Loading...
HomeMy WebLinkAboutCAG2022-353 - Original - Signature Roof Service LLC - Kent Senior Center Roof Upgrades - 08/29/20228/26/22 8/29/22 CAG2022-353 10.A KENT WnS..in G*U�� DATE: June 21, 2022 TO: Kent City Council SUBJECT: Kent Senior Center Roof Upgrade Bid - Award MOTION: I move to award the City of Kent Senior Activity Center Roof Upgrade Project to Signature Roof Service, LLC in an amount not to exceed $421,958.25 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the Parks Director and City Attorney. SUMMARY: This project consists of the following work at the existing site of the City of Kent Senior Activity Center: • Remove and dispose of the existing tile roofing, associated flashings, and effected wood facia boards. • Installation of new composition shingle roofing, new required flashings, and wood facia boards. • Complete replacement of clear entry way roofing panels which have reached end of lifecycle. The Bid opening for the City of Kent Senior Activity Center Roof Upgrades project was held on June 9, 2022 with one bid received. The lowest responsible and responsive bid was submitted by Signature Roof Services, LLC in the amount of $383,250 which includes the alternate pricing of $18,250 which does not include Washington State Sales Tax. Applying a sales tax rate of 10.1%, the total "not to exceed" price under the contract is $421,958.25. BUDGET IMPACT: Project funded through the Facilities Lifecycle Budget SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: Packet Pg. 1115 10.A 1. FAC-Kent Senior Center Roof - EXHIBIT (PDF) 2. FAC-Kent Senior Center Roof -Contract (PDF) Packet Pg. 1116 KENT PUBLIC WORKS AGREEMENT between City of Kent and SIGNATURE ROOF SERVICE LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and SIGNATURE ROOF SERVICE LLC, organized under the laws of the State of Washington, located and doing business at 27614 132"d Ave SE, Kent WA 98042, 253-653-6052, William Hogue, (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: Signature Roof Services, LLC shall provide all labor and material at the existing site of the City of Kent Senior Activity Center to remove and dispose of the existing tile roofing, associated flashings, and effected wood facia boards, installation of new composition shingle roofing, new required flashings, and wood facia boards, complete replacement of clear entry way roofing panels which have reached end of lifecycle. In accordance with Exhibit A 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 3/31/2023. 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 $421,958.25 , including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The Contractor shall invoice the City monthly. The City will pay for the portion of the work described in the invoice that has been completed by the Contractor and approved by the City. The City's payment shall not constitute a waiver of the City's right to final inspection and acceptance of the project. 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 - 1 (Over $20K with Performance Bond) A. Payment and Performance Bond. Pursuant to Chapter 39.08 RCW, the Contractor, shall provide the City a payment and performance bond for the full contract amount. B. Retainaae. The City shall 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. E. The Contractor has registered its business Department of Revenue and other stat e PUBLIC WORKS AGREEMENT - 2 (Over $20K with Performance Bond) 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 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. PUBLIC WORKS AGREEMENT - 3 (Over $20K with Performance Bond) 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. 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 PUBLIC WORKS AGREEMENT - 4 (Over $20K with Performance Bond) 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). 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. 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. PUBLIC WORKS AGREEMENT - 5 (Over $20K with Performance Bond) 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 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 PUBLIC WORKS AGREEMENT - 6 (Over $20K with Performance Bond) 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 - 7 (Over $20K with Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: BcCCie- �e� By: Billie Jean Hogue (Jul 29, 2 2 11:33 PDT) Print Name: Billie Jean Hogue Its Owner/Governor DATE: J u 1 29' 2022(title) NOTICES TO BE SENT TO: CONTRACTOR: William Houge SIGNATURE ROOF SERVICE LLC 27614 132nd Ave SE Kent WA 98042 253-653-6052(telephone) NA(facsimile) CITY OF KENT: By Print Name: Dana Ralph Its DATE: 08/29/2022 NOTICES TO BE SENT TO: CITY OF KENT: Will Moore City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5081(telephone) (253) 856-6080(facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: k�� 644 Kent City Clerk PUBLIC WORKS AGREEMENT - 8 (Over $20K with Performance Bond) DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific Agreement to adhere to. An affirmative response is required on all of the following questions for this Agreement to be valid and binding. If any contractor, subcontractor or supplier 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. sd,C - 9eary flww- By:BillieJean Hogue (Ju129,2 211:33PDT) For: Signature Roof Service LLC Title: Owner/Governor Date: Jul 29, 2022 EEO COMPLIANCE DOCUMENTS - 1 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: January 1, 1998 SUBJECT: MINORITY AND WOMEN CONTRACTORS POLICY: SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding Agreements with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1. Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. EEO COMPLIANCE DOCUMENTS - 2 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPLETION of this project by the Contractor awarded the Agreement. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before -mentioned company was the prime contractor for the Agreement known as the Kent that was entered into on (date), between the firm I represent and the City of I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before -mentioned Agreement. By: For: Title: Date: EEO COMPLIANCE DOCUMENTS - 3 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (6/9/2022), 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. Signature Roof Services, LLC Bd ZZ4 9e2uz flay w- By: Billie Jean Hogue (Jul29, 2 211:33 PDT) Signature of Authorized Official* Printed Name: Billie Jean Hogue Title: Owner/Governor Date: Jul 29, 2022 City and State: Kent, WA *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. BIDDER RESPONSIBILITY CRITERIA - I PAYMENT AND PERFORMANCE BOND TO CITY OF KENT Bond No. PBO1649700424 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Signature Roof Service LLC as Principal, and Philadelphia Indemnity Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of together with any ad3ustrnents, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Four Hundred Twenty -One Thousand Nine Hundred Fifty -Eight and 25/loo This obligation is entered into in pursuance of the statutes of the State of Washirgton, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that. WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of City of Kent Senior Activity Center Roof Upgrades /Project Number: FAC22-Q3(which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said Contract, then and in that event this obligation shall be void; but other -wise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (i€ required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. Provided to Builders Exchange of WF., Inc. For usage Conditions ,Agreement see www.bxwa.ccm - Always Varify Seal TWO WITNESSES: 00jjt-)rC _)Oau DATE:�- DATE CORPORATE SEAL: Signature Roof Service LLC PRINCIPAL (enter principal's name above) BY: TITLE; ' — - r DATE: n 22 ' CORPORATE SEAL: Philadelphia Indemnity Insurance Company SURETY BY. - DATE: TITLE: Derek Sabo, Attorney -In -Fact ADDRESS: 2233 112th Avenue NE Bellevue, WA 98004 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (A sistant) Secretary of the Corporation named as Principal in the within Bond-- that �7, k U & N--g», rn k-i0a �1 C Who signed the said Bond on behalf of the Principal of the said Corporation, that I know his signature thereto is Onuine, and that said Band was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR SISTANT 4ECRETARY Provided to Builders Exchange of WA, !DC. For usage Conditions Agreement see www_bxwa.com - Always verify Scat PiiILADELP111A I NDEMNI'I'Y INSLRANCE COMPANY One Bala Pla9A, Suite 100 Bala Cynwyd, PA 19004-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA IItiN ENINH Y INSURANCE COMPANY (11 ie Company), a corporation orgariiZed and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Deanna M. French Eliza eth R. Hahn Guy Arinfield Jana M. Roy, John R. Clae Marie 1. Matetich %tidee L. Rankin, R er Ki tenhach Ronald J. I.an a Sand • L. Bo-sWdl, Scott Fisher Sr ttMeGilvrpy, Susan B. Larson. Nicholas Frcdrit kson, Andrew P. L arsm Scott Garcia Charia M. Boadle. Alec Gum far liatelvn CoolEr. Andrew Kerslake Sharon Pope, Jennifer L. B t and e k S ho of Parker ith & Feek In uranr its true and lawful Attorney -in -fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature ihereoL issued in the course of its business and to hind the Company therebv, in an amount not to exceed 550.000.00R. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of ilia following resolution adopted by the Board of Directors of PHILADE€.PMA INDEMNITY INSURANCE COMPANY on the 141b ofNovember, 2016. R-ESOLVED: That the Board of Directors hereby authorizes the President or any Vice Presidenl of the Company: (1) Appoint Attorncy(s) in Fact and authorize the Attomey(s) in Fact to execute tin behalf Qf the (nmpany bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal ofthe Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given_ And, he it F URTFfER RESOLVED: That the signatures of such ofilcers and the seal of the Company may be affixed to any such Power of Attornev or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and facsimile seal droll be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND M CDRPOitATE SEALTO BE AFFIXFD BY ITS ALM IORiZED OFFICE THIS STH DAY OF MARCH, 2021. (seal) . 430h4010—mb, President & CCO Philadelphia Indemnity Insurance Company On this 51h day of March, 2021 before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said that lie is the therein described at id authorized officer of the PIIILADELPHIA INDEUNIT Y INSURANCE COMPANY; ihRt the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. t� prfNrgrhri!a • fWtay' 9sld IadcanY.Se � tietary P4+tlpG At01� GOtr>tY Myconwftownegw"flvvem aa3.2024 Commission MarMN t 36t33ft ;j;;W.. 04r.%Y'1 W. "Lima~ & UVAIMA Nolary Public: residing at. Bala Cynwyd, PA My commission expires_ November 3. 2024 L Edward Sayag% Corporate Secretary of PHII.ADELPHIA IN DEMNi[TY INS UPANCE COMPANY. do hereby certify that the foregoing resolution of the Board of Duectors and the Power of Anorney issued pursuant therein on the 5e' day March, 2021 are true and correct and are still in ful l farce and effect. I do further certify that John Glomb, who e:reetued the Power of Attorney as Presidmt, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY_ In'festimony Whet eofI have subscribed my name and affixed the facsimile seal of each Company this day of Edward Sayago, Corporate Secretary PHILADELPHIA INDEMNITY INSURANCE COMPANY EXHIBIT A CITY OF KENT KING COUNTY, WASHINGTON City of Kent Senior Activity Center Roof Upgrades Project Number: FAC22-03 600 EAST SMITH STREET, KENT WA BIDS ACCEPTED UNTIL. ]UNE 09, 2022 11:00 A.M. BID OPENING. ]UNE 09, 2022 11:00 A.M. DELIVER TO. CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 Nathen Harper Project Coordinator City of Kent Facilities / Parks Recreation & Community Services 400 West Gowe Street, Kent, WA 98032 . "k 77 in W A S M I N G T O N BIDDER'S NAME Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal TABLE OF CONTENTS DIVISION 0 -- PROCUREMENT AND CONTRACTING REQUIREMENTS Cover Table of Contents Invitation to Bid Information for Bidders Contractor's Qualification Statement Bidder's Checklist Bid Proposal City of Kent Subcontractor List (over $LOOK) Contractor Compliance Statement Declaration -- City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 — Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Combined Declaration Form Non -Collusion, Minimum Wage Change Order Request for Information (RFI) Form General Conditions Payment and Performance Bond Exhibit A Public Works Agreement (Sample) Exhibit B Insurance Requirements Exhibit C Sample AIA A201-2017 Exhibit D Prevailing Wage Rates TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 011000 SUMMARY 2 012200 UNIT PRICES 'I 012300 ALTERNATES 1 012500 SUBSTITUTION PROCEDURES 2 01 3000 ADMINISTRATIVE REQUIREMENTS 5 013535 SPECIAL PROCEDURES FOR HAZARDOUS MATERIALS 1 014000 QUALITY REQUIREMENTS 2 015000 TEMPORARY FACILITIES AND CONTROLS 2 016000 PRODUCT REQUIREMENTS 3 017000 EXECUTION AND CLOSEOUT REQUIREMENTS 5 017800 CLOSEOUT SUBMITTALS 3 DIVISION 02 - EXISTING CONDITIONS 024100 DEMOLITION 2 DIVISION 06 -WOOD, PLASTICS, AND COMPOSITES 061000 ROUGH CARPENTRY 2 TABLE OF CONTENTS Page 'I City of Kent Senior Center 5/17/2022 Roof Upgrades Erovided to IIuildern Exchange of WA, Inc. For usage Conditions Agr'esrrtent see www.t)xwa.com - Always Verify Seal DIVISION 07 -THERMAL. AND MOISTURE PROTECTION 073113 ASPHALT SHINGLES 4 076200 SHEET METAL FLASHING ARID TRIM 2 DIVISION O8 - OPENINGS 086300 METAL -FRAMED SKYLIGHTS 4 DIVISION 09 - FINISHES 099113 EXTERIOR PAINTING 3 Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through June 9, 2022 up to 11:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above -stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publlcly aloud following at 11:00 a.m. for the City of Kent project named as follows: City of Kent Senior Activity Center Roof Upgrades. Project Number. EAC 22-03 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid. The project consists of the following work at the existing site of the City of Kent Senior Activity Center. • Remove and dispose of the existing the roofing, associated fleshings, and effected wood facia boards. • Installation of new composition shingle roofing, new required flashings, and wood facia boards. • Complete replacement of clear entryway roofing panels which have reached end of Ilfecycle. Should a contract be executed, it is the contractor's responsibility to comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle -King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. The Engineer's estimated range for this project is approximately ($380,000). Bid documents may be obtained by contacting Kevin Broderick at Broderick Architects, (206) 682-7525 / kevin broderickarchitects.com. For technical questions, please call Kevin Broderick at Broderick Architects, (206) 682-7525. • Each bid shall be in accordance with the plans and specifications and other contract documents now on file in City of Kent Parks Facilities. Copies of the plans and Special Provisions may be purchases at a non-refundable cost of $45.00 for each set. Plans and specifications can also be downloaded at no charge by contacting the Architect or at KentWA.gov/City Hall/bids-procurement. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cort - Always Verify 5cal There will be a walk-through at 11.00 A.M. on Thursday, June 2, 2022 for General Contractors and Sub -Contractors, at the City of Kent Senior Activity Center, 600 East Smith Street, Kent 98032. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Apprentice Utilization Requirements are mandatory for all public works expected to cost one million dollars or more, in which case no less than 150/a of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 50/b of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or ali schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Carder No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bld opening. Dated this z I.th day of May 2022. BY: h6A Kimberley A amoto, City Clerk Published: Daily Journal of Commerce on 05/19 and 05/26 Providcd to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal INFORMATION FOR BIDDERS Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract Documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City`s review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its soled judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. All blanks in the proposal forms must be appropriately filled in. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non -responsive submittals. 3. All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City of Kent Facilities office by the stated time, regardless of delivery method, including U.S. Mail. 4. The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. A bidder who wished to claim error after the Bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the Bid, requesting relief from the responsibilities of Award. The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the Bid. The affidavit and the work sheets shall be submitted to the Project Manager no later than 5:00 p.m. on the first business day after Bid opening, or the claim will not be considered. The Architect will review the certified work sheets to determine validity of the claimed error, and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all Bids may be rejected or award made to the next lowest responsive, responsible Bidder. ?tovided to Builders Exchange of WA, ?roc. For usage Conditi.,ns Agreeracnt See www.bXwa.COM - Always Verify Scal S. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law. Xf the successful bidder fails to provide these documents within the 10--day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City -furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the contractor due to his failure to submit the required documents to the City in accordance with this schedule. 6. The "Payment and Performance Bond" shall remain in force for one year following the Kent City Council "Final Acceptance Date" of the project to ensure defects are corrected during the one-year guarantee period in compliance with WSDOT Section 1-05.10 (Guarantees), and the Performance Bond language of the contract. i. Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. 8. The Contractor shall include all costs of doing the work within the bid item prices. In the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of Iabor and material required to perform the work shall be incidental and included with the bid item prices in the contract. 9. Refer to the insurance requirements in the project contract, which constitute the Contractor's Insurance requirements for this project. Provided to Builders Exchanqe of WA, Inc. For usage Conditions Agreement see www.bxwa.coni - Always Verify Scat CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL. REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MAST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT, THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer Its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder Is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy Provided to Builders Exchange of WA, Inc. For usage --onditions Agreement sce www.bxwa.com - Always Verify Seal of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. If the bidder fails to request a modification within the time allowed or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make Its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAZLURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON -RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MOI]IPICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL. OFFICE: ADDRESS: PHONE: FAX: 5, 1 i 1 ``� 00 `mil STATUTORY REQUIREMENTS -- Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scal 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period Immediately preceding the bid solicitation date, your company is not a "willful" violator as defined In RCW 49.48.082, of any provisions 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. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and Industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? C� 2.2 How many years has your organization been in business under Its present business name?,9 2.2.1 Under what other or former names has your organization operated? y) 16, 2.3 If your organization Is a corporation, answer the following: , 2.3.1 Date of IncorporDatioun: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: N(k 2.4.2 Type of partnership (if applicable): 2.4.3 Narne(s) of general partner(s): 2.5 If your organization is Individually owned, answer the following: Provided to Builders Exchange of WA, Inc. For usaqe Conditions Agreement see www.bxwa.coffk - Always Verify Scal S. REFERENCES 5.1 Trade References: 5.2 Bank References: 5.3 Surety: 5.3.1 Name of bonding company: Viao4e6j'fl'1^ 5.3.2 Name and address of agent: aa,33 1Wb q,4e W C, (e'lle'yw WA W04 perCV. Saba 1ScoP Ciar'Ciu 6. FINANCING 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial Information within 24 hours of the City's request for that information. The City's request for this Information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). Net Fixed Assets. Other Assets. Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? Ycouided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verity Scal 7. SIGNATURE 7.1 Dated at this day of e , 2021. Name of Organization: By: ! Title: Ct�.�r�e f ! f4-etc r I`, 7•2 rJr , being duly sworn, deposes and says that the information provil ed herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of Il i/ , 2021. Notary Public My Commission Expires: e k ED wVj O:eUP 0 i i NOTARY o PUBL,1C :2 i No. V �`rrrrrrrWASN����`� prov}ded to builders Exchange of WA, Inc. For usage C:ondltions Agreement see www.bxwa.com - Always Verify Scal n (B * P 44 My L&I Licensing Claims Insurance Safety & Health !T I inWashington State Department: of Labor & industries A Site alert Licensing Signature Roof Service LLC I WA ugi number 604 584 835 Construction Contractor License no. SIGNARS807DF Effective - Expiration 3/6/2020 - 3/6/2024 update address Request a duplicate license ACTIVE License specialties GENERAL. Bond $I2.000.00 Lexon lns Co Effective until canceled Insurance S1,000,000.00 Cram & Forster Specialty Ins Effective until 3/6/2023 Gat a permit or inspection Purchase Electrical and Manufactured Home Alteration permits Request inspections and view results Manage Class B permits 81pn up How do I? Pay a citation or infraction online File a Prevailing Wage Intent of Affidavit Change my address for permits & Licenses Learn about L&L permits and inspections Learn about L&I licenses, registrations and certificates Verify a contractor, tradesperson or business Search 0. Contact Us Permits & Licenses 1-800-647-0982 Contractor Information 360-902--5226 Access as ng an (5 Washington Slate Dept. of Labor & tndusaies Use of this site is subject to the laws of the state of Washmglon Help us improve ��Y. STATE GA O� Y W 3ff'� IF84 =��Q STATE OF WASHINGTON Limited Liability Company 1,Z BUSINESS- LICENSE Issue Date: May 27, 2022 Unified Business ID #: 604684835 Business ID #: 001 Location: 0001 SIGNATURE ROOF SERVICE LLC Expires: Feb 28, 2023 30355 KENT SLACK DIAMOND RD SE KENT WA 98042-4533 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE CITY ENDORSEMENTS: DUVALL GENERAL BUSINESS - NON-RESIDENT (EXPIRES 713112022) - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #43554 (EXPIRES 7/31/2022) - ACTIVE SAMMAMISH GENERAL BUSINESS - NON-RESIDENT - ACTIVE MOSES LAKE GENERAL BUSINESS - NON-RESIDENT #BL2022-0504 (EXPIRES 5131/2023) - ACTIVE WENATCHEE GENERAL BUSINESS -- NON-RESIDENT (EXPIRES 5/3112023) - ACTIVE BURIEN GENERAL BUSINESS - NON-RESIDENT (EXPIRES 7/3112022) - ACTIVE LICENSING RESTRICTIONS:. — - - - Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: SIGNATURE ROOF SERVICE SIGNATURE ROOF SERVICE LLC This document lists the registrations, endorsements, and licenses authorized for the business named above. By accepting this document, the licensee certifies the information on the application was complete, true, and accurate to the best of his or her knowledge, and that business will be conducted In compliance with all applicable Washington state, county, and city regulations. L)lrector, pepanment of Revenue My L&i Licensing Claims Insurance Safety & Health Washington State Npartrttent of Labor & Industries Insurance Signature Roof Service LLC I WA UBI number 604 584 835 SIGNATURE ROOF SERVICE LLC, L&I Account ID 8 Certificate of Workers' Comp Coverage L&laccount representative'. STEPHANIE HENDERSON 19 Send a message Phone:360-902-5598 Request a change to your account information [-] Risk Classification & Rates (2) 4D507 Roof Const or Repair -All Types Hourly employee withholding 50.97895 Hourly employer portion + 54.17S7S Total hourly rate = 55.1 547 4904 Clerical Office NOC & Draftsmn Hourly employee withholding 50.08375 Hourly employer portion + 50.10065 Totat hourly rate = 50.1844 View past and current risk classifications m Site alert 43.277-00 Quarterly reporting Early filing open for 02 Quarter 2 deadline is 811 /2022 11.59:59 PM FlIe quarterly report now My experience factor Your claim costs are lower 0.9 than average. How do I? Sign up for quarterly report email reminders Pay a balance due View quarterly report due dates Verify a business is current on their workers' comp premiums Search a Access A"waoinstnW 0 Washington Slate Dept. of Labor & IncSustries. Use of this site is subject to the laws of the state of Washington. Help cis improve • au�aur�eewrsrmncc Signature Roof Service 27614 132nd Ave Se Kent WA 98042 I William Hogue have the authority to act and speak for Signature Roof Service. In the past (3) years we have not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12,065 (3). Signature Roof Service LLC 253-653-6052 I f Sn �90 aro ruxt "o*o aeXACE Signature Roof Service 27614 132°d Ave SE Kent WA 98042 l William Hogue have the authority to act and speak for Signature Roof Service. Within the tree year period immediately preceding the bid solicitation date Signature Roof Service is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.49, or 49.52 RCW as determined by a final and binding citation and notice of assessment issued by the Department of tabor and Industries through a civil judgement entered by a court of limited or general jurisdiction. Bill Ho e Signature Roof Service 253-653-6052 I,Ce Washington Stale Department of Labor & Industries Company Status: Completed view riser Status Yom- company has already completed this training. You are welcoine to still view tlsese mudul" at any lime to learn more about prevailing wage and public woflrs projects. Learn more about Ili is training ieguirement. Status: Completed Duration- 3o minutes MOffule 1 Description: Introduces you to the Pub User Status ' the different types of work that -trill requi The users below have already started or completed this training for your compam Billie .lean Hogue: Completed Status: completed Duration: 40 ntillutes Close Module z 111111611111111111111 Description: Focuses oIl the criteria you wage rates, and what you need to know about usual benefits- and overtime, Status: Completed ll it S " " Duration: 20 minutes Module Description: Focuses oil the verification requirements, the responsible bidder criteria, arfd how you can — verify a contractor is responsible under the law. Status. Completed Duration: 25 ininutes # R Description: Focuses on contract requirements, what von need to know about filing the Statement of Intent • ' "� to Pay Prevailing Wages, as well as certified payroll reports. Status: Completed '- -` !our Al Duration: 2,rj minutes Module 5 Description: Focuses on the Affidavit of Wages Paid, complaints and compliance investigations, and the project closeout process including the release of retainage. Access astiuigian �• i Washington State Dapt_ of Labor & lndt1s1r,e5_ Use of this bile,3 sublect to the lows of the slate of Washington. i-}i;lp Lis ImptovC' 2.5.1 Date of organizatiop: f N040 . 2.5.2 Name of owner: � ol`we f4DOI r v1 C(:- u-C OoVern vi-S l4�ji ` , -13 f I I I C Je" 2.6 If the form of your organization is other than those listed above, de!Q1 it and name the principals: hIq 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Mrcr- �t c UY�trac o r 3.2 List juris actions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Y 4.2 Claims and Suits. [If the answer to any of the questions below is yes, please attach details.] YJ() 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are they any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? tj () 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the Iast five years? Ya 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer Is yes, please attach details.) np 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. , )cc ct-mc�(Vlyd 4.4.1 State total wlof���y in ���D� progressand under contract: 4.5 On a separate sheet, list the major projects your organization has completed In the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work perf rmed with your own forces. c a�U 4.5.1 State average annual amount of construction work performed during the past five years: a , 5 Y1 i \\1 Dn Pe7c y(t r 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of ()L. �' your rganization, 4.7 On a separate sheet, list your major equipment. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are compiete. The bidder's attention is especially called to the following forms. Failure to execute these foams as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .................... A, Order of Contents .sr..................••••.....w.w.r....•...w..r...........•...............•.•...• j Invitation to Bid ......................................•.....•....... 1......................../Ri.. Information for Bidders.....•.....................sr.rr.rrr.r.............................ws..� Contractor's Qualification Statements..r.ss..•s..rrrrr..rr•.rrr•...r..rrrr...r..r••reww 1�4 Completeand notarized ........................................................ Bidder's Checklist ...............r........ r........... r.r.rrr••.rrrr........rr••rr.ww1114 Proposal..............rr..•.........rr...........w...w..........rrr...•................................ ? First line of proposal - filled in...................•...............................G Unit prices are correct ..•..+......................rw..................sssas.....r.r Subcontractor List (contracts over $100K).............................w..w..w..w .. ✓ Subcontractors listed properly ........ :.........•.............................. ..r Signature ........................................... ...•r•.r.....rr........... •s....... ...... Eip Contractor Compliance Statement..........................■.............................� Datess....swsss.....a.•....r•s•..r.r.••..••.•..r•u / f Have/have not participated acknowledgment ............................Signature and address.rr.rr...•............................................. ....... Declaration -- City of Kent Equal Employment Opportunity Policy .......1l'✓ Date and signature•.....ur......ur....r.....rr................................. •ar r. Administrative Policy ........s.........sss..sr...rrrsrrrrr•r.rr..r•rrrrrrrr•rr... r..•rr•rrrrrrs. ` Statement that Bidder Has Not Been Disqualified ............................. _ Certification of Compliance with Wage Payment Statutes. .................... ep ✓ Proposal Signature Page............................................................... UP.� All Addenda acknowledged.................................................. Dater signature and address...........•....•......s... a.. r..r.r■ rrr•rr Ili Combined Declaration Form...........r....rr...............................................g, Signature...................................r.........r.r.......••........................... M ✓ " Change Order Form (Example) ......................... •......ws� Payment and Performance Bond .......................... ...................... ..•......:� Contract....•....•...sss..rr.... ...rrr........ .rr.rrrr....rrrrrr.r.r...... .r....r.....r.r.r....r...rr.• CI The following forms are to he executed a e Ithe Contract is awarded: A) CQ_, NTH This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMNCE §QND To be executed by the successful bidder and its surety company. The following form is to be executed Aftff, the Contract Is completed: A] CnY QF KENT EQUAL IMPLOY.MENJ OPP012 �011R ONCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.cem - Always Verify Scal BID PROPOSAL City of Kent Senior Activity Center Roof Upgrades Project Number: FAC 22-03 600 East Smith Street, Kent WA Proposal of (hereinafter called the "Bidder"), organized and existing under the laws of the State of Washington and doing business as *Signatitre Roof Service LLC (*Insert "a corporation", "a partnership", or "an individual") To the OWNER (City of Kent): In compliance with your Invitation to Bid, the Bidder hereby proposes to furnish all labor and materials specified herein necessary for and incidental to the completion of the work in strict accordance with the Contract Documents, within the time set forth herein, and at the lump sum price stated below (not including WSST. A. LUMP SUM BASE BID: Provide all labor and materials required for the City of Kent Courthouse & Corrections Generator Replacement, as shown on the drawings and as specified in the project manual for the lump sum price (which does not include Washington State Sales Taxes (WSST)). $365,000.00 Three Hundred Sixty Five Thousand Dollars and zero Provide an accompanying Schedule of Values broken doWlby CST Division. ALTERNATE #1: Provide all labor and materials to replace the sheet metal coping on the flat roof sections of the City of Kent Senior Center, as shown on the drawings and as specified in the project manual for the lump sum price (which does not include WSST) $' 8,250.00 Eighteen Thousand Two Hundred Fifty Dollars and zero cents UNIT PRICING: Provide square foot unit pricing including labor and material to replace damage 5/8" plywood in the event existing damaged sheathing is discovered during construction of the City of Kent Senior Center, as shown on the drawings and as specified in the project manual for the lump sum price (which does not include WSST) One Hundred Forty and zero cents Dollars $ $140.00 (Amount in numbers) B. WITHDRAWAL OF BID: No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. C. STATE SAFES TAX: The undersigned agrees that the above named Lump Sum and id Alternate do not include Washington State and local sales taxes (WSST). WSST will be paid to the Contractor with each pay appi [cation. Provided to builders Exchange of WA, Inc. For usage Conditions Agreement see www.bxwa.com - Always Verity Seal D. OVERHEAD AND PROFIT: The undersigned agrees that the above Bids do include overhead, profit, and all other expenses involved. E. COMMENCEMENT OF WORK: The bidder hereby agrees to commence work under this contract within five (5) calendar days after the Notice to Proceed and to fully complete the work within the time established in paragraph C of this proposal. F. BID SECURITY: Bid security is required for this project. A Performance and Payment bond will be required of the successful bidder. G. ADDRESS: Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. H. SELECTION CRITERIA: This bid is being made in accordance with the Owner's procedures and shall be evaI uated as follows: i. Responsiveness. The Owner will consider all material submitted by the contractor to determine whether the Contractor's proposal is in compliance with the invitation to bid. 2. Responsibility. The Owner will consider all materia submitted by the contractor, and other evidence it may obtain otherwise, to determine whether the contractor is capable of and has a history of successfully completing contracts of this type. The following elements may be given consideration by the Owner in determining whether a contractor is a responsible contractor: a) The ability, capacity and skill of the contractor to perform the contract and/or provide the service required; b) The character, integrity, reputation, judgment, experience and efficiency of the bidder; c) Whether the contractor can perform the contract and do so within the time specified; d) the quality of performance by the contractor on previous and similar contracts; e) The previous and existing compliance by the bidder with laws relating to the contract or services; and f) such other information as may be secured having bearing on the decision to award the contracts. When requested by the Owner, contractors shall furnish acceptable evidence of the contractor's ability to perform, such as firm commitments by subcontractors, equipment, supplies and facilities, and the contractor's ability to obtain the necessary personnel. Refusal to provide such information upon request may cause the bid to be rejected. 3. Lowest Bid: The lowest bid K. SIGNATURE: By signing this Bid Proposal, the undersigned bidder agrees to submit all insurance documents, performance bonds, and signed contracts within ten (10) calendar days after City awards the Contract and be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. The Bidder acknowledges the receipt of Addenda to the contract documents as follows: Addendum No. Provided to Builders Exchange of WA. Inc. eor usage Conditions Agreement see www.bxwa.com - Always Verify Scal . Addendum #1 2. 619122 Bid Date 27614 132nd Ave SE Address 1 Kent Wa, 98942 Address 2 253-236-8232 Telephone Number Fax Number Signature Roof Service L_L.0 Company Name William Hogue Submitted By (Signature) sub,m1fted By (Printed Name) Owner/Manager Title signatureroofservice@gmail.com E-mail address END OF Bid PROPOSAL Provided to Builders Exchange of VIP., Inc. For usage Conditions Agreewz?nt see www.y,xwa.Com - Aiway9 Verify Scal CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: City of Kent Senior Activity Center Roof Upgrades Project Number: FAC22-03 Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 0 provided to Builders Exchange of WA, lnc. For usage Conditior.s Agreement see www.bxwa.com - Always Verify Scal CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 10' -! �` This statement relates to a proposed contract with the City of Kent named City of Kent Senior Activity Center Roof Upgrades project Number: FAC22-03 I am the undersigned bidder or prospective contractor. I represent that - 1. I r J-e--- have, have not, participated In a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. BY: 1)ete---' S GNAT RE/TITLE R-7 JL4 �3ay)cPVP4c,`E ftry� �LJA QbCOa ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Provided to Builders Exchange of WA, Inc. Vor usage Conditions Agreement sce www.bxwa.com - Always Verify Scal 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 contract 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 contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, 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 contract. 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 contract, 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 contract, 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 contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, 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: Fo r: Title: Date: Provided to Builders Brchanae of WA, Inc. For usage Conditions Agreement see www,bxwi.com - Always verify Scal. NUMBER: 1.2 SUBJECT OL CY: CITY OF KENT ADMINISTRATIVE POLICY EFFECTIVE DATE: January 1, 1998 MINORITY AND WOMEN SUPERSEDES: April 1, 1996 CONTRACTORS APPROVED BY Jim White, Mayor 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 contracts 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 contract. 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. Provided to Builders Exchange of WA, Inc. For wage Conditions Agreement see www,bxwa.com - Always verify Scal BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(f)) 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 (December 16, 2021), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.055(3). '51 �� , Ce a Bid "s Busin Name sig tore, f Authorized Official* 4 • '\ (M Printed Name (m))KC jaovrwy 'Title (o - as Ahna:� \NJ � 'Date City 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. provided to Builders Exchange of WA, Inc. Fc•r usage Conditions Agreement sec www.bxwa.c,)m - Always Verify Scat BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW .39.04.350(2)j 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 December 16, 2021 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. GC Bldd&4 Busjpess Name signatur of Authorized Official* _ . It I � _ i 1 r_ Printedted Name - �J O\cr 1 Title Date City 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. Provided to Builders Exchange of WA, Inc. Fol Osage conditions P.greement see www.1-:xwa.com - Always Verify Scal PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, If awarded to him/her, on or before five (5) calendar days from the date of the Notice to Proceed and agrees to complete the Contract within (90) Working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all Insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s, ,, , to the plans and/or specifications Is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents Included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: cc A=BMDER of Autnorizea Kepresentarive (Print Name and TitI&Y _ 7 ')a Ai6C' A dress)iWN WA 9bDHDt Provided to Builders Exchange of WA, inc. For usage Conditions Agreement see www.bxwa.com - Always Verify Seal CITY OF KENT COMBINED DECLARATION FORM: NON -COLLUSION, MINIMUM WAGE NON -COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: AND 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein Is true to my knowledge and belief. City of Kent Senior Activity Center Roof Upgrades Project Number:FAC22-03 NAME OF PROJECT �1 NAME OF BIDDER'S FIRM IGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER provided to Builders Exchange of WA, Inc. For usage r_ondirions Agreement sec www.bxwa.com - Always Verify Scal CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: linsert Company Name] ("Contractor") CONTRACT NAME & PROJECT NO: lnnsert Name of Original Contract & Pro* #, if apWicablel ORIGINAL CONTRACT DATE: Insert Date Ori final Contract was -Signed This Change Order amends the above -referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the otiginal Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: f Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order Be as detailed as possible. You may also refer to an attached exhibit, but cleaiiy identity the exhibit by title and date] 2. The contract amount anti time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change $ Orders Current Contract Amount $ (Intl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this $ Change Order Revised Contract Sum $ Provided to Builders Exchange of WA, Inc., For usage Conditions Agreement see www.bxwa.com - Always Verify Scal Original Time For Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this working days Change Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-44.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, runless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date wz-itten below. CONTRACTOR: CITY OF KENT: By: By: stan ure) (signature) Print Name: �t11 1111 am �� Print Name: Will Moore Its Its Facilities Superintendent DATE: (title) DATE APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department Provided to Builders Exchange of WA, Inc. For usage Conditions Agreement sea www.bxwa.com - Always Verity Sr_al City of Kent ra Parks, Recreation & Community Services Julie Parascondola, Director RF1 #: DATE SENT: DATE NEEDED BY: TO: PROJECT#: COMPANY: PROJECT NAME: CITY O ENT SENIOR ACTIVITY CENTER ROOF UPGRADES RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: (Name, Title, Company) RESPONSE TO RFI Piovided to Builders Exchange of WA, ine. k'or usage Conditions Agreement see www.t)xwa.com - Always Verify Scal i -1% 010 BOND Conforms with The American Institute of Archaectts, A.I.R. Document No, A-310 KNOW ALL BY TIl.[SE PRESENTS, i'itai we, Signature Roof Servicc I LC 27614 132nd Ave SE Kent WA 48442 ets Principal, hercitlafler called ilic Principal, and laic Philadelphia Indemnity Insurance Company of Bellevue, WA a corporation dilly otpmized wider dw laws of rho Statc of Pennsvlvania as Stirety. hereinafter called the Surety, are Iicid and firinly bound wito City of Kent as ©bligm. Etc reinaficr c:tllui the Obligee, w the stiin of Hive Percent of the Total Bid Amount Dollars (' 5% ). for the pa) rtiertl of r►ltich ausn well and tidy to be made. the said Principal And the said Suretv, bind ourselves, our heirs, execwors, administrators, successors and assigns, jointly and severally, firmly by these presents, ikNERFAS, the Principal has submitted a hid for City of Kent Senior Activity Center Roof Upgrades. Project Number: FAC 22-03 NOW TITERt:}=ORP.. if the Obligee shitll accept the bid of the Principal wicl the Principal shall cater into a iontract 'Aith the ()bligce in accordance with the [Cribs of such bid, and give such bond or bonds as may be specified in the hidding, or Contract Documents wilIt good and sufficient surety for the faithful perfortltattoc of such Contract and for the prompt pay nictit of labor and material furnished iii IEic pro,,wition thereof_ or in the event of the failure of the Principal to enter such Contract ;tnd live such bond or bands, if the Principal. shn.11 pay to tic Obligec the dfference not to etcoud the penalty Hereof between the atittttutt. specified in said bid and such larger tnzcitint for which the Obligm inay in good faith contract with another party {e perform itic Work covered hk said bid. then this obligation Spat[ tx: null and void, othernvisc to rentain in full force and effect. Srgitcd ;fad scaU this day of .tune � 2022 Signature Roof Service LLC (Se;sl) Principal Witness 1 � 'I'itic Philadelpphiia,�Indemnity lnsutauce (:ontpany B3' `"lp"" "' `- Dcrek Sabo rworitcy-iit-l=act PHILADELPHIA INDEMIVT rY TNSURANCI•. COMPANY Own .. Bala Plaza, Suite 100 Bala C'ynvvyd PA 19004-095o Power nF Attorney KN(,)W AI.L 1'T:RSONS $Y TI II:SE I'RI-:SENTS 'That PITILAI)ELPHIA INI1FMN1TV INSITRANCE COMPANY (thc ( owliany), ;i rnrlwratinn nrgani,cd and existing under rhr laws of the Contntonweallh of Pennsylvania, dncs herehy ConStilulc and appoin( Dearing M. French Flimbelh R. Mahn, Guy Armfiield .Tana M. Rol-Inhn R. c'laevc Marle 1 MaleticliMindee L Rion kin Rover Kaitenhaclr Runnid J. Lanec. Sande t_ Rncavrll, Scot) Fisher, Seort W0.111'rav, St15un If. Larson. Nicholas Fredricksun. Andrew P. Larsen. Scott Garcia. Churka M. Rnadlc, Aire Gu nt)fer. Kslcl\'I! Couver, Andrew KeW- like, Sh:la-an Pose. Jonnifet. i Ilarral and Ilerek Satin of irnt-ker, Smith & hrek bleurance. t_LC. Iis true and lanvful AEtomcy-in-tact with full authority tat execute on It" behalf bonds, under[akings, FCi0r'n173F1Grs ,and other enn[racEz of Indclnnlly and writa s ollliga(ory in the nature thereof, Issued in the course of its business and Eu hind the Conllmny thereby in an amount no( to c%cccd ViO.11U11aHT0. This Power of Aitorney as granted and is signed and scaled by I�Fcsiwilc under and by the authority of the follownig Resolution adopicd by the Buard of Direc(ors of PI11LADELPIIIA INULMNI'l Y INSURANCE COMPANY on the 1411,ofNovEmbcr, 2016. RESOLVED: That (he Floard of Directors hereby an(hor17es Ehc T'rLSidCol Or any VILL PresidcnE of (bc Company (I ) Appoint Auorncy(s) in Fact and auihoi r.:e the Altorncy(s) in Fact Eo excculc oat behalf of the ('onlpanV holds and undertakings, ennlracls of indemnily and other vvrnings vbhgatnry in (he nature thercul'and to a(tach the seal of dle Company thereto; and (2) to reniove, at anv lime, any such AWPrney-in-F3c1 and rrvokc the authority given And, be it p'1IRTHFR RESOLVED- 'rhal the Sibria4are5 ar such omcers and (he seal of the Company may tx. affixed to any such lower of A(torncy or Lcr(ibcate relating thereto I)y Facsiinde, and any such Power or Attorney'NO CXCCtIECd and cei(lficd by tacsip llc Sig.na(uies and shall he valid and binding upon the Company In Itic t'ulurc tvr(h respect to any bond ni undertaking to which it is attached. IN Tu'riMONY WHT:RF'01;, PHILADEI PHIA INDEMNrrY INSURANCE COMPANY IiAS CAIJSI.0 THIS iNSTRIJMFNT TO BE SI(iNET) AND ITS CORPOKATL SLAL-10 HE AFI-IXiiT) BY ITS AIf11I0RIZED OPPICE'I liiS 5111 DAY OF MARCH, 2021. ,4 (SEaI I Jnh Glumb, Pmidant & t: GC3 Philadelphia indemnity insurarlce(:nml>aily On this 51, day ul'March, 2021 bclhrC me came the individual who cxeruted the preceding instrument, In nlc prrsonally known, and being by me duly sworn said that he Is tht: therein described and ,itithorized oflicco of the I'll ILADEI.PH(A INDEMNITY INSURANCE COMPANY,, that Itle seal a{Mixed to said instrument is the Coi pwalc seal of said Company, (flat the said Corporale Seal and his signature were duly affixed. Notary Public_ t7veutwnwrarp+ataannlytr.ni+-NM�ry 62 ', vp,,yts•� 1' `-�#; .• ,.--,.. �' r Vanes" Mcueru4, Notety Public r onigemilgGeunty My oommitefoo expiras Hgvember 3, 2024 Coin mitslon numba r t 3fiB364 Maraca oitnnrrlw- gsswtiRYonof NGtaN4 residing at. Fiala Cynwyd, PA My santnission expires: Tslovembei 3, 2024 1, Edward Sayago, Co; puialc Secretary of PI TiI.ADF)-i'H1A INDEMNITY INSURANCE COMPANY, do hereby ccrul ' (ha( the foregoing resolution o1 the Board of Dircc(ors and the Power of Attorney issued pursuant therein on the S1I' day March, 2021 are true and correct and arc still in full lorce and effect. I do further certify that John Glomb, wild executed the Power of Attorney as Prisiden(, 'waS on the date of cxectniatn of (he attached Power or Attorney the duly clucted l'residenl or PIllLAL71:I.PliiA INDEMNi7 Y INSURANCE COMPANY. in Testimony Whereof l have subscribed my name and affixed the facsimile seal cif each Company this 9th day of June 2022 J is 27 i Edward Sayago, Corporatc Sccrelary PIIILADET,PIIIA I)wiI)LMN1.1-Y INSURANCE COMPANY OdCA406146 Res SIGNATURE ROOF SERVICE Signature Roof Service 27614 132"0 Ave SE Kent WA 98042 PROJECTS UNDER CONTRACT OR CONSTRUCTION Washington State Dwaranent of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Statement of Intent to Pay Prevailing Wage Document Received Date: 3/11 /202,2 Intent Id: 12I7273 print FZBCAfpf Download Company Details Affidavits: Status: Approved SIGNATURE ROOF SERVICE I.LC' UBI: 604 584 835 27614 132 A Ave SE Reg#: SIGNARS807DF KENT,WA 98042 Email! Signatureroofservice@gmail.corn Mled By: Billie Jean Hogue t7M W BE Certifications as of g/11/2022 No active certifications exist for this business.. Workers' Compensation Account iD 843,277-00 Prime Contractor Company Name GOOD MEWS GROUP CONSTRUCTION Contractor Registration No. GOOONNC921 NG WA UBI No. 602 852 3I9 Phone Number 253-341-9312 Hiring Contractor Company Name GOOD NEWS GROUP CONSTRUCTION Contractor Registration No. GOODNNC921 NG WA U81 No. 602 852 3I9 Project Information Awarding Agency Enterprise Services, Department of Awarding Agency Contact Name Scott Allen Awarding Agency Contact Phone Number 360-764-9122 Lo r-act Number 2020-476 G 0-1) Project Name RS Building 20I0 Roof Replacement Contract Type Bid -Build (Traditional) Bid Due Date 4/22/2021 Contract Award Date 611 /2021 Apprentice utilization is required Yes OMWBE utilization is required No Federally -Funded Project No Project Site Address or Directions 2120 Ryan Rd Buckley, WA 9832I Project Description Roofing Project Intent Details Does your company intend to hire ANY subcontractors? No Will your company have employees perform work on this project? Yes Do you intend to use any apprentices? (Apprentices are considered No employees.) Flow many owner/operators performing work on the project own 30% 0 or more of the company? What is the estimated contract amount? OR is this a time and $920,000.00 materials estimate? Your expected project start date: (MM-DD-YYYY) 3/ 1 /2022 In what county (or counties) will the work be performed? Pierce 1n what city (or nearest city) will the work be performed? Buckley Journey Level Wage Details County Trade occupation Prevatling Wage Wage Pierce Roofers Journey Level $56.95 556.95 Fringe 4 workers 50.00 4 Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage" PAY PREVAILING 'WAGES (360)902-5335 vvwW.Itli.wn.govfrrttd"Licensinylill°eyWagc Public Works Contract • Fill in all blanks or the forth will be returned for correction ',t a°' $40.00 Filing Fee Required 1889 lace gnstructioaQsl. Intent ID # (Assigned by L&I) 1145388 Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at Your Company Inform flan OL Awarding Agency Information Your Company Namr Project N.lt:c Contract Number SIGNATURE ROOF SERVICE LLC Arlington High School Addition & 2010.200 Renovation Your Address Awarding Agency 27614 132nd Ave SE ARLINGTON SCHOOL ❑TSTRICT #16 City State Zip+4 Awarding Agency Address KENT WA 198042 315 N FRENCH AVE ARLINGTON, WA - 98223 Your Contractor Registration Ym r1JBI Number Awarding Agency Contact Name Phone Number Number 604584835 Brian Lewis 360-61 9-6300 SIGNARS807DF Your Industrial lnsuranco Account Number County Whurc Work Will Be Pcrfonned City Where Work Will Be Performed 84327700 Snohomish Arlington Your Email Address (rcquircd for Your Phune Number nnaRcatton ofapprovuO 2532368232 Signatureroofservice ftmai1. (;vm Additional Details — Contract Detallit — — Your Expected Jot) Start Date (mmidd/yyyy) raid Due Date (Prime Contractor's) Award Data (Prime Contractor's) 08/02/2021 03/16/2021 04/12/2021 Job Site AddresslDirmtions Total Dollar Amount of Your Contract 18821 Crown Ridge Blvd. (including sales tax) or indicate time and $202500.00 ❑ T&M Arlington, WA 98233 materials, if applicable. PritueCcatractor'sCompany infarraedon HIrina Contractor's Company Info lion :: ne Contractor's C umpany Name Prime Contractor's Intent Numhcr hiring Contrdctor's Company Nance KASSEL & ASSOCIATES 1135391 KASSEL & ASSOCIATES INC INC Prime C'ontr-door's Registration Prince Contractor',, IIRI Number Hiring Company's Contractor Registration Number hiring C;owrnek)rs UBI Number Number 602944979 KASSEA19140M 602944979 KASSEA19140M Employment informatiow- Do you irio nd io use ANY will employees perform work Yes EINo LJYex ®1Vn subcontractors`? on this project? Will ALI, work be subcontracted? Dyes ®Na Do you intend to use apprentice Dyes ®Na ernploym? Nwnbe:r of Owner/operators who own at least 30% ofthe company who will perform work on this project: ®None ((j) Done (1) [—]Two (2) ❑Three (3) Crnfisrfrades(Occupations - (Do not fiat apprentices. They are listed on the Affidavit of Wasus Paid wily.) If an employee works in morn than one trade. Number of Raft of Hourly Rate of Hourly Usual (i,Fringe") ensure Ihat all flours worked in each trade are reported he low rnr additional Workers Pay Benefits crafts/trades/occupations plean use Addendum A. 0.00 Snohomish-Roofers-Joume Level 6 57.30 Signature WOO,, I hereby certify t�,,t 1 have read and understand the instructions to complete this fum) ar;d teDi the information, including any addenda, are correct and that All workers f ampiny on this Proicct will be aid no leas than the Prevailin Wa c Rat s a; determined by the Industrial statiaticiai. of the Deliartment of l abor and Industries, Print Name: Print Title: Si nature: Dnte: For l Use Only Approved by signature of the Department of J.ahor and Industries Industrial Statistician NOTICE: If the prime contract N at a cost of over one million dollars (si,000,000.00), XCW 39.04.370 requires you to complete the @fib 210 (RCW 39.04.370) Addendum and atlech It to your Affidavit of Wages of Fold when your work on the project coaciudes. This Is only a notice. The Ell 280E Addendum is not submitted with thin intent - SAMPLE - t 700-029.000 Statement of Intom to Pay Prcvailmg Wawa 03.20I 1 UcpartmcnS of Labor and indusmes STATEMENT OF INTENT TO Prevailing Wagc PAY PREVAILING WAGES (360)902-5335 www_lni.wu. ovfTratdesLicensitt 1'revltVa c Pab1fC Works Contract • Fill in all blanks or tllc form will he returned ror correction oY4.00 Filing Fee Required � ,see � see ins ructions . Intent ID # {Assigned by L&Y) 1228660 • Please allow a minimum of 10 working days for processing. • Onee approved, your forth will be posted online at Your Com an lnformaHoa Awarding Agency Iuformation JILI Your Company Name Project blame Contract Number SIGNATURE. ROOF SERVICE LLC Port Susan Middle School - Roof & 0148 Gutter Replacement Your Address Awarding Agcney 27614 132nd Ave SE STANWOOD SCHOOL DISTRICT AL401 City State Zip+4 Awarding Agency Address KENT WA 198042 26920 PIONEER HIGHWAY STANWOOD, WA - 98292 Your Contractor Registration Your U131 Number Awarding Agency Contact Name Phone Number Number 604584835 Ruth Anspaugh 360-629-1207 SIGNARS907DF Your Industrial Insurance Account Number County Whcrc Work Will Ba Performed City Whom Work Wi€I Be Performed 84327700 Snohomish Stanwood Your Email Address Ircyuircd for Your Phone Number nouiicatiunofapproval) 2532368232 Signaturcroofservice(rt;&mlai l . corn Additional Details Contmet lietalls _ Your Expected Job Start Date (mm/ddlyyyy) Bid Due Dale (Prune C'ontractar's) Award Date {Prime Contractor's) 06/20/2022 02/10/2022 03/01/2022 Job Site Address/Directions Total Dollar Amount or Your Contract 7506 267th St NW (including sales tax) or indicate time and $535000.00 ❑ T&M Stanwood, WA 98292 materials, if applicable. Prune Conrractor's C.om anv infottUatiou Hiftitir, Contractor's Company lnformea.. Prime ConL iclor's Company Ndme Prime Contractor's intent Number I Iiring Contractor's Company Name GOOD NEWS GROUP 1215273 GOOD NEWS GROUP CONSTRUCTION CONSTRUCTION Prime Contractor's Registration Prime Contractor's UBl Number Hiring Company's Contractor Registration Number Hiring C'onlraelors U131 Number Number 602852319 GOOi lNNC921 NG 602852319 GOODNNC92ING F-su to fflkut luformation -- - D.) you intend to use ANV CjYcs ®No Will employees perform work ��77{{ Eyes QNo subcontractors? on this project? Will &LI. work he subcontracted? ❑Yes ®No Do you intend to use apprentice ❑Yes ®No employees? Number of CiwncdQperalors who own at least 30% of the company who will perform work on this project: ®Non. {0) [:]Ono (1) QTwo (2) ❑Three (3) Crafts/Tradcs/Occupations — (Do not list apprenlices. They are listed on the Affidavit of Wages Paid only.) If an employee works, in more than u% trade, Number of flute of Hourly hate of Hourly Usual ("Fringe") cusure that all hours worked :n each trade are reported below. For additional Workers Pay Benefits crafislttades/occu aborts lease use Addt:ndunt A. 0.00 Snohomish-Roofers-Journev Level 4 57.30 signature Block mi hereby cen iti thd; t hz,e read and uedenmand the instructions to comniete this torm and that the information. includingany addenda, are correct and that all workers 1 employ on this Public u'<,r; s Project will be aid no less than ilic PrevailingWage Rates os determined b the Industrial Statistician of the Department of [A)or and induatries. Print Name: Print'1€tte: Si nature: Date: For 1:&I Use Only ,lpproved by signature of the Departmc nt of ;.ahoy ants Industries lndusrnol Statistician NOTICE: If the prime contract Is at a cost of over one mllltoo dollars (3I,000,000.00), RCW 39.04.370 requires you to complete the EAB 2805 (RCW 39.04.370) Addendum and attach It to your Affidavit of Wages of Paid when your work on the project concludes. Thia Is only a notice. The ENS 2105 Addendum la not submitted wlth this Intent. SAMPLE - y700-029.00 Statement nt Intent to Pay Prevailing Wages 03-2011 Department of Labor and Industries STATEMENT OF INTENT` TO Prevailing Wage ;��� sr"���� PAY PREVAILING WAGES (360)902-5335 o b Www..ini.wa. a�viTmdesLicens. in /:L . rcvWa r z Public Works Contract • Fill in all blanks or the farm will be returned for correction $40.00 Filing Fee Required '2 l8as N User instructions). Intent ID # (Assigned by L&I) 1.230927 • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at Your Company informations M Awarding Agency Inform3flort Your Company Name Project Nome Contract Number SIGNATURE ROOF SBRVICF LLC WENATCHEE CONVENTION SW22-01 CENTER ROOFING PROJECT Yotir Address Awarding Agency 27614 132nd Ave SE WE,NATCHEE, CITY OF City State Zip-14 Awarding Agency Address KENT WA 198042 PO BOX 519 WENATCHEE, WA - 98807 0519 Your Contractor Registration your IJBI Number Awarding Agency Contact Namc Phone Number Number 604584835 CITY OF WF.NATCHEE PUBLIC 509-888-3200 SIGNARS8071DIF WORKS Your industrial Insuraacc Account Number Cuunty Wliere. Work Will Be Performed City Where Work Will Re Performed 84327700 Chelan WENATCHEE Your E-mail Address {required for Your Phone Number notification urapproval) 2532369232 S ipatureroofservice(vl,;7rrtail. com; Additional Details Cont"ODetYour Expcocd Job Starl Date (mmlddlyyyy) Bid Due Date {Prime Contractor's) Award Date (Prime Contractor's) 07/0/01/2022 03/15/2022 04/13/2022 ,lob Site Address/Directions "total Dollar Amount of Your Contract 121 N WENATCIt1FE AVE (including sales tax) or indicate time and $140000.00 ❑ T&nt WENATCHEE WA 98807 materials, ifapplicable. Prime Contractor's Company Information = -- _ Hfrin Contractor's Com anv Information ?nrrc Conteactor's Company Narrc Prifn Contractor's Intent Number N nr, Corr; :c.1u 's Com,^^.,toy Cane SIGNATURE ROOF 1230927 SERVICE LLC Pnme Contractor's Registration Prime Contractor's LIBI Number l iiring Company's Contractor Registration Number luring Contractors Ut31 Ivombcr Number 6045 84835 SIGNARS807DF Employment Information — -- - Do you intend to u e ANY ❑YF� ®N° Will employees Perform work ®Yes ❑Nv �uhcontractors? on this project'? Will ALL work be subcontracted? v ❑ . es ®No Do you intend to use apprentice Dye's ®No employees? Number of Owner/Operators who own at least MIX, of the company Who Will perform work on this Project: ®None (0) ❑Une (1) ❑Two (2) ❑Tl,r: ,: + t', Crafis(rrades/Occupations - (Do :tut list apprentices. They arc i istcd on the Affidavit of Wages Paid only.) Ifan employee works in more than one trade, Number of hate of Ifourly Rate of Hourly IlsuaI {"Fringe") ensure that all hours winked in each trade are reported below. For additional Workers Pay Benefits c.alisltrads:s/tLCu atinns please use Addendum A 0.00 Chcian-Rooters-journev Level 4 42.79 Signature block - - - - -- I he'ehy Term fy :h•t I have real and understand the instructions to congiiete thi; titers and that the inforntatton, rncludifir ony oddenda. are correct and that At workers I employ on this Public WVwks Project will be paid no lass than the Prevailing Wage Itatt s as d, lcnnined by the Industrial Statistician of the Department of Labor and Industries. Print :Name. Print Title: Si nalure: Date: For tAl Use Only Appro,,ed by signature of the ncparirnent of Labor and l:tdustres InLustrtn; Stilw—cian NOTICE: If the prime contract Is at a cast of over one million dollars ($1,000,000.00). RC W 39.04.370 requires you to complete the F.iiB 2805 (RCW 39-04.370) Addendum and attach €t to your Affidavit of Wages of Paid when your work oa the project eoactudes. This Is only a notice. The E138205 Addendum Is not submitted with this Intent. SAMPLE - F?00.029.0W Statement of Intent to f sy Prevailing Wages 03-2011 I)eparttncnt of Labor and Industries STATEMENT OF INTENT TO Prevailing Wagc A�eTnrgn PAY PREVAILING WAGES (360) 902-5335 Ini.wa, av�lTradc-iLicettsin$IprcvW 0 — Public Works Contract • Fill in all blanks or the form will be returned for correvtlon rya raa® .0� $40.00 Filing Fee Required face instructions3. Intent I❑ # {Assigned by L&I} 1237500 • Please allow a minimum of 10 working days for processing. • Once approved, your form will be posted online at - Your Com an Laforrnatioa Awardin ever Informt:rlo Your Company Name Project Narnc Contract Number SIGNATURE ROOF SERVICE LLC GRANT COUNTY FACILITIES FM2204 ND MAINTENANCE Your Address Awarding Agency 27614 132nd Avc SF GRANT COUNTY City State Zip+4 Awarding Agency Address KENT WA 98042 PO BOX 37 EPHRATA, WA - 98823 Your Contractor Registration Your W Number Awarding Agency Contact Name Phone Number Number 604584835 'Kevin Schmidt 509-754-201 10272 SIGNARS807DF Your Industrial Insurance Account Number County Where. Work Will Be Ferfonncd City Arhere Work Will Be Performed 84327700 Grant Moses Lake Your F,mail Address (required for Your Phone Number notilkoinn of approval) 2532368232 S i gnat urero o fsery i ce(ci,g7riai 1. com Additional Details Contract Deislls - - x Your Expected Job Start Date (tiun/dd/yyyy) 13id Duo Data (Prime Contractor's) Award hate (Prime Cnntractor's) 05/ 116/2022 02/22/2022 03/0 I /2022 Job Sitc Address/Directions Total Dollar Amount of Your Contract 35 C STREET NW (including saics tax) or indicate time and $ I26828.00 ❑ Tx:tut EPHRATA WA 99823 materials, if applicable. Prime Contractor's Com auv inforruation Ruing C'oniraetor's ComDau Information Prime Contraactor's Company Name Prime Contractor's Intent Number H:ring Contractor's Company Name SIGNATURE ROOF 1237500 SERVICE I_LC Prime Contractor's Registration Prime Contractor's URI Number Himig Company's Cow raclot Registration Number Hinng Contractors 11BI Nusnher Number 604584835 SIGNARS807DF Employment Information Dn you Intend to use ANY ❑Yes �Na Will em to ccs erform work P ®Yes j � No subountractors't on this project? Will Ar.r. work be subcontracted? Ely" ®No Igo you intend to use apprentice ,yes ON. employed? 'Number ofowner/Operators who own at least 3001h of the company who will perform work on this project: ®None (0) ❑One (1) QTwo (2) ❑Three (3) Crafts/TradesfOccupations — (Do not list apprentices. Thcy arc iistcd on the Affidavit of Wages Paid only.) (fan employee works in more than one trade, Plumber of Rate of Hourly Rate of Hourly Usual ("Fringe") ensure that all hours worked in each trade are reported below. For additional Workers Pay Benefits crAVIrades/occupations lean use Addendum A. 0.00 Grant- Roofersjounicy Level 5 56.95 Sl torture Block iw— I hereby certify that 1 have read and undmtard the instructions to :orr,ptete this than and that the information, including any addenda, are correct and that all workers I employ un this Public Works Project wi11 b+ aid no ks, than the Prevailing Wa a Rates as determined by the lndumtwi Statistician of tic Department of tabor and Industries. Print Dame: Print Title: Si nature: Date. - For ly LA-1 t lee O— Approved by signature of the Dcpmtment of Labor and lndustries lndu.Qndl Slattsbeta n NOTICE: If the prime contract is of a coat of over one million dollars (S1,000,000.00), RCW 39.04.370 require you to complete the EHS 2805 (RCW 34.04.370) Addendum and attach It to your Affidavit or Wages of Paid when your work on the project concludes. This Is only a notice. The EHB 2t105 Addendum Is not submitted with this Intent. SAMPLE • r700-029-0DO Statement of intent to Pay Prevailing Wagcs 03-2011 Department of Labor and Industries STATEMENT OF INTENT TO Prevailing Wage PAY PREVAILING 'WAGES (360) 902-5335 www.Ini.wa.pov/Tradc.%I.icensinoJllrevWaPQ Public Works Contract • Hill in all blanks or the form will be returned for correction th o $�#Q.UU Filing Fee Required '� l59a =� (see instrut:NonsL Intent ID # (Assigned by L&I) 1237572 • Please allow a minimum of I0 working days for processing • Once approved, your form will be posted online at Your Company fnformstiaa Awardin A enc Information - Your Company Name Project Name lContract Number SIGNATURE ROOF SERVICE LLC Langley Middle School Gym Retrofit 119014 Your Address Awarding Agency 27614 132nd Ave SE SOUTH WHIDBEY SCHOOL DISTRICT #206 Cary Statelip+4 Awarding Agency Address KENT WA 198042 PO BOX 346 LANGLEY, WA - 98260 0346 Your Contractor Regtstralion Your UBI Number Awarding Agency Contact Name Phone Number Number 604584835 Dan Poolman 360-221-3835 SIGNARS807DF Your Industrial Insurance Account Number County Where Work Will Be Performed City Where Work Will Be Portbrmrd 84327700 131luid Langley Your Email Address (nyuircd fur Your Phone Number notification of approval) 2532368232 S igrrldturcroo'fservice@galal1. Coin Addiduna Details OEM Details —Contract Your Expected Sob Stan Date (mirdddlyyyy) Bid Due Datc (Prime Contractor's) Award Date (Prime Contractor's) 07/ 118/2022 02/ 16/2022 04/21 /2022 Job Site Address/Directions Total Dollar Amount of Your Contract 723 Camano Avenue (including sales Fax) or indicate time and $20g000.00 [I T&M Langley, WA 98260 materials, tf:tpplicable. Prtme Contractor's Comoao Hiring In s Cotttrscttir'Company information _ I tiring Contractor',, Company Name Prime Contractor's Company Narr'e Prmc contractor's Intent Number KASSEL 82 ASSOCIATES 1231848 KASSEL & ASSOCIATES INC INC Prime Contractor's Registration Prime Contractor's UBI Number Hiring Company's Contractor Registralion Number Hiring Contractors UBI Number Number 602944979 KASSEA 19140M 602944979 14 ASSEA19140M La )eol Information Do you intend to use ANY QYcs �No Will employees perl'orm work Nye, 1[1{ QNo subcontractors? this project? Will ALL work be subcontracted? ❑Yes ®No Do you intend to use apprentice ❑Yes NNo employees? Number of 0wrier/Operatom who own at IcFtst 30%of the company who will perfium work on this project: ®None (0) ❑Onc (1) ❑Two (2) []Three (3) Craftsfi'radevoccupations —(Dotint list apprentices. They are lisled on the Affidavit of Wages Paid only.) If an employee works in tnore than one trade, Number of Rate of Hourly Rate of Hourly Usual ("Fringe") ensure that all hours Worked in each trade are repotted below. For additional Workers Pay Heneftt crafts/trades/occt ations please use Addendum A. 0.00 Island-Roofers-3ourne Level 4 57.30 Signature Block , — — hereby certify that I have rc4d anJ understand the wstructions to compkw thi. {errs and that the iniixmation, including any addenda. are correct and that all workers I ernploy tin this Public Works Prto' vile be paid no less than the Prcvnifing Wage Rat s es determined by die Industrial Statistician ot'the Department of 1-abor and Industries. Print Name: Print Title: Si nature: Date: For L&I Use Only Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE: it the prime contract Is at a coat of ever one mllllon dollars (31,000,000.00), RCW 39.04,370 requires you to complete the ERB 2005 (RCW 39.04.3701 Addendum and attach It to your Affidavit of Wages of Paid when your work an the project concludes. This is only a notice. The EUB 2005 Addendum Is not submitted witb Ibis Intent. SAMPLE - F700-029.00 Statement of Intent to Pay Prevailing Wages 03-201 1 Department of Labor and industries STATEMENT of INTENT TO Prevailing Wage" PAY PREVAILING WAGES (360)902-5335 mMw.11rt.wn.goyfrradcsLicettsiirgll'revWag I = z Public Works Contract 41 • Fill In all blanks or the form will be returned for correction `eta $40.0Q Filing Fee Required lase �' see Instructions). Intent ID # (Assigned by L&I) 1224369 • Please allow a minimum of IU working days for processing. • Once approved, your forms will be posted online at Your Company Information Awardin A enc • Information Your Company Name Project Name Contrast Nunmhcr SIGNATURE ROOF SERVICE LLC NWC Fairgrounds Resolution CE # 22-02A Your Address Awarding Agency 27614 132nd Ave SE DOUGLAS COUNTY City state Zip,14 Awarding Agency Address KENT WA 99042 PO BOX 747 WATERVILLE, WA - 98858 Your Contractor Registration Your UBI Number Awwding:Agency Contact Name Phone Number Number 604584835 Ramon Ramirez 5097458480 SICNARS807DF Your Industrial Insurance Account Number County Where Work Wilt He Performed City Where Work Will Bc Performed 84327700 Douglas Waterville Your Email Address (required for Your Phone Number notiftcation of approval) 2532368232 S i gn aturcroofsery i ce(a,? gmai 1. com AddldoaA De€ail8 Contract IlwetaIIS Your Expected Job Sian Late (mnVdd/yyyy) Bid Due Date (Prime Contractor's) Award Date (Prime Contractor's) 04 / 111/2022 03/ 14/2022 03/22/2022 Job Site Addres,elDirections Total Dollar Arnount of Your Contract North Central Washington Fairgrounds, (ins lading sales tax) or indicate time and $219379.52 [] T&M 601 North Monroe Street, maierials, ifapplicabic. Waterville, WA 98859. Prime Contractor's Com anv Information lilrin Contractor's Com any information Prime Contractor's Company Name frimc Contractor ;Intent Number 1 iinag Contrxtor's Company Nanic S[GNATURE ROOF 1224369 SERVICE LLC Prime Contractor's Registration Pnme Comrac:tor's UBi Number hiring Company's Contractor Registration Number ){long f nntractors %liil Number 'Number 604584835 SIGNARS807DF Employment Information _ — Do you Intend to use ANY �YuK �Ho Will employees perform work ®Yes ❑Ho subcontractors? on this project? Will ALL work be subcontracted'? []Ycs ON,, Do you intend to use apprentice OYcs ®No employees? Number urOwncr/operators who own at least 30% of the company who will perform work on this project: ®Nnnc (0) ❑Ortc (1) QTwo (2) QThrce (3) Craftsrrrades/Occupations — (Do not list apprentices. They are listed on the Affidavit of Wages Paid only.) Ifan employee works in lure than one trade, number of Rate of Hourly Rate of Hourly Usual ("Fringe") ensure that all hours worked in each trade are reported below. For additional Workers Pay Benefits craftsllradcsloccu scions lease use Addendum A �r1� tr1�RR V.V V Douglas-Roofers-lournc Leve; 4 42.79 Signature Block h.«h; c Piry iha: I k,avc react anti urdetstand the initructicns k,. compicw ttz; temi and that the information, m0tidingany acdcada, are correct and that all workers I en)o1Qy on this Public Works Project will be said no tesa than the Prevailing Wage R&h: s as dcicrminW by the Industrial Statistician of the Dc wimcnt or Labor and Industrim- Print Name: Print Title: Si ature: Date: For L&1 Use Only Approved by signature of the Department of Labor and Industries Industrial Statistician NOTICE; If the prime contract is at a cost of over one million dollars ($1,000,000.00), RCW 39.04.370 requires you to complete the EHH 2805 (RCW 39.04.370) Addendum and attach It ro your Affidavit of Wages of Paid when your work on the project concludes. This is only a notice. The EBB 2805 Addendum Ss nut submitted with this Intent. SAMPLE • F700-029.000 Statemem of Intent to Pay Prevailing Wages 03-201 l I "I *t SIGNATURE ROOF SERVICE Signature Roof Service 27614 1.32"" Ave SE Kent WA 98042 PROJECTS COMPLETED LAST 5 YEARS W"N, ngton State Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-S33S PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date 111212021 intent Id: 1147027 Pr4nt Recslpt Print Form Your Company Information SIGNATURE ROOF SERVICF. LLC 27614 132nd Ave SE KENT, WA 98042 OMWBE Certifications as of 5/24/2021 No active certifications exist for this business. Workers' Compensation Account ID Project information Awarding Agency Name Awarding Agency Address Awarding Agency Contact dame Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funded Project Project Site Address or Directions Affidavit id: 1068694 UBI: 604 584 835 Reg#: SIGNARS807DF Email: Signattir�eroofserviceOggmaii.com Plied By: Hogue, Billie Jean 843,277-00 Affidavit Status: Approved TUMWATER SCHOOL DISTRICT 621 LINWOOD AVE SW TUMWATER WA 98512 Anita Tavelli 360-709-7009 T13S Bldg. C Re -Roofing Thurston Tumwater No No No 700 Israel RD SW, Tumwater, WA 98501, Project Description Re -roof building C at Tumwater High School, Prime Contractor name GOOD NEWS GROUP CONSTRUCTION Prime Contractor Registration Number GOODNNC921 NG Prime Contractor UM Number 602 852 319 Prime Contractor Phone Number 253-34I -9312 Prime Contractor Intent form ID# for this project 1136636 Hiring Contractor Name GOOD NEWS GROUP CONSTRUCTION Hiring Contractor Registration Number GOODNNC921 NG Hiring Contractor U31 Number 602 852 319 ❑ollar Amount of Your Contract $1 16,000.00 Contract Type Bill -Build (Traditional) Bid Due Date 4/1312021 Contract Award Date 4J1 S/2021 Intent Filed Date S/24J2021 job Start Bate 7/ 1 I 12021 job End Date 8/6/2021 Project Completion Did your company hire ANY subcontractors? No Did your company have employees perform work on this project? Yes Did your company have apprentices perform work on this project? No Now many owner/operators performing work on the project own 0 30%or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details County Trade Omupatlon prewling Wage Fringe * Workers Hours Wage Thurman Roofers Journey Level $56.95 562.95 S0-00 1 32 Thurston Roofers Journey Level 556.95 $M95 SD.00 5 144 A Site alert Aft Washington State Department of k,h Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date: 91161202I intent Id: 1175096 Affidavit Id: I055262 Prini Receipt Print Form Your Company Information SIGNATURE ROOF SERVICE LLC UBI: 604 584 835 27614 132nd Ave SE Reg#: SIGNARS807DF KEI1T,WA 98o42 Email: Signaturcroofsetvicc@gmail.e:om Filed By: Hogue, Billie .lean OMWBE Certifications as of 9/3/2021 No active certifications exist for this business. Workers' Compensation Account 1D 843,277-00 Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funned Project Affidavit Status: Approved BURIEN, CITY OF 415 S W I 52ND ST. SUITE 300 BURIEN, WA - 98I66 Coreyjenkins 206-450-6690 Parks Roofing Projects King Burlen No No No r f0ject Site Address or Directions Project Description Prime Contractor !Name Prime Contractor Registration Number Prime Contractor UBI Number Prime Contractor Phone Humber Prime Contractor Intent form ID# for this project Hiring Contractor Name Hiring Contractor Registration Number Hiring Contractor UBI Number Dollar Amount of Your Contract Contract Type Bid Due Date Contract Award Date Intent Filed Date job Start Date job End Date Project Completion Did your company hire ANY subcontractors? Did your company have employees perform work on this project? Did your company have apprentices perform work on this project? How many ownerloperators performing work on the project own 30% or more of the company? Subcontractors No subcontractors selected. ,tourney Level Wage Details Community Garden Garage Roof: 437 SW 144th St, Burien, WA Carver House Roof: 528 S. I48th St., Burien, WA Mathison Garage Roof: 533 S 146th, Burien, WA Dottie Harper House Chimney Flashing: 42I SW I461h St, Burien, WA Tear off and fe-roof buildings and make any repairs necessary SIGNATURE ROOF SERVICE LLC SIGNARS807OF 604 584 935 253-236-8232 1175096 N/A $32,534.55 Limited Public Works (Less than $50.000) 617/202I 8131202I 9131202I 8/23/2021 8128/2021 No Yes No 0 Washington State Department of %Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Sax 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date: I /28/2021 intent Id: 1082026 Print Recelpt print Form Your Company Information SIGNATURE ROOF SERVICE Id.0 23927 13gth PL SE KENT,WA 98042 OMWBE Certifications aS of 8/20/2020 No active certifications exist for this business. Workers' Compensation Account I❑ Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWEE utilization is required Federally Funded Project Affidavit Id. 999503 UBI: 604 594 835 Reg#: SIGNARS807DF Email: Signatoreroofservice@gmaii.com Filed By' Hague, Billie dean 843,2 77-00 Affidavit Status: Approved Enterprise Services, Department of PO Box 41476 Olympia, WA - 98504-1476 Veronica Sharp 360-407-8032 Roof Replacement and Leak Repairs - Transportation Building Department of Enterprise Services Thurston Olympia No No No Project Site Address or Directions 310 Maple Park Ave SE Olympia, WA. 98504 Project Description Roofing Replacement Prime Contractor Name GOOD NEWS GROUP CONSTRUCTION Prime Contractor Registration Number GOODNNC921 NG Prime Contractor UBI Number 602 852 319 Prime Contractor Phone Number 253-34I -9312 Prime Contractor Intent form ID# for this project 1079978 Hiring Contractor Name GOOD NEWS GROUP CONSTRUCTION Hiring Contractor Registration Number GOODNNC921 NG Hiring Contractor UBI Number 602 852 319 Dollar Amount of Your Contract $189,000.00 Contract Type Bid -Build (Traditional) Bid Due Date 7/30/2020 Contract Award Date 8/12/2020 Intent Filed Date 812O12020 job Start Date 1O/I9/2O20 job End Date 1211712020 Project Completion Did your company hire ANY subcontractors? No Did your company have employees perform work on this project? Yes Did your company have apprentices perform work on this project? No How many owner/operators performing work on the project own 0 30% or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details County Trade Occupation Prevailing Wage fringe Workers Hours Wage Thurston Roofers Journey Level S54 bZ 354 67 SO.00 9 604 5 Washington State Department of Labor & industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date. 112812021 intent Id: I070602 Print Receipt Print Form Your Company Information SIGNATURE ROOF SERVICE LLC 23927135th PLSE KENT,WA 98042 OMW`RF Certifications as of 718/202o No active certifications exist for this business. Workers' Compensation Account ID Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funded Project Project Site Address or Directions Affidavit Id: 999504 UBI: 604 584 835 Reg#: SIGNAPS807DF L•mail: SignatureroofscMce@gmail.com Filed By: Hogue, Billie Jean 843,2 77-00 Affidavit Status: Approved Enterprise Services, Department of PO Box 4I476 Olympia, WA - 98504-1476 Rachel Walters 360-407-8029 Don Talley Roof Replacement Cowlitz Longview No No No 1600 Maple St Longview WA 98632 Project Description Remove & Replace roof (Single Ply Roof) and Shingie Prime Contractor Name GOOD NEWS GROUP CONSTRUCTION Prime Contractor Registration dumber GOODNNC92 I NG Prime Contractor UBI Number 602 852 319 Prime Contractor Phone Number 253-34I -9312 Prime Contractor Intent form ID# for this project I063103 Hiring Contractor Name GOOD NEWS GROUP CONSTRUCTION Hiring Contractor Registration Number GOODNNC92I NG Hiring Contractor UBI Number 602 852 319 Dollar Amount of Your Contract $450,000.00 Contract Type Bid -build (Traditional) Bid Due Date 5/2812020 Contract Award Date 6/4/2020 Intent Filed Date 7/8/2020 Job Start Date 711412020 Job End Date 12/7/2020 Project Completion Did your company hire ANY subcontractors? No Did your company have employees perform work on this project? Yes Did your company have apprentices perform work on this project? No Haw many owner/operators performing work on the project own 0 30% or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details County Trade occupation; Prevalling Wage Fringe # Workers Hours Wage Cowlitz Roofers }ourneyLevel $54.62 354.62 SOAR 14 1628.5 King Roofers Journey Level S5S.02 355.02 Moo R 3t2 Thurston — Roofers Journey Level $54.62 $S4,62 SO.00 10 — 630.5 Washington State Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date. 6/16/2020 Intent Id. 1OS6843 print Receipt Print Form Your Company Information SIGNATURE ROOF SERVICE LLC 23927135th PLSE XENT,WA 98042 (OMWBE Certifications as of 518/2020 No active certifications exist for this business. Workers' Compensation Account ID Project Information Awarding Agency blame Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number I Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funded Project Project Site Address or Directions Affidavit Id: 945518 UBI: 6o4 584 835 Reg*: SIGNAR88o7DF Email: Signature mofse viceftmaiI-coin Filed By: Hogue, Billie Jean 843,277-OD Affidavit Status: Approved SEDRO WOOLLEY SCHOOL DISTRICT 801 TRAIL RD SEDRO WOOLEY, WA - 98284 Ken Franks 360-855-3SOO Sedro Woolley SD - Sedro Woolley High School Gym Skagit Sedro Woolley No No No f Project Description Prime Contractor Name Prime Contractor Registration Number Prime Contractor LlBi Number Prime Contractor Phone Number Prime Contractor Intent form ID# for this project Hiring Contractor Name Hiring Contractor Registration Number Hiring Contractor UBI Number Dollar Amount of Your Contract Contract Type Contract Award Date Intent Filed Dare Job Start Date Job End Date Project Completion Did your company hire ANY subcontractors? Did your company have employees perform work on this project? Did your company have apprentices perform work on this project? How many owner/operators performing work on the project own 30% or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details Remove existing roof and replace with new roof. GARLAND/DBSINC GARLAI*903K4 603 013 262 800-762-8225 1052464 GARLAND / DB5 INC GARLAt*903K4 603 013 262 $1 z5,500.00 General Contractor/Construction Manager (CC/CM) , Design Phase 4/14/2020 5/8/2020 5/18/2020 5/2012020 No Yes No a County Trace Occupation Prerralltnq Wage Fringe iR Workers Hours Wage Skint Refers 10urn eyLevel $31.84 $31.94 $0.00 S 220 Apprentice Details I A Site alert A Washington Slate Department oT 4JLabor & Industries Prevailing Wage Section - Telephone 360-902-5335 Pp Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received pate: 6/3(2022 Intent ld: I214I07 Pr'.n: Recelot Print 5orm Your Company Information SIGNAnTRE ROOD: SERVICE LLC 27614 132nd Ave SE KENTMA 98042 OMW HE Certificatirrns as of 2/2s12o22 No active certifications exist for this business. Workers` Compensation Account tD Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funded Project Affidavit Id: 1119796 USi: 604 584 835 Reg*: SIGNARS8o7DF Email: SignatureroofserviceT?gmail.evm Filed By: Hogue, Billie Jean 843.277-00 Affidavit Status: Approved Pierce County Human Services 3602 Pacific Avenue Tacoma, WA - 98418 Lynda Buchanan 253-798-6526 Residential Composition Roof Pierce Haney Lake, Tacoma No No No IF A,oject Site Address or Directions Project Description Prime Contractor Name Prime Contractor Registration Number Prime Contractor UBI Number Prime Contractor Phone Number Prime Contractor Intent form ID# for this project Hiring Contractor Name Hiring Contractor Registration Number Hiring Contractor UBI Number Dollar Amount of Your Contract Contract Type Bid Due Date Contract Award Date Intent Flied Date job Start Date job End Date Project Completion Did your company hire ANY subcontractors? Did your company have employees perform work on this project? Did your company have apprentices perform work on this project? How many owner/operators performing work on the project awn 3096 or mare of the company? Subcontractors No subcontractors selected. .tourney Level Wage Details County Trade Occupation Warnaca 1 503 100th St S Tacoma, Wa 98444 Dailey 13816 48th Ave Ct. E Tacoma, Wa 98446 CritchfieId 202178th St Ct E Tacoma, Wa 98404 Perkins 19807 121 st St E Bonney Lake, Wa 98391 Tear off and re -roof SIGNATURE ROOF SERVICE LLC SIGNARS807DF 604 584 835 253-236-8232 1214107 NIA E38,758.77 Limited Public Works (Less than 350,000) 12/22/2021 2/212022 Z12512022 2114/2022 2/19/2022 No Yes No 0 frava111ng Wage Fringe *Workers Hours Wage County Trade Orcupation Prevailing Wage Fringe # Workers Hours I Wage Pierce Roofers Journey I&jel 556,9s S5b•45 50.00 b 79 ' I Apprentice Details No apprentice selections. © site alert Washington State DepaMent of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Date: 6/7/2021 Intent Id: 1145305 Print Recelpt Prlrit Form Your Company Information SIGNATURE ROOF SERVICF LLC 276r4132nd Ave SC KENT,WA 98042 OM W3K Certifications as of 5/ i'7/2o2r No active certifications exist for this business. Workers' Compensation Account ID Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization Is required Federally Funded Project Affidavit ld: I030509 i BI'. Soo 584 835 Rcge: SIGNARS8o7DF Email. Signatureroofservice(a)gmail.com Filed BY: Hogue, Billie Jean 843,2 77-00 Affidavit Status: Approved Pierce County Human Services 3602 Pacific Avenue Tacoma, WA - 98418 Lynda Buchanan 253-798-6526 PCHS SC-108I94 Pierce Tacoma No No No d Project Site Address or Directions Project Description Prime Contractor Name Prime Contractor Registration Number Prime Contractor URI Number Prime Contractor Phone Number Prime Contractor Intent form ID# for this project Hiring Contractor game Hiring Contractor Registration Number Hiring Contractor UB1 Number Dollar Amount of Your Contract Contract Type Bid Due Date Contract Award Date Intent Filed Date Job Start Date Job End Date Project Completion Therese 122 I 34th Ct S Tacoma, Kreisman-Carlson 909 132nd St E Tacoma, Goodwin 910 I 14th St S Tacoma, Janssen 1823 Chesney Rd E Tacoma Therese Stick -built Kreisman -Carlson Mobile Home Goodwin Stick - built Janssen Mobile Home SIGNATURE ROOF SERVICE LLC SIGNARS807DF 604 584 835 253-236-8232 1145305 N/A $44,784.25 Limited Public Works (Less than $50,000) 3/19/2021 4/2/202I 5/17/2021 4/25/2021 5/8/202I Did your company hire ANY subcontractors? No Did your company have employees perform work on this project? Yes Did your company have apprentices perform work on this project? No How many owner/operators performing work on the project own 0 30% or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details © Site alert Washington State Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Prevailing Wage Affidavit Document Received Dam I I ISY2021 Intent Id: 1145362 Print Receipt Print Form Your Company Information SIGNATURE ROOF SERVICE ] J.0 27614 t32nd Ave SE KENT,WA 98042 OMWBE Certifications as of 5/i8/2o2i No active certifications exist for this business. Workers' Compensation Account 1D Project Information Awarding Agency Name Awarding Agency Address Awarding Agency Contact Name Awarding Agency Contact Phone Number Project Details Project Name Counties Where Work Was Performed City Where Work Was Performed Apprentice utilization is required OMWBE utilization is required Federally Funded Project Affidavit ld: 10696S4 UBI: 604 584 835 Reg+: SIGNARS807IBF Email: SignaturcroofservLee@gmail.a)m Filed By: Hogue, Billie Jean 843,277-00 Affidavit Status: Approved Pierce County Human Services 3602 Pacific Avenue Tacoma, WA - 98418 Lynda Buchanan 253-798-6526 PCHS Cross #108193 #0I 1549 Pierce Puyallup No No No N s Project Site Address or Directions Project Description Prime Contractor Name Prime Contractor Registration Number Prime Contractor UR1 Number Prime Contractor Phone Number Prime Contractor Intent form 1D# for this project Hiring Contractor Name Hiring Contractor Registration Number Hiring Contractor UBI Number Dollar Amount of Your Contract Contract Type Bid Due Date Contract Award Date Intent Filed Date Job Start Date Job End Date Project Completion Did your company hire ANY subcontractors? Did your company have employees perform work on this project? Did your company have apprentices perform work on this project? How many owner/operators performing work on the project own 30% or more of the company? Subcontractors No subcontractors selected. Journey Level Wage Details Ronald & Sharon Cross 7427 154th 5T E Puyallup, Wa 98375 Mob le Home SIGNATURE ROOF SERVICE LLC SIGNARS807DF 604 584 835 253-236-8232 1145362 N/A $ 25,414.02 Limited Public Works (Less than $50,000) 3/29/2021 4/3/2021 5/18/2021 7/5/2021 7/9/2021 No Yes No 0 i County Trade Cticupatton Prevailing Wage Wage Pierce Routers JOurnty Level M-95 SW.C9 Fringe S Workers Hours $01.00 1 30 Apprentice Details No apprentice selections. EXHIBIT BINSURANCE REQUIREMENTS FORCONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3.coverage as required by the Industrial Insurance laws of the State of Washington. 4.Pollution Liability insurance covering losses caused by pollution conditions that arise from the operations of the Contractor. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: EXHIBIT B (Continued) 1.Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. 2.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 3.Pollution Liability insurance shall be written in an amount of at least $1,000,000 per loss, with an annual aggregate of at least $1,000,000. Coverage may be written on a claims-made basis. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. respect the City. Any insurance, self-insurance, or insurance pool insurance and shall not contribute with it. 2. 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 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 EXHIBIT B (Continued) D.or Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoeve equipment, or motor vehicles owned or rented by the Contractor, or the structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Client#: 1973176 SIGNAROO ACORDTM CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) 1 7/26/2022 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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER USI Insurance Services NW 2340 130th Ave. NE D150 Bellevue, WA 98005 425 822-1368 CONTACT NAME: PHONE 206-441-6300 FAX 610-362-8503 A/C No Ext : A/C, No E-MAIL ADDRESS: select@usi.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A: Crum & Forster Specialty Insurance Co. 44520 INSURED INSURER B : Westchester Surplus Lines Insurance Co. 10172 Signature Roof Service LLC 27614 132nd Ave SE United Financial Casualty Company INSURER C : Y P Y 11770 Kent, WA 98042 INSURER D : INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR 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. LT R LTR TYPE OF INSURANCE ADDL INSR SUBR WVD POLICY NUMBER POLICY EFF MM/DD POLICY EXP MM/DD LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE � OCCUR X X GLOO87170 3/06/2022 03/06/2023 EACH OCCURRENCE $1 000 000 PREMISES ERENTED nce $100 000 MED EXP (Anyone person) s5,000 PERSONAL & ADV INJURY $1,000,000 GENT AGGREGATE LIMIT APPLIES PER: POLICY X1 JECOT LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ C AUTOMOBILE LIABILITY ANY AUTO OWNED X SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY 024712113 3/03/2022 09/03/202 Ea aINED acid.,") SINGLE LIMIT $1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Per accident $ A UMBRELLA LIAB EXCESS LIAB OCCUR SEO119609 7/22/2022 03/06/2023 EACH OCCURRENCE s2,000,000 X HxCLAIMS-MADE AGGREGATE s2,000,000 DED I I RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A GL0087170 WA STOP GAP 03/06/2022 03/06/2023 PER OTH- TAT TE ER E.L. EACH ACCIDENT $1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $1,000,000 B Pollution Liability G73612718001 7/22/2022 03/06/2023 3,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Certificate holder is named additional insured as respects the written contract with the named insured. Coverage is primary and non-contributory. Waiver of subrogation applies. IL" a Gi In a Pf_\ I a• i LVJ A.J aC AL\C Nf AAAGU Lai City of Kent 220 4th Ave S Kent, WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) 1 of 1 #S36828500/M36827293 © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD MXMJO POLICY NUMBER: GLO-087170 COMMERCIAL GENERAL LIABILITY CG 20 10 12 19 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) Or Organization(s) Locations Of Covered Operations Any person or organization you have agreed in a written Locations and operations covered under this policy contract to add as an additional insured on your policy when required by written contract signed prior to the provided the written contract is signed prior to the "bodily injury", "property damage" or "personal and "bodily injury", "property damage" or "personal and advertising injury" advertising injury" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. 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. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment 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 intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 10 12 19 © Insurance Services Office, Inc., 2018 Page 2 of 2 POLICY NUMBER: GLO-087170 COMMERCIAL GENERAL LIABILITY CG 20 11 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - MANAGERS OR LESSORS OF PREMISES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designation of Premises (Part Leased To You): Premises covered under this policy when required by written contract signed prior to the "bodily injury", "property damage" or "personal and advertising injury" Name of Person(s) Or Organization(s) (Additional Insured): Any person or organization you have agreed in a written contract to add as an additional insured on your policy provided the written contract is signed prior to the "bodily injury", "property damage" or "personal and advertising injury" Additional Premium: $ Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by you or those acting on your behalf in connection with the ownership, maintenance or use of that part of the premises leased to you and shown in the Schedule and subject to the following additional exclusions: This insurance does not apply to: 1. Any 'occurrence" which takes place after you cease to be a tenant in that premises. insured only applies to the extent permitted by law; and 2. Structural alterations, new construction or demolition operations performed by or on behalf of the person(s) or organization(s) shown in the Schedule. However: 1. The insurance afforded to such additional CG 20 11 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 2 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 11 12 19 © Insurance Services Office, Inc., 2018 Page 2 of 2 POLICY NUMBER: GLO-087170 COMMERCIAL GENERAL LIABILITY CG 20 12 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - STATE OR GOVERNMENTAL AGENCY OR SUBDIVISION OR POLITICAL SUBDIVISION - PERMITS OR AUTHORIZATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE State Or Governmental Agency Or Subdivision Or Political Subdivision: Any agency or subdivision you have agreed in a written contract to add as an additional insured on your policy provided the written contract is signed prior to the "bodily injury", "property damage" or "personal and advertising injury" Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision shown in the Schedule, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or "property damage" included within the "products -completed operations hazard". B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. CG 20 12 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured under this policy provided that: (1) The additional insured is a named insured under such other insurance; and (2) You have agreed in writing in a contract or agreement prior to the injury or damage that this insurance would be primary and would not seek contribution from any other insurance available to the additional insured where the additional insured is a named insured. However, the insurance provided under this endorsement will not apply beyond the extent required by such contract or agreement. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CFSIC-GL-1002(09/2020) Page 1 of 1 POLICY NUMBER: GLO-087170 COMMERCIAL GENERAL LIABILITY CG24041219 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ELECTRONIC DATA LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART POLLUTION LIABILITY COVERAGE PART DESIGNATED SITES POLLUTION LIABILITY LIMITED COVERAGE PART DESIGNATED SITES PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART RAILROAD PROTECTIVE LIABILITY COVERAGE PART UNDERGROUND STORAGE TANK POLICY DESIGNATED TANKS SCHEDULE Name Of Person(s) Or Organ ization(s): Any person or organization you have agreed in a written contract to waive any right of recovery against provided the written contract is signed prior to the injury or damage Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery against the person(s) or organization(s) shown in the Schedule above because of payments we make under this Coverage Part. Such waiver by us applies only to the extent that the insured has waived its right of recovery against such person(s) or organization(s) prior to loss. This endorsement applies only to the person(s) or organization(s) shown in the Schedule above. CG 24 04 12 19 © Insurance Services Office, Inc., 2018 Page 1 of 1 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: 06/09/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $54.62 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $63.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $63.32 7E 1 N View King Building Service Employees Janitor $27.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $27.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $31.18 5S 2F View King ing Service Employees Window Cleaner (Scaffold) $32.18 5S 2F View King Cabinet Makers In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $68.19 15J 4C View King Carpenters Bridge, Dock And Wharf $68.19 15J 4C View Carpenters King Carpenters Carpenter $68.19 15J 4C View King Carpenters Floor Finisher $68.19 15J 4C View King Carpenters Floor Layer $68.19 15J 4C View King Carpenters Scaffold Erector $68.19 15J 4C View King Cement Masons Application of all Composition $67.41 15J 4U View Mastic King Cement Masons Application of all Epoxy $66.91 15J 4U View Material King Cement Masons Application of all Plastic $67.41 15J 4U View Material King Cement Masons Application of Sealing $66.91 15J 4U View Compound King Cement Masons Application of Underlayment $67.41 15J 4U View King Cement Masons Building General $66.91 15J 4U View King Cement Masons Composition or Kalman Floors $67.41 15J 4U View King Cement Masons Concrete Paving $66.91 15J 41J View King Cement Masons Curb it Gutter Machine $67.41 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $66.91 15J 41J View King Cement Masons Curing Concrete $66.91 15J 4U View King Cement Masons Finish Colored Concrete $67.41 15J 4U View King Cement Masons Floor Grinding $67.41 15J 4U View King Cement Masons Floor Grinding/Polisher $66.91 15J 4U View King Cement Masons Green Concrete Saw, self- $67.41 15J 4U View powered _ King Cement Masons Grouting of all Plates $66.91 15J 4U View King Cement Masons Grouting of all Tilt -up Panels $66.91 15J 4U View King Cement Masons Gunite Nozzleman $67.41 15J 4U View King Cement Masons Hand Powered Grinder $67.41 15J 4U View King Cement Masons Journey Level $66.91 15J 4U View King Cement Masons Patching Concrete $66.91 15J 4U View King Cement Masons Pneumatic Power Tools $67.41 15J 4U View King Cement Masons Power Chipping Et Brushing $67.41 15J 4U View King Cement Masons Sand Blasting Architectural $67.41 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $67.41 15J 4U View King Cement Masons Spackling or Skim Coat $66.91 15J 4U View Concrete King Cement Masons Troweling Machine Operator $67.41 15J 4U View King Cement Masons Troweling Machine Operator on $67.41 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $67.41 15J 4U View King Divers & Tenders Bell/Vehicle or Submersible $122.46 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $122.49 15J 4C 8V View King Divers Et Tenders Diver On Standby $81.04 15J 4C View King Divers Et Tenders Diver Tender $73.60 15J 4C View King Divers Et Tenders Manifold Operator $73.60 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $78.60 15J 4C View King Divers Et Tenders Remote Operated Vehicle $73.60 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $68.64 15J 4C View Tender King Dredge Workers Assistant Engineer $73.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $73.05 5D 3F View King Dredge Workers Boatmen $73.62 5D 3F View King Dredge Workers Engineer Welder $75.03 5D 3F View King Dredge Workers Leverman, Hydraulic $76.53 5D 3F View King Dredge Workers Mates $73.62 5D 3F View King Dredge Workers Oiler $73.05 5D 3F View King Drywall Applicator Journey Level $68.19 15J 4C View King Drywall Tapers Journey Level $67.91 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $97.21 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $104.49 7C 4E View King Electricians - Inside Certified Welder $93.91 7C 4E View King Electricians - Inside Certified Welder (tunnel) $100.86 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $90.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $97.21 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 113 View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction ' King Electronic Technicians Journey Level $59.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $18.25 5B 111 View Products Work Only King Fence Erectors Fence Erector $46.29 15J 4V 8Y View King Fence Erectors Fence Laborer $46.29 15J 4V 8Y View King Flaggers Journey Level $46.29 15J 4V 8Y View King Glaziers Journey Level $72.41 7L 1Y View King Heat Et Frost Insulators And Journey Level $82.02 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $91.83 7F 1 E View King Hod Carriers 8t Mason Tenders Journey Level $57.31 15J 4V 8Y View King Industrial Power Vacuum Journey Level $14.49 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 View Sewer 8t Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $14.49 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control ' King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $68.19 15J 4C View King Ironworkers Journeyman $80.28 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $56.31 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $46.29 15J 4V 8Y View King Laborers Brick Pavers $54.62 15J 4V 8Y View King Laborers Brush Cutter $54.62 15J 4V 8Y View King Laborers Brush Hog Feeder $54.62 15J 4V 8Y View King Laborers Burner $54.62 15J 4V 8Y View King Laborers Caisson Worker $56.31 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper -paving $55.62 15J 4V 8Y View King Laborers Cement Finisher Tender $54.62 15J 4V 8Y View King Laborers Change House Or Dry Shack $54.62 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $55.62 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $54.62 15J 4V 8Y View King Laborers Choker Setter $54.62 15J 4V 8Y View King Laborers Chuck Tender $54.62 15J 4V 8Y View King Laborers Clary Power Spreader $55.62 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $55.62 15J 4V BY View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $55.62 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $55.62 15J 4V 8Y View Driller King Laborers Crusher Feeder $46.29 15J 4V 8Y View King Laborers Curing Laborer $54.62 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $54.62 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $54.62 15J 4V 8Y View King Laborers Diver $56.31 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $55.62 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $54.62 15J 4V 8Y View King Laborers Dump Person $54.62 15J 4V 8Y View King Laborers Epoxy Technician $54.62 15J 4V 8Y View King Laborers Erosion Control Worker $54.62 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $55.62 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $46.29 15J 4V 8Y View King Laborers Form Setter $54.62 15J 4V 8Y View King Laborers Gabian Basket Builders $54.62 15J 4V 8Y View King Laborers General Laborer $54.62 15J 4V 8Y View_ King Laborers Grade Checker Et Transit Person $57.31 15J 4V 8Y View King Laborers Grinders $54.62 15J 4V 8Y View King Laborers Grout Machine Tender $54.62 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $55.62 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y _ View King Laborers Hazardous Waste Worker (Level $56.31 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $55.62 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) King Laborers High Scaler $56.31 15J 4V 8Y View King Laborers Jackhammer $55.62 15J 4V 8Y View King Laborers Laserbeam Operator $55.62 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $55.62 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $55.62 15J 4V 8Y View King Laborers nozzleman (concrete pump, $57.31 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $55.62 15J 4V 8Y View King Laborers Pilot Car $46.29 15J 4V 8Y View King Laborers Pipe Layer (Lead) $57.31 15J 4V 8Y View King Laborers Pipe Layer/Tailor $55.62 15J 4V 8Y View King Laborers Pipe Pot Tender $55.62 15J 4V 8Y View King Laborers Pipe Reliner $55.62 15J 4V 8Y View King Laborers Pipe Wrapper $55.62 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $56.31 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $55.62 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $55.62 15J 4V 8Y View King Laborers Raker - Asphalt $57.31 15J 4V 8Y View King Laborers Re-timberman $56.31 15J 4V 8Y View King Laborers Remote Equipment Operator $55.62 15J 4V 8Y View King Laborers Rigger/Signal Person $55.62 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $55.62 15J 4V 8Y View King Laborers Rodder $55.62 15J 4V 8Y View King Laborers Scaffold Erector $54.62 15J 4V 8Y View King Laborers Scale Person $54.62 15J 4V 8Y View King Laborers Sloper (Over 20") $55.62 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $55.62 15J 4V 8Y View King Laborers Stake Hopper $54.62 15J 4V 8Y View King Laborers Stock Piler $54.62 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $46.29 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $55.62 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $55.62 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $55.62 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $54.62 15J 4V 8Y View King Laborers Topper $54.62 15J 4V 8Y View King Laborers Track Laborer $54.62 15J 4V 8Y View King Laborers Track Liner (Power) $55.62 15J 4V 8Y View King Laborers Traffic Control Laborer $49.50 15J 4V 9C View King Laborers Traffic Control Supervisor $52.45 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $55.62 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $142.82 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $147.85 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $151.53 15J 4V 9B View Worker44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $157.23 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $159.35 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $164.45 15J 4V 9B View Worker64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $166.35 15J 4V 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $168.35 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $170.35 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $57.41 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Tunnel Work -Miner $57.41 15J 4V 8Y View King Laborers Vibrator $55.62 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $42.08 15J 4V 8Y View King Laborers Welder $55.62 15J 4V 8Y View King Laborers Well Point Laborer $55.62 15J 4V 8Y View King Laborers Window Washer/Cleaner $42.08 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Ft Topman $54.62 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $55.62 15J 4V 8Y View >:t Water King Landscape Construction Landscape $42.08 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $75.50 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $68.19 15J 4C View King Marble Setters Journey Level $63.32 7E 1 N View King Metal Fabrication In Shop). Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop) General Laborer $30.07 151 11 E View King Metal Fabrication In Shop). Mechanic $43.63 151 11 E View King Metal Fabrication In Shop). Welder/Burner $39.28 151 11 E View King Millwright Journey Level $69.74 15J 4C View King Modular Buildings Cabinet Assembly $14.49 1 View King Modular Buildings Electrician $14.49 1 View King Modular Buildings Equipment Maintenance $14.49 1 View King Modular Buildings Plumber $14.49 1 View King Modular Buildings Production Worker $14.49 1 View King Modular Buildings Tool Maintenance $14.49 1 View King Modular Buildings Utility Person $14.49 1 View King Modular Buildings Welder $14.49 1 View King Painters Journey Level $47.70 6Z 2B View King Pile Driver Crew Tender $62.69 15J 4C View King Pile Driver Crew Tender/Technician $62.69 15J 4C View King Pile Driver Hyperbaric Worker - $85.00 15J 4C View Compressed Air Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - $90.00 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - $94.00 15J 4C View I Compressed Air Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - $106.50 15J 4C View 1 Compressed Air Worker 64.01 I 68.00 PSI King Pile Driver Hyperbaric Worker - $108.50 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - $110.50 15J 4C Views Compressed Air Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - $112.50 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $68.64 15J 4C View King Plasterers Journey Level $64.14 M 1 R View King Plasterers Nozzleman $67.64 7MC 1 R View King Playground Et Park Equipment Journey Level $14.49 1 View Installers I King Plumbers Et Pipefitters Journey Level $94.69 6Z 1 G View King Power Equipment Operators Asphalt Plant Operators $76.77 15J 11G 8X View King Power Equipment Operators Assistant Engineer $72.20 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $76.09 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $76.09 15J 11G 8X View King Power Equipment Operators Boat Operator $76.87 7A 11H 8X View King Power Equipment Operators Bobcat $72.20 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $72.20 15J 11G 8X View Equipment King Power Equipment Operators Brooms $72.20 15J 11G 8X View King Power Equipment Operators Bump Cutter $76.09 15J 11G 8X View King Power Equipment Operators Cableways $76.77 15J 11G 8X View King Power Equipment Operators Chipper $76.09 15J 11G 8X View King Power Equipment Operators Compressor $72.20 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $72.20 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $75.50 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $76.77 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $76.09 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $75.50 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $79.20 7A 11H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $72.30 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $77.63 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $76.19 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $79.20 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $76.87 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $78.44 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $75.60 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $76.09 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $76.09 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $76.77 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $75.50 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $77.53 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $72.20 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $76.09 15J 11G 8X View Gamaco 8t Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $75.50 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $76.09 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $72.20 15J 11G 8X View King Power Equipment Operators Guardrail Punch $76.09 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $76.77 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $76.09 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $75.50 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $76.09 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $75.60 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $72.30 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $78.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $76.09 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $76.09 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $75.50 15J 11G 8X View King Power Equipment Operators Locomotives, All $76.09 15J 11G 8X View King Power Equipment Operators Material Transfer Device $76.09 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $77.53 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $76.77 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $72.20 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $75.50 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type: 100 $77.63 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $72.20 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $76.09 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $72.20 15J 11G 8X View King Power Equipment Operators Power Plant $72.20 15J 11G 8X View King Power Equipment Operators Pumps - Water $72.20 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View King Power Equipment Operators Remote Control Operator On $76.77 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $72.30 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $75.60 7A 11 H 8X View Be[ [man (Certified) King Power Equipment Operators Rollagon $76.77 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $72.20 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $76.09 15J 11G 8X View King Power Equipment Operators Saws - Concrete $75.50 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $76.09 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $75.50 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $72.20 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Over 30 Metric Tons To 50 I Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $76.77 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $76.77 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $76.09 15J iEi 8X View] King Power Equipment Operators Tower Bucket Elevators $75.50 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $78.44 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $77.63 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $79.20 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $76.77 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $75.50 15J 11G 8X View King Power Equipment Operators Truck crane oiler/driver: under $75.60 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $76.09 15J 11G 8X View King Power Equipment Operators Welder $76.77 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $72.20 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $76.09 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $76.87 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $72.20 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $72.20 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $75.50 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $76.77 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $76.09 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $79.20 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $72.30 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $77.63 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $76.19 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $78.44 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $79.20 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $76.87 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $78.44 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $75.60 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $76.09 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $75.50 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $77.53 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $72.20 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $76.09 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $75.50 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $72.20 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $76.09 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $76.77 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $76.09 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $75.50 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $76.09 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $72.30 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $75.60 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $78.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $76.77 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $76.09 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $77.53 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $76.77 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $72.20 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding _ Operator King Power Equipment Operators- Outside Hoists (Elevators and $75.50 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type: 100 $77.63 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $76.87 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $76.09 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $72.20 15J iEi 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Remote Control Operator On $76.77 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $72.30 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $75.60 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $75.50 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $76.09 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $76.77 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $75.50 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $76.77 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $76.09 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $77.53 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $78.33 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $76.77 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $78.44 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $77.63 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $79.20 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $76.77 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $75.50 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $76.19 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $75.60 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $76.09 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Welder $76.77 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $72.20 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $76.09 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $90.01 bZ 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $63.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $68.19 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $94.69 6Z 1 G View Pipefitters King Residential Refrigeration Et Air Journey Level $90.01 6Z 1 G View Conditioning Mechanics King Residential Sheet Metal Journey Level $91.83 7F 1 E View I Workers King Residential Soft Floor Layers Journey Level $51.91 5A 3J View King Residential Sprinkler Fitters Journey Level $53.04 5C 2R View .(Fire Protection). King Residential Stone Masons Journey Level $63.32 7E 1 N View King Residential Terrazzo Workers Journey Level $58.71 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $91.83 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $48.92 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $82.02 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $47.45 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $47.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $53.62 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $34.42 0 1 View Electrical). King Soft Floor Layers Journey Level $54.41 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Journey Level $89.49 5C 1X View Protection). King Stage Rigging Mechanics (Non Journey Level $14.49 1 View Structural). King Stone Masons Journey Level $63.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $75.60 7A 11 H 8X View Surveyor King Surveyors Chainman $72.30 7A 11 H 8X View King Surveyors Construction Site Surveyor $76.87 7A 11 H 8X View King Surveyors Drone Operator (when used in $72.30 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $72.30 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $59.10 7E 1 E View King Telephone Line Construction - Cable Splicer $38.27 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $25.66 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $31.96 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $36.17 5A 2B View Outside King Terrazzo Workers Journey Level $58.71 7E 1 N View King Tile Setters Journey Level $58.71 7E 1 N View King Tile, Marble Et Terrazzo Finisher $49.54 7E 1 N View Finishers King Traffic Control Stripers Journey Level $50.51 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $69.95 15J 111 8L View King Truck Drivers Asphalt Mix To 16 Yards $69.11 15J ill 8L View King Truck Drivers Dump Truck $69.11 15J 111 8L View King Truck Drivers Dump Truck Et Trailer $69.95 15J ill 8L View King Truck Drivers Other Trucks $69.95 15J ill 8L View King Truck Drivers - Ready Mix Transit Mix $69.95 15J 111 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $14.49 1 View Installers I King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Signature: iyW Ay1-9 Will Moore (Jul 29, 202209:51 PDT) Email: wmoore@kentwa.gov Signature: Email: rlashley@kentwa.gov Signature: Brian Levenhagen (Aug 3, 202213:40 PD Email: bjlevenhagen@kentwa.gov