside I King Tete2hone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers —Journey Level $52.61 5A .1 M King Tite Setters —Journey Level $52.61 5A 1M King Tile, Marble Et Terrazzo Finisher $43.44 5A 1B Finishers King Traffic Contrqt Stripers Journey Level $46.231 7A 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 Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L KingTruck Drivers_L�d _Mbs Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non-Booster Loads Under 9 $52.53 5A 4T Cubic Yards King Weil Drillers a Irriga tion Pump:Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irriga tion Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 5/7/2019 EXHIBIT A Maverick Excavation, LLC 400 Teanaway Ridge Way Cle Elum, WA 98922 US support@maverickexcavationllc.com BID ADDRESS BID# 1449 DATE 04/19/2019 Alex Ackley 400 West Gowe Kent, WA 98032 ACTIVITY OTY RATE AMOUNT House Demolition 1 22,869.00 22,869.00T This bid is to demo and export the house, garage, foundations and driveway at 412 West Titus St Kent, Wa 98032 All trucking and dump fees are included in this bid. Asbestos will be removed by a licensed abatement company before the demo takes place. All brush and yard debris including trash will be removed from the site. The stump in the front yard will be removed or ground down. Once the house and foundation is gone the hole will be filled up with dirt and graded out to a nice flat surface. The scope of work mentions Lead paint while the TCLP only mentions wood debris. When asking Robert with Environmental Services if there was any lead he stated "nothing showed up" If there ends up being lead that needs to be professionally removed before the demolition it will be added at as extra charge/change order. If there is a buried fuel oil tank it will be added as an extra charge/change order. If there is contaminated soil from a fuel oil tank leak it will also be an extra charge/ change order. If there is a septic tank, it will be added as an extra charge/change order. If the house is on city sewer, we will cap the septic line, but customer must obtain a side sewer/capping permit if required. WE TAKE ALL OF OUR DEMO MATERIALS TO RECYCLING FACILITIES! -Any additional work not included in this bid's description, will be added as additional charge/change order. *Customer is responsible for the following* -Must have power and gas lines disconnected before work begins. -Any buried objects (such as, but not limited to) trash, concrete, asphalt, will be removed at an additional cost. -Payment is due no later than 30 days after the completion of Maverick EXHIBIT A ACTIVITY QTY RATE AMOUNT Excavation's work. There will be a 1.5% fee for every month the payment is late. If after 90 days of completion the balance is not paid in full, legal action will take place. Import top soil 1 1,500.00 1,500.00T This line is an option to import and spread topsoil over the bare dirt. SUBTOTAL 24,369.00 TAX (10%) 2,436.90 TOTAL $269805.90 Accepted By Accepted Date EXHIBIT B INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $1,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 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 Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. 4. Contractor's Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: EXHIBIT B (Continued) 1. Commercial General Liability insurance shall be written with minimum limits of $1,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $1,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3. Contractor's Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. 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: 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. EXHIBIT B (Continued) D. contractor's Insurance for other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than ANII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. ACC)RD CERTIFICATE OF LIABILITY INSURANCE DATE gMMmDmYYYp451t0rz019 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS N0 RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVE RAG EAF FORD ED 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 POIICy(les)must be endorsed. It SUEROGAMON 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 hostler In Keay of such endorsement(s). PRODUCER LoVNIACI NAME: ONE Tennyson Jacobson Agency P&V-1 Ext'. No; 8026 Douglas Ave SE Ste 101 ADDREss INSURERS AFFORDING COVERAGE NAIC# Snoqualm e WA 98065 INSURER Underwriters at Lloyds,London 100001 INSURED INSURER B:. Maverick Excavation LLC INSURER c 400 Teenaway Ridge Way INSURERD I INSURER E Cie Elum WA 98922 iNSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BEI OW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD IIDIC:ATED NOTWIT14STANDINGANY 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 DESCRISED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONSAND CONDITIONS OF SUCH POLICIES.LIMITS SI OWN MAY HAVE BEEN REDUCED BY PAID CLAIMS; LTR TYPE OF INSURANCE POLICY NUMBER MMtDDNYYY MMInotyYYY LIMITS X COMMERCIAL GENERAL LIABILITY &+V_H ,CURRENk:E 1 1,000,000 C:LAA1$-MADE I_:,.:.F OCCUR fRLM. "FA S 50,000 .a,..,,...0 QExY Arro ne ?scnt 1 1,000 A Y AC2E6009723 03r22J2019 03122/2020 PERSONAL 3 ADy IN&RY S 1,000,000 GE L,A60REGATEOMITAOPLIESPEP OENERALAt,,REGATE 2,000,000 X POLICY c`' " U LOC PR��IxIcTs-xt3h4R toP Pf s t 2,000,400 OTHER: S AUTOMOBILE LIASILf7Y .... av sstiS Itlk :"?*'I+t. t.tti. I ANYAU70 BODILY IN.UPyI erpers"nc 5 ALL+sLVNED SCHEDULF0 R OD%,Y NAJRv IFer 3r d&n!) t: AUTOS xffoZ Not dEG ..R 'Qxaic.at ......... H Gs'Fr,�A,l3TM1E adif i?5 Per t!€tx'9rd r UMBRELLA LIAS OCCUR EACH OCCURRENCE ' EXCESSLRAS CLAlMSfi,?a("-'" A&3 RE-CATE $..... -,. RF.,rNTION.I 1MORK£RS COMPENSATION FER "w`TH- AND EMPLOYERS"LIABILITY Y a N ;or y M4YFROPRIETORfPAR'TNER E ,III''+ Py td1A Ei C A;1 13T S ;3E=P;rErrlt,�RdAR EXIC`L V D1507 IAIerldstaryin I E En+ GzfE€ F �frscrer �RE�1?t2'tOF t�€ r"Frratd.I ass>;, F L E"�sEAzz`-PC�Lrv'r LdtIT DESCRIPTION OF OPERATIONS 1 LOCATIONS t VEHICLES(AGORO 101,AddlUond Rsmmks Sehedu ,may 6s sttachtd It more space Is rtqukzd) Certificate holder is named as additional Insured Per Protect AWegate applies per#`arse CG2503(05/09) CERTIFICATE HLi DER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBER 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 AUTHORIZED REPRESENTATIVE i f Kent WA 913032 i r' 01998-2014 ACORD CORPORATION. All rights reserved ACORD 25(20141 01) The ACORD name and logo are registered marks of ACORD Clary, Nancy From: Maverick Excavation LLC <support@ maverickexcavationllc.com> Sent: Thursday, May 09, 2019 2:40 PM To: Clary, Nancy Subject: Business license number EXTERNAL EMAIL I Kent business license number BLOC-2190588 Jakob McGehe Maverick Excavation LLC Seattle's Demolition Company 206-877-2586 On May 8, 2019, at 11:53 AM, Clary, Nancy<NClarygkentwa.,e�ov> wrote: No need for the CG2037 ongoing operations. Nancy -----Original Message----- From: Maverick Excavation LLC [mailto:supportgmaverickexcavationllc.com] Sent: Tuesday, May 07, 2019 4:10 PM To: Clary, Nancy Subject: Question EXTERNAL EMAIL Hi Nancy, For the commercial general liability, do we need the CG2037 (ongoing operations)? Or can we just keep it as is for a one time job? My insurance company wants to charge me $500 extra to add it.. Justin McGehe Maverick Excavation LLC 206-307-8741 i Request for Mayor's Signature KENT Y g ature WASHINGTON Complete this form and route to the Office of the City Attorney (Print on cherry-colored paper) Approved by Director rendor ator:Alex Ackley x5081 Phone (Originator): ent:O5/24/2O 19 Date Required:05/31/2019 ed Signed Document to: Nancy Clary 8 Contract Coversheet Attached Maverick Excavation, LLC Has this Document been Specifically Authorized Name: in the Budget? Yes No f Council Approval: N/A ^ / Account Number: FO01 08.64190.9476 Brief Explanation of Document: Contractor to provide all work and services necessary to demo the city-owned house at 412 West Titus Street. This work is necessary as the house is in a state of disrepair and is an attractive nuisance. It no longer serves a purpose and does not meet the City's requirement for clean and attractive properties. This demolition will be paid for out of the Facilities Capital Projects, Public Building Major Maintenance fund. REC " VE KENT LA W ®EP Date Received byjCityC me Comments: RECEIVED Date Routed to th0 ce: Date Routed to th City of Kent Qffice Of the Mayor Date Returned to Originator: adccW19756 4 18