Loading...
HomeMy WebLinkAboutCAG2021-286 - Original - Skycorp Ltd - Mill Creek Earthworks Park Staircase Demolition - 06/17/20216/14/21 OK to sign, 6/15/2021, TW. CAG2021-286 6/17/21 PUBLIC WORKS AGREEMENT - 1 (Over $20K and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and Skycorp, Ltd. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Skycorp, Ltd. organized under the laws of the State of Washington, located and doing business at 526 Northwest Avenue, Suite 11, Arlington, WA 98223 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in the attached Exhibit A, incorporated herein, contractor shall demolish wood staircase, cut concrete posts off at ground level, remove all debris and restore grass area beneath removed staircase at Mill Creek Earthworks Park. The 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 within 10 calendar days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by 09/30/2021. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $85,377.05, 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. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 2 (Over $20K and No Performance Bond) 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 (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. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the 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 the Contractor’s signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the 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 the 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 the 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 Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the 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 the 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. PUBLIC WORKS AGREEMENT - 3 (Over $20K and No Performance Bond) 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 the Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor’s failure to complete the work within the time specified in this Agreement. 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. The 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. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the 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 PUBLIC WORKS AGREEMENT - 4 (Over $20K and No Performance Bond) 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 IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the 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. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. 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. PUBLIC WORKS AGREEMENT - 5 (Over $20K and No Performance Bond) 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). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The 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 the Contractor knows or should have known of the defect, or (2) upon the 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. XII. 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. PUBLIC WORKS AGREEMENT - 6 (Over $20K and No Performance Bond) The 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. XIII. INDEMNIFICATION. The 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 the 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 the 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 the 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 the 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. XIV. 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. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The 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 the Contractor's own risk, and the 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. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means PUBLIC WORKS AGREEMENT - 7 (Over $20K and No Performance Bond) 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 XIII 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 the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the 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, the 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 PUBLIC WORKS AGREEMENT - 8 (Over $20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONTRACTOR: Skylar Waldal Skycorp 526 Northwest Ave, Ste 11 Arlington, WA 98223 360-926-8989 (telephone) skycorpltd@yahoo.com (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Bryan Higgins City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5113 (telephone) (253) bhiggins@kentwa.gov (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk P:\Planning\Mill Creek Earthworks Park\Stairs\Skycorp-Stair Demo-CONTRACT 06/17/2021 PUBLIC WORKS AGREEMENT - 9 (Over $20K and No Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City’s equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlines, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement; The questions are as follows: 1.I have read the attached City of Kent administrative policy number 1.2. 2.During the time of this Agreement I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3.During the time of this Agreement the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4.During the time of the Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5.Before acceptance of this Agreement, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: __________________________________________ For: _________________________________________ Title: ________________________________________ Date: ________________________________________ PUBLIC WORKS AGREEMENT - 10 (Over $20K and No Performance Bond) 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. PUBLIC WORKS AGREEMENT - 11 (Over $20K and No Performance Bond) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before-mentioned company was the prime contractor for the Agreement known as that was entered into on the (date), between the firm I represent and the City of Kent. I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned Agreement. By: __________________________________________ For: _________________________________________ Title: ________________________________________ Date: ________________________________________ 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 (), 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. Skycorp, Ltd. By: __________________________________________ Signature of Authorized Official* Printed Name: _________________________________ Title: ________________________________________ Date: ________________________________________ City and State: _________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. PUBLIC WORKS AGREEMENT - 12 (Over $20K and No Performance Bond) Parcel Number 1922059049 Staircase at Earthworks Park 100 Reiten Road Kent WA 98030 Staircase Demolition Scope of work 1.Provide the city with a work start date one month prior to starting work. 2.Meet with the project manager on site to review existing conditions, staging area, and discuss work prior to starting any demolition work. 3.Install temporary erosion control measures (silt fencing) along Mill Creek in the vicinity of the stairs. This is a requirement. 4.Protect parking lot, asphalt paths, and staging area from damage to asphalt. Any damage done to asphalt will be the contractor’s responsibility to repair. 5.Minimize excavator travel in work area as much as possible. 6.Secure entry from Smith Street Sidewalk with permanent barrier matching height of adjacent barriers, in the same look and material of existing barriers. 7.Demolish and remove from the site the existing staircase. 8.Haul and properly dispose of all debris associated with the staircase. 9.Cut off concrete posts at ground level. 10.Remove or prune trees as necessary and as identified by the project manager to facilitate removal of the staircase. 11.Do not remove or damage rock retaining wall or wooden bridge to the viewing mound. 12.Repair grass below stairs. Bring in topsoil as needed to restore area to new condition. Hydro seed all exposed ground and areas disturbed during the removal of the structure. 13.If Contractor elects to work on smith street, contractor will be required to submit a traffic control plan to the city traffic engineer for approval. Once approved, contractor is responsible for all traffic control costs for the duration of the project. 14.Remove any temporary erosion measures that may have been utilized during the demolition. 15.Recycle as much demolition material as possible. 16.Notify the project manager upon completion to schedule a walk thru. Notes Please see attached exhibits for a sample contract and insurance requirements for the project. Pre bid inspection of staircase is recommended. Equipment access to the staircase is limited. The city will obtain a demolition permit, if needed. Recycling of wood, concrete and metal is strongly recommended. Contractor will have 60 Days from NTP to complete all work. Work shall be completed only during the months of July and August. Please include WSST in your bid. Contact Project Manager Bryan Higgins at 253 856 5113 for additional information. PROPOSAL / CONTRACT April 27, 2021 To: City of Kent Bryan Higgins bhiggins@kentwa.gov Re: Parcel # 1922059049 Staircase at Earthworks Park 100 Reiten Road Kent, WA 98030 SkyCorp, Ltd. proposes to furnish all materials and perform all labor necessary to complete the following: Scope of work: Mobilization of equipment to the project location. Demolition and removal of the exciting (1) Staircase located off of Smith Street Sidewalk at Earthworks Park per scope of work dated on April 20 th 2021 by Bryan Higgins. Total Price (Including WSST) $85,377.05 Clarifications: 1.Proposal is based on one mobilization. 2.Proposal valid for 30 days. 3.Parking lot must be closed for staging. 4.Mutually agreed upon schedule and contract. 5.Price does not include asbestos and abatement removal or any other hazardous material testing. 6.Price only includes the specific areas listed above. 7.Additional work performed per hourly rate sheet. (per request) 8.SkyCorp, Ltd. will file Puget Sound Clean Air Permits. 9.Any and all salvage material belongs to SkyCorp, Ltd. Exclusions: 1.Engineering, soils testing, lay out and surveying 2.Irrigation 3.Permanent fencing 4.Tree protection fencing 5.All fees and special additional inspections 6.Relocating or shutting off utilities 7.Private locates 8.Import or export of any fill material (topsoil as needed) 9.Dewatering 10.All other permits 11.Independent third party, on-site air monitoring 12.Additional Asbestos survey and abatement work 13.Unforeseen or presumed asbestos materials 14.All other work not included in this proposal Thank you for considering our proposal. Sincerely, Skyler Waldal SkyCorp Ltd 425-367-7887 cell 360-926-8989 office 360-926-8987 fax Accepted this______day of____________________,20______ by:__________________________________________________________________________ Signature Print Name EXHIBIT BINSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2.Automobile Liability insurance covering all owned, non- owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $1,000,000 general aggregate and a $1,000,000 products-completed operations aggregate limit. 2.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1.The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2.The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. SKYCLTD-01 SOGDON A�o,R'0 CERTIFICATE OF LIABILITY INSURANCE DATE 1 513121 D21 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 NQMTACT Stephanie Voss Alliant Insurance Services, Inc. PH ONE FAX 3977 Harbour Pointe Blvd SW AlC, No, Ext : (425) 740-5239 (AfC, Nu) Mukilteo, WA 98275 oAIL SS: Stephanie.Voss@alliant.com INSURER A:Cuide0ne National Insurance Company 114167 INSURED ,NSURERB:Austin Mutual Insurance Company I1341.2 Skycorp LTD. INSURER c : 526 NW Ave Ste. 11 INSURER D : Arlington, WA 98223 INSURER E INSURER F : r•n+r�o Ar_t=c rcoTrcrrnrr w u�rr2�o. 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. _ ILTR TYPE OF INSURANCE ADDL SUBp IN POLICY NUMBER POLICY EFF YYY POLICY EXp M DD LIMITS A X 1 COMMERCIAL GENERAL LIABILITY 11000,000 CLAIMS -MADE ` X OCCUR X }( FNV567001277-02 4/4/2021 4/4/2022 H OCCURRENCE $ RENTED 5a,00a �PACEM:MA;IGETO - EI$ LEa o_ccurrenct3j,. , $ - MEDEXP(Anyone person) $ 5000 PERSONAL & ADV INJURY 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: _$ GENERAL AGGREGATE 2,000,000 POLICY PECOT- LOG _$ PRODUCTS - COMP/OP AGG_ $ 2,000,000 $ OTHER' B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea a iden)) $ 1,aao,00a BpDILYINJURY Per ersonj $ j ANY AUTO B1P7793M 414/2021 4/4/2022 OWNED SCHEDULED AUTOS ONLY _ X AUTOS 60DILYINJURY(Peraccident); $ X HIRED X NONDpWNEO AUTOS ONLY ,__—� AUTOS ONLY PROPERTY DAMAGE (Per accfden� _$ A X 1 UMBRELLA LIAB X OCCUR , EACH OCCURRENCE $ 1'OQa,000 EXCESS LIAB CLAIMS -MADE ENV562002773-01 41412021 4/4/2022 - 1,000,000 .—_.. ._- DIED X RETENTION$ t9r000 AGGREGATE _ 5 A WORKERS X EMPLOYERS' LIABr Y i� ANY PRO PRIETORIPARTNE RIEXECUTIVE Y!N 'ENV5620U1277-02 414l2021 4l412022 „LSTATU7-E_ , ERH _ E.L. EACH 1,000,000 OFFICER/MEMBER EXCLUDED? I� (Mandatory in NH) N 1 A ACCIDENT S _ 1,000,000 If yes, descr;he under E.L. DISEASE - EA EMPLOYEE $ - --- DESCRIPTIONOFOPERATIONSbelow E.L. DISEASE - POUCYLIMIT S 1,000,000 A !POLLUTION LIABILITY ENV562001277-02 4/4/2021 4/4/2022 !LIMIT 1,000,000 DESCRIPTION OF OPERATIONS f LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) RE: Project# Millcreek Staircase Demo City of Kent is Additional Insured with respect to the General Liability per forms attached. General Liability is Primary and Non -Contributory per forms attached. Waiver of Subrogation applies to the Gone ral Liability per forms attached. Per Project Aggregate applies per form attached. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Parks, Recreation and Community Services Parks Planning & Development Division 220 Fourth Avenue South AUTHORIZED REPRESENTATIVE Kent, WA 98032 ACORD 25 (2a16103) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: 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 Ur anization s 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 com late this Schedule, if not shown above, will be shown in the Declarations. A Section 11 - Who Is An Insured is amended to B. include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury "properly damage" or "personal and advertising inW' caused, in whole or in part, by: 1. Your acts or omissions; or Y. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. With respect to the insurance afforded to these additional insureds, the following additional exclu- sions apply, This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equip- ment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 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. 0320109704 C 150 Properties, Inc., 2004. Page 1 of 1 POLICY NUMBER: ENV562001277-01 COMMERCIAL GENERAL LIABILITY CG2D370704 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional lnsured Person(s) Location And Description Of Completed Or Or anization s : Operations Any person or organization for whom you are In respect to any location where the named insured is performing operations when you and such person or performing "your work". organization have 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. Section I — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the schedule of this endorsement performed for that additional insured and included in the "products - completed operations hazard", CO 20 37 07 04 O ISO Properties, Inc,, 2004 Page 1 of 1 POLICYNUMBER. COMMERCIAL GENERAL. LIABILITY CG 25 Eta 03 97 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Designated Construction Projects: (if no entry appears above, information requ as applicable to this endorsement,) SCHEDULE to complete this endorsement will be shown in the Declarations A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above. i. A separate Designated Construction Project General Aggregate Limit applies to each designated construction project, and that limit is equal to the amount of the General Aggre- gate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sure of all damages under COVERAGE A, except damages because of "bodily injury" or `property damage" included in the 'products -completed operations hazard", and for medical expenses under COVERAGE C regardless of the number of. a. Insureds; b, Claims made or suits" brought: or G. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the Desig- nated Construction Project General Aggre- gate Limit for that designated construction project, Such payments shall not reduce the General Aggregate Limit shown in the Decla- rations nor shall they reduce any other Des- ignated Construction Project General Aggre- gate Limit for any other designated construc- tion project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Ex- pense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Designated Con- struction Project General Aggregate Limit. B. For all sums which the insured becomes iegally obligated to pay as damages caused by `occurrences" under COVERAGE A (SECTION 1), and for all medical expenses caused by acci- dents under COVERAGE C (SECTION 1), which cannot be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Ag- gregate Limit. whichever is applicable and 2. Such payments shall not reduce any Desig- nated Construction Protect General Aggre- gate Limit. C. When coverage for liability arising out of fhe 'products -completed operations hazard'' is pro- vided, any payments for damages because of "bodily injury" or 'property damage- included in the `products -completed operations hazard' will reduce the Products -Completed Operations Ag- gregate Limit. and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. CG 25 133 03 97 Copyright Insurance Services Office Inc. 1995 Page 9 of 2 0 D. IF the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate From plans.. blueprints, de- signs, specifications or timetables. the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECT10N Ili) not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 of 2 Copyright. Insurance Services Office, tnc., 199E CG 25 03 V 97 0 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY/NON-CONTRIBUTORY COVERAGE This endorsement mocfifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRIMARY/NON-CONTRIBUTORY — K required by written contract or agreement, effected prior th the date your operations for that person or organization commenced and named below, such insurance as is afforded by this policy to any additional insureds under this policy shall be primary insurance, and any insurance or self-insurance maintained by such additional insured(s)shall not contribute to the insurance afforded to the named insured. All other terms and conditions remain unchanged. SCHEDULE Any pemo n or organization that is 1. An owner or real or personal property on vA ich you are performing operations, but only at the specific written request by that person or organization to you, and only tF a That request is made prior fo the date your operations for that person or organization commenced; and b► A Certificate or Insurance evidencing that request has been issued by your authorized insurance agent or broker; or 2 A contractor on whose behatr you are performing operations, but only at the specfic written request by that person or organization b you, and only i`: a That request is made prior to the date your operaGuns fa that person or organization commenced; and 4 A CPr fficatP rf Insurance evidencing that request has been issued by your authorized insurance agent or "er, GO 0216-4YP 10-17 Includes Copyrighted Material of Insurance Services Office, Page i ofi Inc. with its permission THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDED WAIVER OF SUBROGATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization, Any person or organization that is: 1. An owner of real or personal property on which you are performing operations, but only at the specific written request by that person or organization to you, and only if: a. That requests made prior to the date your operations for that person or organization commenced; and h A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker; or 2 A contractor on whose behalf you are performing operations, but only at the specific written request by that person or organization to you, and only if - EL That request is made prior to the date your operations for that person or organization commenced; and h, A Certificate of Insurance evidencing that request has been issued by your authorized insurance agent or broker. WAIVER OF SUBROGATION —If required by written contract or agreement, we waive any right of recovery we may have against any entity that is an additional insured shown in the Schedule above per the terms of this endorsement because of payments we make for injury or damage arising out of "your work" performed under a contract with that person or organization. All other terms and conditions remain unchanged. GO o218— 4YA 10-17 Includes Copyrighted Material of Insurance Services Office, Inc. Page 1 of 1 with its permission 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: 5/26/2021 County Trade Job Classification _WA ga Holiday Overtime Note `Risk Class King Asbestos Abatement Workers Journey Level $52.39 SD 1H View King Boilermakers Journey Level $70.79 SN 1C View King Brick Mason Journey Level $60.57 7E 1N View King Brick Mason Pointer -Caulker -Cleaner $60.57 7E I View King Building Service Employees Janitor $26.28 5S 2F View King Building Service Emplgyees Traveling Waxer/Shampooer King Building Service Employees Window Cleaner (Non-Scaffold) King Building Service Employees Window Cleaner (Scaffold) King Cabinet Makers (In Shop) Journey Level $26.63 5S 2E Y.i= $29.98 SS 2F View $30.98 SS 2F View $22.74 1 View King Carpenters Acoustical Worker King Scdroenters Carpenter King Carpenters Carpenters on Stationary Tools King Carpenters Creosoted Material $64.94 $64.94 $65.07 $65.07 7A ZA 7A 7A 4C 4C 4C View Y.i= View View King Carpenters Floor Finisher $64.94 7A 4C King Carpenters Floor Layer _ $64.94 7A 4C King LZIIgnters Scaffold Erector $64.94 jA King Cement Masons Application of all Composition Mastic $64.84 7A 4U King Cement Masons Application of all Epoxy Material $64.34 7A 4U King Cement Masons Application of all Plastic Material $64.84 7A 4U King Cement Masons Application of Sealing Compound $64.34 7A 41.1 King Cement Masons Application of Underlayment $64.84 7A 41.1 King Cement Masons Building General $64.341 ZA 9J King Cement Masons Composition or Kalman Floors $64.84 7A 4U King Cement Masons Concrete Paving $64.34 7A 4U King Cement Masons Curb Et Gutter Machine $64.84 7A 41.1 King Cement Masons Curb It Gutter, Sidewalks $64.34 7A 41.1 King Cement Masons Curing Concrete W 34 ZA 9J King Cement Masons Finish Colored Concrete $64.84 7A 4U King Cement Masons Floor Grinding $64.84 7A 4U King Cement Masons Floor Grinding/Polisher $64.34 7A 4U King Cement Masons Green Concrete Saw, self -powered $64.841 7A 41.1 King Cement Masons Grouting of all Plates $64.34 ZA 9J King Cement Masons Grouting of all Tilt -up Panels $64.34 7A 4U King Cement Masons Gunite Nozzleman $64.84 7A 4U King Cement Masons Hand Powered Grinder $64.84 7A 4U King Cement Masons Journey Level $64.34 7A 41.1 King 1Cement Masons Patching Concrete $64.341 7A 41.1 King Cement Masons Pneumatic Power Tools $64.84 ZA 9k View View yi= View View View View View Y.i= View View View View Y.i= View View View View yi= View View View View View yi= King Cement Masons Power Chipping rc Brushing $64.84 7A 4U View King Cement Masons Sand Blasting Architectural Finish $64.84 7A 4U View View King Cement Masons King Cement Masons King Cement Masons King Cement Masons King Cement Masons King Divers a Tenders King Divers Et Tenders King Divers & Tenders King Divers a Tenders King Divers Ft Tenders King Divers It Tenders King Divers Et Tenders King Divers Et Tenders King Divers it Tenders King Dredge Workers King Dredge Workers King Dredge Workers King Dredge Workers King 2=d9e Workers King Dredge Workers King Dredge Workers King Drywall Applicator King Drywall Tapers King Electrical Fixture Maintenance Workers Screed rc Rodding Machine Spackling or Skim Coat Concrete Troweling Machine Operator Troweling Machine Operator on Colored Slabs Tunnel Workers Bell/Vehicle or Submersible Operator (Not Under Pressure) Dive Supervisor/Master Diver Diver On Standby Diver Tender Manifold Operator Manifold Operator Mixed Gas Remote Operated Vehicle Operator/Technician Remote Operated Vehicle Tender Assistant Engineer Assistant Mate (Deckhand) Boatmen Engineer Welder Leverman, Hydraulic Mates Oiler Journey Level Journey Level Journey Level $64.84 7A 41.1 $64.34 7A 41.1 $64.84 ZA 9k $64.84 7A 4U $64.84 7A 4U $118.80 7A 4C $81.98 7A 4C $118.80 ZA $76.98 7A 4C $69.91 7A 4C $69.91 7A 4C $74.91 7A 4C $69.911 7A 4C $65.19 ZA $70.62 SD 3F $70.07 5D 3F $70.62 SO 3F $71.97 SD 3F $73.41 M )f $70.62 SD 3F $70.071 SD 3F $64.94 SD 1 H $65.31 5P 1 E $31.99 51 ¢ View yi= View View View View @y view View View View View View yi= View View View View yi= View View View View Yi= King Electricians - Inside Cable Splicer $92.57 7C King Electricians - Inside Cable Splicer (tunnel) $99.46 7C King Electricians - Inside Certified Welder $89.44 7C King IElectricians - Inside Certified Welder (tunnel) $96.02 7C King Electricians - Inside Construction Stock Person $44.78 7C King Electricians -Inside Journey Level $86.30 M King Electricians -Inside Journey Level (tunnel) $92.57 7C King Electricians - Motor Shop Journey Level $47.531 SA King Electricians - Powerline Construction Cable Splicer $82.391 5A King Electricians - Powerline Construction Certified Line Welder $75.641 5A King Electricians - Powerline Construction Groundperson $49.17 5A King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 SA King Electricians - Powerline Construction Journey Level Lineperson $75.64 SA King Electricians - Powerline Construction Line Equipment Operator $64.54 5A King IElectricians - Powerline Construction ,Meter Installer $49.17 5A 4E View 4E View 4E View 4E View 4E View AL View View 4E 1B View 4D View 4D View }Q view 4D View 4D View 4D View 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 $56.49 5A 5A 4D 4D View View King Electricians - Powerline Construction King Electronic Technicians King Elevator Constructors King Elevator Constructors King Fabricated Precast Concrete Products Powderperson Journey Level $53.57 ZE IE Yi= Mechanic $100.51 7D 4A View Mechanic In Charge $108.53 7D 4A View All Classifications - In -Factory Work Only $18.25 $44.40 5B 7A 1 R 4V 8Y $Y 8Y flY View View King Fence Erectors King Fence Erectors King Flaggers King Glaziers Fence Erector Fence Laborer $44.40 ZA AY Yi= Journey Level $44.40 7A 4V View Journey Level $69.26 7L $79.43 5J $89.61 7F $54.01 ZA $13.69 $61.41 5B $56.48 5B $57.48 5B 1Y 4H View View King Heat Ft Frost Insulators And Asbestos Workers Journeyman King Heating Equipment Mechanics King Hod Carriers Ft Mason Tenders King Industrial Power Vacuum Cleaner King Inland Boatmen Journey Level 1 E View Journey Level 4Y view Journey Level 1 View Boat Operator 1K View King Inland Boatmen Cook 1K 1K View View King Inland Boatmen Deckhand King Inland Boatmen _ Deckhand Engineer King Inland Boatmen Launch Operator King Inland Boatmen Nate King Inspection/Cleaning/Sealing Of Sewer 6: Water Systems By Remote Cleaner Operator, Foamer Operator Control King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Grout Truck Operator Control King Inspection/Cleaning/Sealing Of Sewer Ft Water Systems By Remote I Head Operator Control _ King iMoection/Cleaning/Sealing Of Sewer &Water 5vs1ms By Remote Technician Control King Lpection/Cleaning/Sealing Of Sewer &Water Systems By Remote Tv Truck Operator Control King Insulation Applicators Journey Level King Ironworkers Journeyman King Laborers Air, Gas Or Electric Vibrating Screed King Laborers Airtrac Drill Operator King Laborers Ballast Regular Machine King Laborers Batch Weighman King Laborers Brick Pavers King Laborers Brush Cutter King Laborers Brush Hog Feeder King Burner King Laborers Caisson Worker King Laborers Carpenter Tender King Laborers Cement Dumper -paving King Laborers Cement Finisher Tender King Laborers Change House Or Dry Shack King Laborers Chipping Gun (30 Lbs. And Over) King Laborers Chipping Gun (Under 30 Lbs.) King Laborers Choker Setter King Laborers Chuck Tender King Laborers Clary Power Spreader King Laborers Clean-up Laborer $58.81 5B 1K View $58.89 M it Yi= $57.31 5B 1K View $31.49 1 View $13.69 1 View $24.91 1 View $19.33 1 view View $20.45 1 $64.94 7A 4C View $76.78 7N 10 View $52.39 7A 4V 8Y View $54.01 ZA 7A 7A 7A 7A 7A ZA 4Y 4V 4V 4V 4V flY view $52.39 BY View $44.40 8Y View $52.39 8Y View $52.39 8Y View $52.39 4V 8Y View $52.39 4Y a Yi= $54.01 7A 4V BY View $52.39 7A 4V 8Y View $53.35 7A 4V 8Y View $52.39 7A 4V 8Y View $52.39 ZA 4Y a view $53.35 7A 4V BY View $52.39 7A 4V 8Y View $52.39 7A 4V BY View $52.39 7A 4V 8Y View $53.35 ZA 4Y flY Yi= $52.39 7A 4V BY View King Laborers Concrete Dumper/Chute Operator $53.35 $52.39 7A 7A 4V 4V 8Y 8Y View View King Laborers Concrete Form Stripper King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers Concrete Placement Crew Concrete Saw Operator/Core Driller Crusher Feeder Curing Laborer Demolition, Wrecking 8. Moving (Ind. Charred Material) Ditch Digger Diver Drill Operator (Hydraulic, Diamond) $53.35 7A 4V 8Y View $53.35 7A 4V 8Y View $44.40 ZA 4Y a View $52.39 7A 4V BY View $52.39 7A 4V 8Y View $52.39 7A 4V 8Y View $54.01 7A 4V 8Y View $53.35 ZA 4Y a view Dry Stack Walls $52.39 7A 4V BY View Dump Person $52.39 7A 4V 8Y View Epoxy Technician $52.39 7A 4V BY View Erosion Control Worker $52.391 7A 4V 8Y View Faller Ft Bucker Chain Saw $53.35 ZA 4Y flY view Fine Graders $52.39 7A 4V BY View Firewatch Form Setter Gabian Basket Builders General Laborer Grade Checker Fc Transit Person Grinders $44.40 7A 4V 8Y View $52.39 7A 4V 8Y View King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers King Laborers $52.39 7A 4V 8Y View $52.39 7A 4V 8Y View $54.01 ZA 4Y a Yi= $52.39 7A 4V BY View Grout Machine Tender $52.39 7A 4V 8Y View Groutmen (Pressure) Including Post Tension Beams $53.35 7A 4V 8Y View Guardrail Erector $52.39 7A 4V 8Y View Hazardous Waste Worker (Level A) $54.01 ZA 4Y a View Hazardous Waste Worker (Level B) $53.35 7A 4V BY View Hazardous Waste Worker (Level C) $52.39 7A 4V 8Y View High Scaler $54.01 7A 4V BY View Jackhammer $53.351 7A 4V 8Y View Laserbeam Operator $53.35 ZA 4Y flY View Maintenance Person $52.39 7A 4V BY View Manhole Builder-Mudman Material Yard Person Motorman -Dinky Locomotive $53.35 7A 4V 8Y View $52.39 7A 7A 7A jA 7A 4V 8Y View $53.35 4V 8Y View King Laborers Noaleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air Et Water On Concrete Fc Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $53.35 4V 8Y View Yi= View View View View View King Laborers Pavement Breaker King Laborers Pilot Car King Laborers Pipe Layer Lead King Laborers Pipe Layer/Tailor King Laborers Pipe Pot Tender King Laborers Pipe Reliner $53.35 AY a $44.40 4V BY $54.01 7A 4V 8Y $53.35 7A 4V 8Y $53.35 7A 4V 4Y 8Y a $53.35 ZA King Laborers Pipe Wrapper King Laborers Pot Tender King Laborers Powderman King Laborers Powderman's Helper King Laborers Power Jacks King Laborers Railroad Spike Puller - Power King Laborers Raker - Asphalt King Laborers Re-timberman King Laborers Remote Equipment Operator $53.35 7A 4V 8y View $52.39 7A 4V 8Y View $54.01 ZA 4Y a Yi= $52.39 7A 4V By View $53.35 7A 4V 8Y View $53.35 7A 4V 8Y View $54.01 7A 4V 8Y View $54.01 ZA 4Y a Yi= $53.35 7A 4V By View King Laborers Rigger/Signal Person $53.35 7A 4V 8Y View King Laborers Rip Rap Person $52.39 7A 4V BY View King Laborers Rivet Buster $53.35 7A 4V 8Y View King Laborers Rodder $53.35 ZA 4Y flY view King Laborers Scaffold Erector $52.39 $52.391 7A 7A 4V 4V BY 8Y View View King Laborers Scale Person King Laborers Sloper(Over 20") King Laborers Sloper Sprayer King Laborers Spreader (Concrete) King Laborers Stake Hopper King Laborers Stock Piler King Laborers Swinging Stage/Boatswain Chair King Laborers Tamper Ft Similar Electric, Air Ft Gas Operated Tools King Laborers Tamper (Multiple & Self-propelled) King Laborers Timber Person - Sewer (Lagger, Shorer 8 Cribber) King Laborers Toolroom Person (at Jobsite) King Laborers Topper King Laborers Track Laborer King Laborers Track Liner (Power) King Laborers Traffic Control Laborer $53.35 7A 4V 8Y View $52.39 7A 4V 8Y View $53.35 7A 4V 8Y View $52.39 ZA 4Y a Yi= $52.39 7A 4V By View $44.40 7A 4V 8Y View $53.35 7A 4V 8Y View $53.351 7A 4V 8Y View $53.35 ZA 4Y a Yi= $52.39 7A 4V By View $52.39 7A 4V 8Y View $52.39 7A 4V SY View $53.35 7A 4V 8Y View $47.48 ZA 4Y 9S Yi= King Laborers Traffic Control Supervisor $50.31 7A 4V 9C View King Laborers Truck Spotter $52.39 7A 4V 8Y View King Laborers Tugger Operator $53.35 7A 4V 8Y View King Laborers Tunnel Work -Compressed Air Worker 0-30 psi $129.67 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 30.01-44.00 psi $134.70 7A 4V 9B View _ King Laborers Tunnel Work -Compressed Air Worker 44.01-54.00 psi $138.38 ZA 4Y 9B View King Laborers Tunnel Work -Compressed Air Worker 54.01-60.00 psi $144.08 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 60.01-64.00 psi $146.20 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 64.01-68.00 psi $151.30 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 68.01-70.00 psi $153.20 7A 4V 9B View King Laborers Tunnel Work -Compressed Air Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock Tender King Laborers Tunnel Work -Miner King Laborers Vibrator King Laborers Vinyl Seamer King Laborers Watchman King Laborers Welder King Laborers Well Point Laborer King Laborers Window Washer/Cleaner King Laborers - Underground Sewer Ft Water General Laborer Ft Topman King Laborers - Underground Sewer Ft Water Pipe Layer King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator King Landscape Maintenance Groundskeeper King Lathers Journey Level King Marble Setters Journey Level King Metal Fabrication (In Shop). Journey Level King Millwright Journey Level King Modular Buildings Cabinet Assembly King Modular Buildings Electrician King Modular Buildings Equipment Maintenance King Modular Buildings Plumber King Modular Buildings Production Worker King Modular Buildings Tool Maintenance King Modular Buildings Utility Person King Modular Buildings Welder King Painters Journey Level King Pile Driver Crew Tender King Pile Driver Crew Tender/Technician King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $155.20 ZA 4Y 91 View $157.20 7A 4V 9B View $54.11 7A 4V 8Y View $54.11 7A 7A YA 7A 7A 7A 4V SY View $53.351 4V 8Y View $52.39 4Y flY View $40.36 4V BY View $53.35 4V 8Y View $53.35 4V 8Y View $40.36 7A 4V 8Y View $52.39 7A 4V 8Y View $53.35 IA 4Y a Yi= $40.36 7A 4V By View $72.28 7A 3K 8X View 1 $17.871 1 View $64.94 SO 1H View $60.57 7F 1M Yi= $41.70 15F 11A View $66.44 7A 4C View $13.69 1 View $13.69 1 View $13.69 1 Yi= $13.691 1 View $13.69 1 View $13.69 1 View $13.69 1 View $13.69 1 View $45.40 a 2@ Yi= $69.91 7A 4C View $69.91 7A 4C View $80.76 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $85.76 $89.76 7A ZA 4C q1 View Yi= King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $94.76 $97.26 7A 7A 4C 4C View View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $102.26 $104.26 7A 7A ZA 7A 4C 4C q1 4C View View Yi= View King Pile Driver King Pile Driver King Pile Driver King Pile Driver King Plasterers King Playground 8 Park Equipment Installers King Plumbers 8 Pipefitters King Power EopjpmeDLQoerators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Eogji2mentSnerators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Eopji2ment Operators Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $106.261 Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $108.26 Journey Level $65.19 7A 4C View Journey Level $61.67 ZQ 111 View Journey Level $13.69 1 View Journey Level $92.19 6Z 1G ZA M 7A 3K 7A 3K 7A 3K 7A 3K ZA 3K 7A 3K 7A 3K 7A 3K View Asphalt Plant Operators $73.49 $Z Yi= Assistant Engineer $69.12 BX View Barrier Machine (zipper) $72.84 Batch Plant Operator: concrete $72.84 Bobcat $69.12 8X View 8X View 8X View Brokk - Remote Demolition Equipment $69.12 Brooms $69.12 Bump Cutter $72.84 Cableways $73.49 Chipper $72.84 Compressor 569.12 BIX view BX View 8X View 8X View View view 7A 3K 8X jA 3K $X King Power Equipment Operators Concrete Finish Machine - Laser Screed $69.12 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, $72.28 7A 3K 8X View Pump High Pressure King Power Eagjument Operators Concrete Pump: Truck Haunt With Boom Attachment Over 42 M $73.49 View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $72.84 7A 3K BX View King (Power Equipment Operators Conveyors $72.28 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $75.72 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib $74.22 7A 3K 8X View with attachments) King Power Eagjpment Operators Cranes: 20 Tons Through 44 Tons With Attachments $72.84 ZA E 2Z view King Power Equipment Operators Cranes: 200 tons- 299 tom, or 25U of boom including jib with $74.99 7A 3K BX View attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with $75.72 7A 3K 8X View attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib $73.49 7A 3K 8X View With Attachments) King Power Equipment Operators Cranes: A -frame - 10 Tons And Under $69.12 7A 3K 8X View King Power Eayjpment Operators Cranes: Friction cranes through 199 tons $74.991 view King Power Equipment Operators Cranes: through 19 tons with attachments, A -frame over 10 tons $72.28 7A 3K BX View King Power Equipment Operators Crusher $72.84 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $72.84 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $73.491 7A 3K 8X View King Power Equipment Operators Dozers D-9 Ft Under $72.28 7A 3K 8X View King Power EaUjpment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $72.28 ZA M BZ Yi= King Power Equipment Operators Drilling Machine $74.22 7A 3K BX View King Power Equipment Operators Elevator And Man -lift: Permanent And Shaft Type $69.12 7A 1K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $72.84 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $72.28 7A 3K 8X View King Power Esnumn€Dt-Operators Forklifts: Under 3000 Lbs. With Attachments $69.12 ZA 3K M View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $72.84 7A 3K BX View King Power Equipment Operators Gradechecker/Stakeman $69.12 7A 3K 8X View King Power Equipment Operators Guardrail Punch $72.84 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. Et $73.49 7A 3K 8X View Over King Power E9Uji2ment QD€LdL4CS Hard Tail End Dump Articulating Off -road Equipment Under 45 $72.84 jg 3K $iS view Yards King Power Equipment Operators Horizontal/Directional Drill Locator $72.28 7A 3K BX View King Power Equipment Operators Horizontal/Directional Drill Operator $72.84 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $72.28 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $69.12 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. F[ Over $74.22 7A 3K 8X View King Power E9Uji2me¢L4R€LdL4CS Loader, Overhead, 6 Yards. But Not Including 8 Yards $73.49 ZA 3K BX Yi= King Power Equipment Operators Loaders, Overhead Under 6 Yards $72.84 7A 3K BX View King Power Equipment Operators Loaders, Plant Feed $72.84 7A 3K 8X View King Power Equipment Operators Loaders: Elevating Type Belt $72.28 7A 3K 8X View King Power Equipment Operators Locomotives, All $72.84 7A 3K 8X View King Power ESIUji2meGS-4Perators Material Transfer Device $72.84 ZA 3K BIX Yi= King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $74.22 7A 3K BX View King Power Equipment Operators Motor Patrol Graders $73.49 7A 3K 8X View King Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or $73.49 7A 3K 8X View (Power Shield King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $69.12 7A 3K 8X View King Power E9Uji2meIIL4D€LdL4CS Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $72.28 YA 3K M Yi= King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $72.84 7A 3K BX View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $74.22 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $73.49 7A 3K 8X View King Power Equipment Operators Pavement Breaker $69.12 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $72.84 7A 3K 8X View King Power ESIUji2ment4perators Plant Oiler - Asphalt, Crusher $72.28 ZA ali BX Yi= King Power Equipment Operators Posthole Digger, Mechanical $69.12 7A 3K BX View King Power Equipment Operators Power Plant $69.12 7A 3K 8X View King Power Equipment Operators Pumps - Water $69.12 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $73.49 7A 3K 8X View King Power EUUji2ment4perators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $69.12 ZA A BIX Yi= King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $73.49 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $69.12 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, BeUman (Certified) $72.28 7A 3K 8X View King Power Equipment Operators Rollagon $73.49 7A 3K 8X View King PJ�rtex-EsIUji2ment Operators Roller, Other Than Plant Mix $69.12 ZA 3K M view King Power Equipment Operators Roller, Plant Mix Or Multi -lift Materials $72.28 7A 3K BX View King Power Equipment Operators Roto-mill, Roto-grinder $72.84 7A 3K 8X View King Power Equipment Operators Saws - Concrete $72.28 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $72.84 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete F[ Carry All $72.28 7A 3K 8X View King Power -EUUji2ment 0ReLslLotS Scrapers, Self-propelled: 45 Yards And Over $73.49 ZA 3K BIX Yi= King Power Equipment Operators Service Engineers - Equipment $72.28 7A 3K BX View King Power Equipment Operators Shotcrete/Gunite Equipment $69.12 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $72.28 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $73.49 7A 3K 8X View King Power EpUji2me.DS-4Perators Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $72.84 ZA 3K BIX Yi= King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tom To 90 Metric Tons $74.22 7A 3K BX View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tom $74.99 7A 3K 8X View King Power Equipment Operators Slipform Pavers $73.49 7A 3K 8X View King Power Equipment Operators Spreader, Topsider F[ Screedman $73.49 7A 3K 8X View King Power EpUJ12ment-Operators Subgrader Trimmer $72.84 ZA 3K BK Yi= King Power Equipment Operators Tower Bucket Elevators $72.28 7A 3K BX View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $74.22 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175through 259 in height, base to boom $74.99 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 25Y in height from base to boom $75.72 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $73.49 7A 3K 8X View King Power EpU1R113e.¢S-Operators Trenching Machines $72.28 ZA 3K $iS Y.i= King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $72.84 7A 3K BX View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $72.28 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $72.84 7A 3K 8X View King ,Power Equipment Operators Welder $73.49 7A 3K 8X View King King King King Power Equipment Operators Wheel Tractors, Farmall Type _ Power Equipment Operators Yo Yo Pay Dozer _ Power Eagjument Ouerators- Underground Sewer & Water Asphalt Plant Operators Power Equipment Operators- Underground Sewer It Water Assistant Engineer Power Equipment Operators- Underground Sewer It Water Barrier Machine (zipper) Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete Power Equipment Operators- Underground Sewer Et Water Bobcat Power EaUjument Ouerators-Underground Sewer 8 Water Brokk - Remote Demolition Equipment Power Equipment Operators- Underground Sewer Ft Water Brooms Power Equipment Operators- Underground Sewer It Water Bump Cutter Power Equipment Operators- Underground Sewer It Water Cableways Power Equipment Operators- Underground Sewer & Water Chipper Power EaUjument Ouerators- Underground Sewer 8 Water Compressor Power Equipment Operators- Underground Sewer Ft Water Concrete Finish Machine - Laser Screed Power Equipment Operators- Underground Sewer ft Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m Power Equipment Operators- Underground Sewer & Water Conveyors Power EaUjument Ouerators- Underground Sewer & Water Cranes friction: 200 tons and over Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) Power Equipment Operators- Underground Sewer It Water Cranes: 20 Tons Through 44 Tons With Attachments Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 25Y of boom including jib with attachments Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments _ Power EaUjument Ouerators- Underground Sewer it Water Cranes: 45 Tons Through 99 Tons, Under 150 Of Boom (including J _ With Attachments) Power Equipment Operators- Underground Sewer Ft Water Cranes: A -frame - 10 Tons And Under Power Equipment Operators- Underground Sewer It Water Cranes: Friction cranes through 199 tons Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A -frame over 10 tons Power Equipment Operators- Underground Sewer & Water Crusher Power EaUjument Ouerators- Underground Sewer 8 Water Deck Engineer/Deck Winches (power) Power Equipment Operators- Underground Sewer Ft Water Derricks, On Building Work Power Equipment Operators- Underground Sewer ft Water Dozers D-9 & Under Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount Power Equipment Operators- Underground Sewer & Water Drilling Machine Power Equipment Operators- Underground Sewer Et Water Elevator And Man -lift: Permanent And Shaft Type Power EaUjument Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco 8 Similar Equipment Power Equipment Operators- Underground Sewer ft Water Forklift: 3000 Lbs And Over With Attachments Power Equipment Operators- Underground Sewer It Water Forklifts: Under 3000 Lbs. With Attachments Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman Power EaUjper ment Opators- Underground Sewer 8 Water Guardrail Punch Power Equipment Operators- Underground Sewer Ft Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. 8 Over Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off -road Equipment Under 45 Yards Power Equipment Operators- Underground Sewer Et Water Horizontal/Directional Drill Locator Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator Power EaUjpment Operators- Underground Sewer 8 Water Hydralifts/Boom Trucks Over 10 Tons Power Equipment Operators- Underground Sewer Ft Water Hydralifts/Boom Trucks, 10 Tons And Under Power Equipment Operators- Underground Sewer ft Water Loader, Overhead 8 Yards. It Over Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards Power Equipment Operators- Underground Sewer Et Loaders, Plant Feed Power EaUjument Operators -Underground Sewer it Water Loaders: Elevating Type Belt Power Equipment Operators- Underground Sewer ft Water Locomotives, All Power Equipment Operators- Underground Sewer & Water Material Transfer Device Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders Power EaUjument Ouerators-Underground Sewer 8 Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield _ Power Equipment Operators- Underground Sewer & Water _ Oil Distributors, Blower Distribution & Mulch Seeding Operator Power Equipment Operators- Underground Sewer Ft Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over Power EoUjument Onerators-Underground Sewer 8 Water Overhead, Bridge Type: 45 Tons Through 99 Tons Power Equipment Operators- Underground Sewer it Water Pavement Breaker Power Equipment Operators- Underground Sewer 8: Water Pile Driver (other Than Crane Mount) Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical Power Equipment Operators- Underground Sewer & Water Power Plant Power EaUjument Ouerators-Underground Sewer &Water Pumps - Water Power Equipment Operators- Underground Sewer ft Water Quad 9, Hd 41, D10 And Over Power Equipment Operators- Underground Sewer Ft Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment Power Equipment Operators- Underground Sewer & Water Rigger and Bellman Power EaUjument Ouerators-Underground Sewer 8 Water Rigger/Signal Person, Bellman (Certified) Power Equipment Operators- Underground Sewer Ft Water Rollagon Power Equipment Operators- Underground Sewer It Water Roller, Other Than Plant Mix Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi -lift Materials Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder _ Power EaUjument Ouerators-Underground Sewer 8 Water Saws - Concrete Power Equipment Operators- Underground Sewer Ft Water Scraper, Self Propelled Under 45 Yards Power Equipment Operators- Underground Sewer ft Water Scrapers - Concrete Ft Carry All Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment Power EaUjument Ouerators-Underground Sewer 8 Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons Power Equipment Operators- Underground Sewer It Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Toro To 90 Metric Tons Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $69.12 7A 3K $72.84 7A 3K $73.49 ZA 3K $69.12 7A 3K $72.84 7A 3K $72.84 7A 3K $69.12 7A 3K $69.12 ZA I 3K $69.12 7A 3K $72.84 7A 3K $73.49 7A 3K $72.84 7A 3K $69.12 ZA 3K $69.12 7A 3K $72.28 7A 3K $73.49 7A 3K $72.84 7A 3K $72.28 7A 3K $75.72 ZA 3K $74.22 7A 3K $72.84 7A 3K $74.99 7A 3K $75.72 7A 3K $73.49 ZA 3K $69.12 7A 3K $74.99 7A 3K $72.28 7A 3K $72.84 7A 3K $72.84 ZA 3K $73.49 7A 3K $72.28 7A 3K $72.28 7A 3K $74.22 7A 3K $69.12 7A 3K $72.84 ZA 3K $72.28 7A 3K $69.12 7A 3K $72.84 7A 3K $69.12 7A 3K $72.84 ZA 3K $73.49 7A 3K $72.84 7A 3K $72.28 7A 3K $72.84 7A 3K $72.28 ZA 3K $69.121 7A 3K BX I View BX I View BX 8X 8X 8X 8X $if BX 8X 8X 8X BX 8X 8X 8X View View View View View View View View View View view View View View View 8X iView 8X View 8X 8X 8X $X BX 8X 8X 8X $72.84 7A 3K 8X 3K M 3K 8X 3K 8X 3K 8X 3K 8X 3K n 3K 8X 3K 8X $72.28 ZA $72.84 7A $72.84 7A $74.22 7A $73.49 7A $73.49 ZA $69.12 7A $72.28 7A $72.841 7A 3K 1 8X $72.84 7A 3K 7A 3K 8X $72.28 8X $69.12 7A 3K 8X $69.12 7A 3K 8X $69.12 ZA 3K BX $73.49 7A 3K 8X $69.12 7A 3K 8X $73.49 7A 3K 8X $69.12 7A 3K 8X $72.28 ZA 3K BLS $73.49 7A 3K BX $69.12 7A 3K 8X $72.84 7A $72.28 7A $73.49 7A $72.28 7A $69.12 7A $72.28 ZA 3K 3K 3K 3K 3K 3K BX 8X 8X 8X 8X BX View View View view View View View View view View View View View View view view View View View View view View View View View View View View View View View view View View View View view View View View View View View King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer Et King Power Eag.12ment OWcLators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer It Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Eagji2ment OWCLators- Underground Sewer 8 Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Eayjplp�pt-Querators-Underground Sewer &Water King Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Power Line Clearance Tree Trimmers King Refrigeration & Air Conditioning Mechanics King Residential Brick Mason King Residential Carpenters King Residential Cement Masons King Residential Drywall Applicators King Residential Drywall Tapers King Residential Electricians King Residential Glaziers King Residential Insulation Applicators King Residential Laborers King Residential Marble Setters King Residential Painters King Residential Plumbers & Pipefitters King _ Residential Refrigeration Etni Air Conditiong Mechanics King Residential sheet Metal Workers King Residential Soft Floor Layers King Residential Sprinkler Fitters (Fire Protection) King Residential Stone Masons King Residential Terrauo Workers King Residential Terrazzo/Tile Finishers King Residential Tile Setters King Roofers Slipform Pavers Spreader, Topsider Ft Screedman $73.49 $73.49 7A 3K 7A 3K ZA M 7A 3K 7A 3K 7A 3K 7A 3K ZA 2K 7A 3K 7A 3K 7A 3K 8X 8X ii BX 8X 8X 8X BX BX 8X 8X View View yj�sy View View View View Yi= View View View Subgrader Trimmer $72.84 Tower Bucket Elevators $72.28 Tower Crane Up To 175' In Height Base To Boom Tower Crane: over 175 through 250' in height, base to boom $74.22 $74.99 Tower Cranes: over 25Y in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler/driver - 100 Tons And Over Truck Crane Oiler/Driver Under 100 Tons Truck Mount Portable Conveyor Welder $75.72 $73.49 $72.28 $72.84 $72.28 $72.84 $73.49 7A 3K 8X View ZA 2K M view Wheel Tractors, Farmall Type $69.12 7A 3K BX View Yo Yo Pay Dozer $72.84 7A 3K 8X View SA 4A View 5A 4A View 5A 4A View 5A 4A Yi= SA 4A View 6Z 1 G View 7E 1N View 1 View 1 Yi= 7A 4C View 1 View 1 View 1 View J. View 1 View 1 View 1 View 6Z 1G view 6Z 1 G View 7F 1L View 5A 3J View SC ZR View 7E I view 7E I View 1 View 1 View Journey Level In Charge $55.03 Spray Person $52.24 Tree Equipment Operator $55.03 Tree Trimmer $49.21 Tree Trimmer Groundperson $37.47 Journey Level $87.01 Journey Level $60.57 Journey Level $36.44 Journey Level $46.64 Journey Level Journey Level Journey Level Journey Level $64.94 $36.36 $48.80 $28.93 Journey Level $28.18 Journey Level $29.73 Journey Level $27.38 Journey Level $23.47 Journey Level $92.19 Journey Level $87.01 Journey Level $89.61 Journey Level $51.91 Journey Level $53.04 Journey Level $60.57 Journey Level $55.71 Journey Level $24.39 Journey Level $21.04 Journey Level $57.30 5A 3H View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Roofers Sheet Metal Workers Shjpbujl4jpg_L.$lljp$epAK Shipbuilding fc Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding EL Ship Repair Shipbuilding Et Ship Repair 5h i2bultdi gS42Wp$epp1L Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding EL Ship Repair Shipbuilding Et Repair 5hjpbultdi gS45hp &Wk Shipbuilding fc Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding EL Ship Repair &Wbu ildi gSi2jp$epAk Shipbuilding fc Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair 5.Wpbumidi0gS45JJP-&PAk Shipbuilding Ft Ship Repair Shipbuilding Ft Ship Repair Shipbuilding Et Ship Repair Shipbuilding &Ship Repair Sh1pbUKSa1041t.51liRBCpp1I Shipbuilding fc Ship Repair Sign Makers Ft Installers (Electrical), Sign Makers Ft Installers (Non -Electrical) Using Irritable Bituminous Materials Journey Level (Field or Shop) New Construction Boilermaker New Construction Carpenter New Construction Crane Operator New Construction Electrician New Construction Heat & Frost Insulator New Construction Laborer New Construction Machinist New Construction Operating Engineer New Construction Painter New Construction Pipefitter New Construction Rigger New Construction Sheet Metal New Construction Shipfitter New Construction Warehouse/Teamster New Construction Welder / Burner Ship Repair Boilermaker Ship Repair Carpenter Ship Repair Crane Operator Ship Repair Electrician Ship Repair Heat Ft Frost Insulator Ship Repair Laborer Ship Repair Machinist Ship Repair Operating Engineer Ship Repair Painter Ship Repair Pipefitter Ship Repair Rigger Ship Repair Sheet Metal Ship Repair Shipwright Ship Repair Warehouse / Teamster Journey Level Journey Level $60.30 $89.61 $38.54 $38.54 $38.54 $38.54 $79.43 $38.54 $38.54 $38.54 $38.54 $38.54 $38.54 1 $38.541 $38.54 $38.54 $38.54 $47.35 $47.35 $45.06 $47.42 $79.43 $47.35 $47.35 $45.06 $47.35 $47.35 $47.35 $47.35 $47.35 $45.06 $51.56 $33.20 5A 7F ZY N N 7V 5J N N- 7V N 7V 7V ZY N N 7V 7X 7% 7Y 7X 5J 7X 7X ZY 7X 7X 7X 7X 71l 7Y 0 0 3H View 1 E View 1 1 1 1 4H 1 Yi= View View View view View 1 View 1 View 1 View 1 View 1 View 1 Yi= 1 View 1 View 1 View 4J View 41 Yi= 4K View 4J View 4H View 4J View 4J View 4K Yi= 4J View 4J View 4J View 4J View 41 Yi= 4K View 1 View 1 View King King King King Soft Floor Layers Solar Controls For Windows Sprinkler Fitters (Fire Protection), Stage Rigging Mechanics (Non Structural). Journey Level $51.91 5A 3.1 View Journey Level $13.69 1 Yi= Journey Level $85.89 SC 1X View Journey Level $13.69 1 View King King Stone Masons Street And Parking Lot Sweeper Workers Journey Level $60.57 7E 1N View Journey Level $19.09 1 View King King King King Surveyors _ .5u=y4Ci _ Surveyors Telecommunication Technicians Assistant Construction Site Surveyor $72.28 7A 3K 8X View Chainman $69.12 ZA M 3K 1E 2Z Yi= Construction Site Surveyor $73.49 7A BX View Journey Level $53.571 7E View King King King King King King Telephone Line Construction - Outside Telephone Line Construction - Outside Ipleohone Line Construction -Outride Telephone Line Construction - Outride Terrazzo Workers Tile Setters Cable Splicer $37.40 5A 2B 2B View Hole Digger/Ground Person Telephone Equipment Operator (Light) Telephone Lineperson Journey Level Journey Level Finisher $25.04 5A View Yi= View $31.22 SA ZE $35.34 $55.71 $55.71 SA 2B 7E 1N View 7E 1N View King King Tile, Marble Fc Terrazzo Finishers Traffic Control 5tripM $46.54 $49.131 7E ZA 1 N 1K View view Journey Level King Truck Drivers King Truck Drivers King _ Truck Drivers King Truck Drivers King Truck Drivers King Truck Drivers - Ready Mix King Well Drillers & Irrigation Pump Installers King Well Drillers FtIrrigation Pumn Installers King Well Drillers it Irrigation Pump Installers Asphalt Mix Over 16 Yards Asphalt Mix To 16 Yards Dump Truck Dump Truck & Trailer Other Trucks Transit Mix Irrigation Pump Installer Oiler Well Driller $64.55 5D 4Y 8L View $63.71 5D 4Y 8L view $63.71 52 4y L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L View $64.55 5D 4Y 8L view $17.71 1 view 513.69 1 view $18.00 1 View Signature: Terry JuPrgm an (May 16, 2117:21 PDT) Email: tjungman@kentwa.gov Signature: L�- Email: rlashley@kentwa.gov Signature: Brian Levenha e n(J Lin 3, 202116:29 PDT) Email: bjlevenhagen@kentwa.gov E-TRANSMITTAL: Agmt. for Earthworks Park Staircase Demolition Final Audit Report Created: 2021-05-26 By: Lynn Osborn (losborn@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAYomdYT17Lygfp6Ygm_PbcaBmhSy1nmOQ 2021-06-10 "E-TRANSMITTAL: Agmt. for Earthworks Park Staircase Demol ition" History Document created by Lynn Osborn (losborn@kentwa.gov) 2021-05-26 - 5:51:20 PM GMT- IP address: 146.129.252.126 Document emailed to Terry Jungman (tjungman@kentwa.gov) for signature 2021-05-26 - 5:56:17 PM GMT Email viewed by Terry Jungman (tjungman@kentwa.gov) 2021-05-27 - 0:21:17 AM GMT- IP address: 73.118.200.115 'a Document e-signed by Terry Jungman (tjungman@kentwa.gov) Signature Date: 2021-05-27 - 0:21:58 AM GMT - Time Source: server- IP address: 73.118.200.115 Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2021-05-27 - 0:22:01 AM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2021-05-27 - 9:34:11 PM GMT- IP address: 146.129.252.126 'a Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2021-05-27 - 10:56:06 PM GMT - Time Source: server- IP address: 146.129.252.126 Document emailed to Brian Levenhagen (bjlevenhagen@kentwa.gov) for signature 2021-05-27 - 10:56:09 PM GMT Email viewed by Brian Levenhagen (bjlevenhagen@kentwa.gov) 2021-06-03 - 11:28:48 PM GMT- IP address: 146.129.252.126 Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2021-06-03 - 11:29:35 PM GMT - Time Source: server- IP address: 146.129.252.126 a Adobe Sign Document emailed to skyler waldal (skycorpltd@yahoo.com) for signature 2021-06-03 - 11:29:38 PM GMT Email viewed by skyler waldal (skycorpltd@yahoo.com) 2021-06-04 - 2:08:18 AM GMT- IP address: 67.170.69.239 . Document e-signed by skyler waldal (skycorpltd@yahoo.com) Signature Date: 2021-06-10 - 5:29:27 PM GMT - Time Source: server- IP address: 67.170.69.239 Agreement completed. 2021-06-10 - 5:29:27 PM GMT a Adobe Sign