Loading...
HomeMy WebLinkAboutCAG2022-439 - Original - American Eagle Glass LLC - Corrections and Annex Glass Replacement - 11/23/202211/16/22 CAG2022-439 11/17/22 PUBLIC WORKS AGREEMENT - 1 (Over $20K and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and American Eagle Glass LLC THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and American Eagle Glass LLC organized under the laws of the State of Washington, located and doing business at 3210 C Street NE, Suite H, Augurn, WA 98002, 253-802-9800 (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in attached Exhibit A, incorporated herein, the scope of work includes: the instillation of bullet resistant glass for both corrections and Annex lobby. 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 $37,787.09, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 2 (Over $20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the e 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 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 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 CONTRA PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF 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 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 ervices and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 3 (Over $20K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. include, without limitation, any one or more of the following events: A. workers or proper materials for completion of the Contract work. B. Agreement. C. material or labor. D. The Con regulations. E. F. 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 this project which may be used by the City without restriction. VI. PREVAILING WAGES. The ct work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 4 (Over $20K and No Performance Bond) adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government . Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT - 5 (Over $20K and No Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE 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 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 Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 6 (Over $20K and No Performance Bond) XIII. INDEMNIFICATION.The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the 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 the al 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 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 PUBLIC WORKS AGREEMENT - 7 (Over $20K and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 8 (Over $20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONTRACTOR: Victoria Chea American Eagle Glass LLC 3210 C Street NE, Suite H Auburn, WA 98002 (253) 802-9800 (telephone) NA (facsimile) 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: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved] 11/23/2022 PUBLIC WORKS AGREEMENT - 9 (Over $20K and No Performance Bond) DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); 49 C.F.R. Part 21 (entitled Non-discrimination In Federally-Assisted Programs Of The Department Of Transportation-Effectuation Of Title VI Of The Civil Rights Act Of 1964); 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as the Acts and Regulations The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below regarding suspension or termination for all or part of the Agreement. The statements 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 I, 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. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: PUBLIC WORKS AGREEMENT - 10 (Over $20K and No Performance Bond) A.Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter ) will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally- assisted programs of the U.S. Department of Transportation, State-assisted programs through the Washington State Department of Transportation, and as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B.Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C.Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D.Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E.Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: a.withholding payments to the contractor under the contract until the contractor complies; and/or b.cancelling, terminating, or suspending a contract, in whole or in part. F.Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including PUBLIC WORKS AGREEMENT - 11 (Over $20K and No Performance Bond) sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: Pertinent Non-Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); iii. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; v. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); x. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures Non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; PUBLIC WORKS AGREEMENT - 12 (Over $20K and No Performance Bond) xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 8. The submission of the final invoice for this contract will constitute a reaffirmation that the By signing below, I agree to fulfill the five requirements referenced above. By: ___________________________________________ For: __________________________________________ Title: _________________________________________ Date: _________________________________________ PUBLIC WORKS AGREEMENT - 13 (Over $20K and No Performance Bond) CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: Equal employment opportunity and non-discrimination in contracting 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are re -Discrimination Policy Declaration, prior to commencing performance. 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 coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these nity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. PUBLIC WORKS AGREEMENT - 14 (Over $20K and No Performance Bond) BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (10/12/2022 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. American Eagle Glass LLC By: ___________________________________________ Signature of Authorized Official* Printed Name: __________________________________ Title: _________________________________________ Date: _________________________________________ City and State: _________________________________ *If a corporation, proposal must be executed in the corporate name by the president or vice- president (or any other corporate officer accompanied by evidence of authority to sign). If a co- partnership, proposal must be executed by a partner. 3210 C STREET NE, SUITE H AUBURN WA 98002 (253)802-9800 Tax# 84-2511111 KRIS CITY OF KENT 1230 CENTRAL AVE S KENT WA 98032 3325 10/12/2022 H (253)508-9461 Date: Csr: CSR Tech: EST Terms: C.O.D Sold To:Scheduled: 10/24/2022 07:00 Order: PO Rep:CHEA Sched Pref:10/21/2022 Qty Part / Description Material Labor Item Total 1 MISC TASK CODE - CORRECTIONS LOBBY- BULLET RESISTANT GLASS / Level 4 8,122.30 0.00 8,122.30 1 MISC TASK CODE - ANNEX LOBBY-BULLET RESISTANT GLASS / Level 4 7,081.86 0.00 7,081.86 3 SPLA9/16CLEAR - LAMINATED HARTUNG9/16" LAMINATED ANNEALED / Booking desk 1,005.54 0.00 3,016.62 1.00 MISC TASK CODE - Counter top communicator Qty 2 5,480.34 0.00 5,480.34 1.00 MISC TASK CODE - Qty 2 , Stainless steel trays 548.70 0.00 548.70 1.00 MISC TASK CODE - Corrections and annex lobby frames 1,167.52 0.00 1,167.52 1.00 MISC TASK CODE - Booking desk frames 1,223.84 0.00 1,223.84 1.00 LABOR - LABOR 0.00 7,679.52 7,679.52 --BULLET RESISTANT GLASS FOR BOTH CORRECTIONS AND ANNEX LOBBY IS FOR LEVEL 4 BUT MANUFACTURER CANNOT MAKE THE HOLE CUTOUTS FOR THE SPEAK THROUGH HOLE Notes: KRIS CITY OF KENT 1230 CENTRAL AVE S KENT WA 98032 Job Site: TotalLabor 7,679.52 Material 26,641.18 37,787.093,466.39 0.00 Balance 37,787.09 Tax Payments 1Page: Signature _____________________ vers:9.2.10 EXHIBIT BINSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2.Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued ) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1.The Contractor’s insurance coverage shall be primary insurance as respect the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2.The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3.The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. FEDAFMTED INSURANCEqF@ Dear Policyholder, Thank you for choosing Federated Insurance to handle your insurance and risk management needs. The attached certificate document(s) have been issued or updated. Please feel free to contact us with any additional changes, additions or deletions that may be needed by contacting the Federated Client Contact Center at: Phone:E-mail: cloentcontactcenterLQfedons.com ::: ..,. 1 44. 4..4 Thank you for your business! Client Contact Center Enclosed: Certificate Document(s) MISC-0829 (03-22) CERTIFICATE OF LIABILITY INSURANCE 711/01/(MM/DDNYYY) 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 terns and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer ri hts to the certificate holder in lieu of such endorsements . PRODUCER FEDERATED MUTUAL INSURANCE COMPANY HOME OFFICE: P.O. BOX 328 CONTACT NAME: CLIENT CONTACT CENTER PHONE FAX AIc No EXt : 888-333-4949 Aro No : 507 446-4664 ADDRIESS, CLIENTCONTACTCENTER FEDINS.COM OWATONNA, MN 55060 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURED 188-744-7 INSURER B: AMERICAN EAGLE GLASS LLC INSURER C: 3210 C ST NE STE H INSURER D: AUBURN, WA 98002-1767 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 23 REVISION NUMBER: 0 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE DDL INSR SUER WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $1,000,000 CLAIMS -MADE LFX'7�j OCCUR DAMAGE TO RENTD PREMISES Ea oc uE ence $100,000 X MED EXP (Any one person) BUSINESS OWNER'S LIABILITY PERSONAL& ADV INJURY $1,000,000 A Y N 6123841 06/01/2022 06/01/2023 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 HPOLICY � SEC ❑ LOC PRODUCTS - COMPIOP AGG $2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident) $1,000,000 X ANY AUTO BODILY INJURY (Per person) A OWNED AUTOS ONLY SCHEDULED AUTOS Y N 6123842 06/01/2022 06/01/2023 BODILY INJURY (Per accident) HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE Per accident X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $1,000,000 A EXCESS LAB CLAIMS -MADE Y N 6123843 06/01/2022 06/01/2023 AGGREGATE $1,000,000 DED I I RETENTION WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y y N PER STATUTE I OTH- ER E.L. EACH ACCIDENT ANY PROPRIETORIPARTNEWEXECUTIVE OFFICERIMEMBER EXCLUDED? N I A E.L. DISEASE - EA EMPLOYEE (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE - POLICY LIMIT DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION 188-744-7 230 THE CITY OF KENT SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 220 4TH AVE S THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN KENT, WA 98032-5838 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: 188-7, LOC #: ACORL?� �.- ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED FEDERATED MUTUAL INSURANCE COMPANY AMERICAN EAGLE GLASS LLC 3210 C ST NE STE H AUBURN, WA 98002-1767 POLICY NUMBER SEE CERTIFICATE # 23.0 CARRIER NAIC CODE SEE CERTIFICATE # 23.0 1 EFFECTIVE DATE: SEE CERTIFICATE # 23.0 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE PROJECT # 253-856-5084 PROJECT NAME: CITY OF KENT CORRECTIONS AND ANNEX BULLET RESISTANT GLASS - 1230 CENTRAL AVE S, KENT, WA 98032 THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON BUSINESSOWNERS LIABILITY SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION ENDORSEMENT. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED ON BUSINESSOWNERS LIABILITY SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES, OR CONTRACTORS - COMPLETED OPERATIONS ENDORSEMENT. THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED BY CONTRACT ENDORSEMENT FOR BUSINESS AUTO LIABILITY. INSURANCE PROVIDED BY THE BUSINESSOWNERS LIABILITY IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE. INSURANCE PROVIDED BY THE BUSINESS AUTO LIABILITY IS PRIMARY AND NONCONTRIBUTORY OVER OTHER INSURANCE. BUSINESSOWNERS COVERAGE CONTAINS BP-F-47 AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT). COMMERCIAL UMBRELLA FOLLOWS FORM ACCORDING TO THE TERMS, CONDITIONS, AND ENDORSEMENTS FOUND IN THE COMMERCIAL UMBRELLA POLICY. FOR REASONS OTHER THAN NON-PAYMENT OF PREMIUM, 45 DAYS NOTICE WILL BE PROVIDED TO THE CERTIFICATE HOLDER IN THE EVENT THAT THE ISSUING COMPANY CANCELS THE POLICY BEFORE THE EXPIRATION DATE OF THE POLICY. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NON-CONTRIBUTORY CLAUSE ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM It is agreed that the insurance provided by any additional insured endorsement is primary. We will not seek contribution from any other insurer when insurance on a non-contributing basis is required by contract. Includes copyrighted material of Insurance Services Office, Inc. with its permission. BP-F-119 (07-04) Policy Number: 6123841 Transaction Effective Date: 06-01-2022 FEDERATED INSURANCE COMPANIES 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: BUSINESSOWNERS LIABILITY COVERAGE FORM Name Of Additional Insured Person(s) Or Organization(s) THE CITY OF KENT 220 4TH AVE S KENT WA 98032 SCHEDULE Location(s) Of Covered Operations: ANY COVERAGE PROVIDED BY THIS ENDORSEMENT APPLIES ONLY TO PROJECT ## 253-856-5084 PROJECT NAME: CITY OF KENT CORRECTIONS AND ANNEX BULLET RESISTANT GLASS - 1230 CENTRAL AVE S, KENT, WA 98032 Information required to complete this Schedule, if not shown on this endorsement, will be shown in the Declarations. The following is added to Paragraph C. Who Is An Insured: 4. Any person(s) or organization(s) shown in the Schedule is also an additional insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: a. Your acts or omissions; or b. 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. Insured: AMERICAN EAGLE GLASS LLC 3210 C ST NE STE H AUBURN WA 98002 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: a. 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 b. 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. Place of Issue: FEDERATED MUTUAL INSURANCE COMPANY Home Office 121 East Park Square Owatonna, MN 55060 (507) 455-5200 Includes copyrighted material of Insurance Services Office, Inc., with its permission. BP-F-252 (09-08) Policy Number: 6123841 Transaction Effective Date: 10-31-2022 FEDERATED INSURANCE COMPANIES THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM SCHEDULE Name of Additional Insured Person(s) Or Organization: Location and Description Of Completed Operations: THE CITY OF KENT 220 4TH AVE S KENT WA 98032 ANY COVERAGE PROVIDED BY THIS ENDORSEMENT APPLIES ONLY TO PROJECT ## 253-856-5084 PROJECT NAME: CITY OF KENT CORRECTIONS AND ANNEX BULLET RESISTANT GLASS - 1230 CENTRAL AVE S, KENT, WA 98032 Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. The following is added to Paragraph C. Who Is An Insured: Any person(s) or organization(s) shown in the Schedule is also an additional insured, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". 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. AMERICAN EAGLE GLASS LLC 3210 C ST NE STE H AUBURN WA 98002 B. With respect to the insurance afforded to these additional insureds, the following is added to Paragraph D. Liability 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 shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits Of Insurance shown in the Declarations. FEDERATED MUTUAL INSURANCE COMPANY Home Office 121 East Park Square Owatonna, MN 55060 (507) 455-5200 Includes copyrighted material of Insurance Services Office, Inc. with its permission. BP-F-256 (01-13) Policy Number: 6123841 Transaction Effective Date: 10-31-2022 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT - AGGREGATE LIMITS OF INSURANCE (PER PROJECT) This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM Under Paragraph DA.b. Liability Limits Of Insurance, the aggregate limit for all "bodily injury" and "property damage" other than "bodily injury" or "property damage" included in the "products - completed operations hazard" applies separately to each of your projects away from premises owned by or rented to you. A separate aggregate will apply for projects at premises owned by or rented to you. Includes copyrighted material of Insurance Services Office, Inc., with its permission. BP-F-47 (07-02) Policy Number:6123841 Transaction Effective Date: 06-01-2022 COMMERCIAL AUTO CA 04 49 11 16 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY - OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. The following is added to the Other Insurance B. The following is added to the Other Insurance Condition in the Business Auto Coverage Form Condition in the Auto Dealers Coverage Form and and the Other Insurance - Primary And Excess supersedes any provision to the contrary: Insurance Provisions in the Motor Carrier This Coverage Form's Covered Autos Liability Coverage Form and supersedes any provision to Coverage and General Liability Coverages are the contrary: primary to and will not seek contribution from any This Coverage Form's Covered Autos Liability other insurance available to an "insured" under Coverage is primary to and will not seek your policy provided that: contribution from any other insurance available to 1. Such "insured" is a Named Insured under an "insured" under your policy provided that: such other insurance; and 1. Such "insured" is a Named Insured under 2• You have agreed in writing in a contract or such other insurance; and agreement that this insurance would be primary and would not seek contribution from 2. You have agreed in writing in a contract or any other insurance available to such"insured". agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". CA 04 49 11 16 © Insurance Services Office, Inc., 2016 Page 1 of 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE PART With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. A. WHO IS AN INSURED for "bodily injury" and "property damage" liability is amended to include: Any person or organization other than a joint venture, for which you have agreed by written contract to procure bodily injury or property damage "auto" liability insurance arising out of operation of a covered "auto" with your permission. However, this additional insurance does not apply to: (1) The owner or anyone else from whom you hire or borrow a covered "auto". This exception does not apply if the covered "auto" is a "trailer" connected to a covered "auto" you own. (2) Your "employee" if the covered "auto" is owned by that "employee" or a member of his or her household. (3) Someone using a covered "auto" while he or she is working in a business of selling, servicing, repairing, parking or storing "autos" unless that business is yours. (4) Anyone other than your "employees", partners (if you are a partnership), members (if you are a limited liability company), or a lessee or borrower or any of their "employees", while moving property to or from a covered "auto". (5) A partner (if you are a partnership), or a member (if you are a limited liability company) for a covered "auto" owned by him or her or a member of his or her household. B. The coverage extended to any additional insured by this endorsement is limited to, and subject to all terms, conditions, and exclusions of the Coverage Part to which this endorsement is attached. In addition, coverage shall not exceed the terms and conditions that are required by the terms of the written agreement to add any insured, or to procure insurance. C. The limits of insurance applicable to such insurance shall be the lesser of the limits required by the agreement between the parties, or the limits provided by this policy. D. Additional exclusions. The insurance afforded to any person or organization as an insured under this endorsement does not apply: 1. To "loss" which occurs prior to the date of your contract with such person or organization; 2. To "loss" arising out of the sole negligence of any person or organization that would not be an insured except for this endorsement. 3. To "loss" for any leased or rented "auto" when the lessor or his or her agent takes possession of the leased or rented "auto" or the policy period ends, whichever occurs first. Includes copyrighted material of Insurance Services Office, Inc. with its permission. CA-F-127 (03-03) Policy Number: 6123842 Transaction Effective Date:06/01/2022 FEDERATED INSURANCE COMPANIES THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. [i � 1 i t � � i •' i i ` All Coverage Pars included in this policy are subject to the following conditions: If we cancel this policy, we will mail advance notice to the person(s) or organization(s) as shown in the Schedule. SCHEDULE Name and Address of Person(s) Or O THE CITY OF KENT 220 4TH AVE S KENT. WA 98032-5838 Number of days advance notice for any reason other than non-payment of premium: 45 Number of days advanced notice for non-payment of premium: Insured: AMERICAN EAGLE GLASS LLC 3210 C ST NE STE H AUBURN, WA 98002-1757 Includes copyrighted material of Insurance Services Office, Inc„ with its permission. IL-F-50 (04-13) Policy Number: 6123841 Transaction Effective Date: 10/3112022 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 10/12/2022 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Finisher $71.53 15J 4C View King Carpenters Floor Layer $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 41J View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 41J View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb Et Gutter Machine $70.09 15J 41J View King Cement Masons Curb Et Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 41J View King Cement Masons Finish Colored Concrete $70.09 15J 41.1 View King Cement Masons Floor Grinding $70.09 15J 4U View King Cement Masons Floor Grinding/Polisher $69.59 15J 41.1 View King Cement Masons Green Concrete Saw, self- $70.09 15J 41-1 View powered King Cement Masons Grouting of all Plates $69.59 15J 41.1 View King Cement Masons Grouting of all Tilt -up Panels $69.59 15J 4U View King Cement Masons Gunite Nozzleman $70.09 15J 41.1 View King Cement Masons Hand Powered Grinder $70.09 15J 41-1 View King Cement Masons Journey Level $69.59 15J 4U View King Cement Masons Patching Concrete $69.59 15J 41-1 View King Cement Masons Pneumatic Power Tools $70.09 15J 4U View King Cement Masons Power Chipping Et Brushing $70.09 15J 41-1 View King Cement Masons Sand Blasting Architectural $70.09 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 41-1 View King Cement Masons Spackling or Skim Coat $69.59 15J 4U View Concrete King Cement Masons Troweling Machine Operator $70.09 15J 41-1 View King Cement Masons Troweling Machine Operator on $70.09 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Diver $131.05 15J 4C View King Divers Et Tenders Diver $130.05 15J 4C View King Divers Et Tenders Diver $129.05 15J 4C View King Divers Et Tenders Diver $128.05 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C View Compressed Air Worker 30.01 - N 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.09 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C I View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C View Compressed Air Worker 70.01 72.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C _ View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F _ View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F _ View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F _ View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E _ View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $99.36 7C 4E _ View King Electricians - Inside Cable Splicer (tunnel) $106.81 7C 4E View King Electricians - Inside Certified Welder $95.98 7C 4E _ View King Electricians - Inside Certified Welder (tunnel) $103.09 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $92.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $99.36 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B 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 $60.10 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 $20.62 5B 111 View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat Et Frost Insulators And Journey Level $84.58 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 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 Et 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 T 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 $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating $54.62 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $54.62 15J 4V 8Y View King Laborers Batch Weighman $48.14 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 $58.56 15J 4V 8Y View King Laborers Carpenter Tender $54.62 15J 4V 8Y View King Laborers Cement Dumper -paving $57.84 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 $57.84 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 $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $54.62 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $54.62 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 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 $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 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 $57.84 15J 4V 8Y View King Laborers Fine Graders $54.62 15J 4V 8Y View King Laborers Firewatch $48.14 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 $59.85 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 $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $54.62 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $54.62 15J 4V 8Y View C) _ King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $54.62 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $54.62 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $57.84 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 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 $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $54.62 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $54.62 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $54.62 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 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") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $54.62 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 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 $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 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) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $54.62 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $167.58 15J 4V 9B View Worker44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $182.40 15J 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $59.95 15J 4V 8Y View King Laborers Tunnel Work -Miner $57.41 7A 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $54.62 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $54.62 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 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 11E View King Millwright Journey Level $73.08 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 $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Crew Tender/Technician $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 M 1 R View King Plasterers Nozzleman $71.49 M 1 R View King Playground Et Park Equipment Journey Level $14.49 1 View Installers King Plumbers Et Pipefitters Journey Level $95.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 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 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 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 $82.76 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 $80.33 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 $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $79.41 _ 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 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 $81.12 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 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 I King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $66.32 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 $71.53 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 $95.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $55.54 5A 3J View King Residential Sprinkler Fitters Journey Level $55.95 5C 2R View .(Fire Protection) King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 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) $94.11 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 $84.58 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 $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 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 $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 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 $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical). King Soft Floor Layers Journey Level $55.56 5A 3J View King Solar Controls For Windows Journey Level $14.49 1 View King Sprinkler Fitters (Fire Journey Level $90.99 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $14.49 1 View Structural), King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.62 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $60.10 7E 1 E View King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 111 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J ill 8L View King Truck Drivers Dump Truck $71.61 15J 111 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 111 8L View King Truck Drivers Other Trucks $72.45 15J ill 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J ill 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 King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Signature: &,V Ax1-9 Will Moore (Nov 3, 202215:11 PDT) Email: wmoore@kentwa.gov Signature: Email: rlashley@kentwa.gov n L ✓ nh Signature: L n Brian Levenhagen (Novo, 022 11:58 PDT) Email: bjlevenhagen@kentwa.gov FAC-American Eagle Glass Corrections Final Audit Report 2022-11-04 Created: 2022-11-03 By: Leah Bryant (Ibryant@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAA89LS95fzRsgs4q_fGusPFqurJnuTgMe9 "FAC-American Eagle Glass Corrections" History Document created by Leah Bryant (Ibryant@kentwa.gov) 2022-11-03 - 9:34:07 PM GMT Document emailed to wmoore@kentwa.gov for signature 2022-11-03 - 9:37:37 PM GMT s Email viewed by wmoore@kentwa.gov 2022-11-03 - 10:10:10 PM GMT �>o Signer wmoore@kentwa.gov entered name at signing as Will Moore 2022-11-03 - 10:11:57 PM GMT �}o Document e-signed by Will Moore (wmoore@kentwa.gov) Signature Date: 2022-11-03 - 10:11:59 PM GMT - Time Source: server Document emailed to victoria.c@americaneagleglass.com for signature 2022-11-03 - 10:12:01 PM GMT Email viewed by victoria.c@americaneagleglass.com 2022-11-03 - 10:17:30 PM GMT Document signing delegated to Harold Broek (Halb@americaneagleglass.com) by victoria.c@americaneagleglass.com 2022-11-03 - 10:18:28 PM GMT Document emailed to Harold Broek (Halb@americaneagleglass.com) for signature 2022-11-03 - 10:18:28 PM GMT s Email viewed by Harold Broek (Halb@americaneagleglass.com) 2022-11-03 - 10:23:03 PM GMT Document e-signed by Harold Broek (Halb@americaneagleglass.com) Signature Date: 2022-11-03 - 10:25:23 PM GMT - Time Source: server Powered by r � Adobe T Acrobat Sign �'-. Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2022-11-03 - 10:25:24 PM GMT Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2022-11-03 - 10:36:35 PM GMT Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2022-11-03 - 10:39:24 PM GMT - Time Source: server �. Document emailed to bjlevenhagen@kentwa.gov for signature 2022-11-03 - 10:39:26 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2022-11-04 - 6:58:08 PM GMT 6�4 Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2022-11-04 - 6:58:39 PM GMT C Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2022-11-04 - 6:58:41 PM GMT - Time Source: server �i Agreement completed. 2022-11-04 - 6:58:41 PM GMT Powered by r � Adobe T Acrobat Sign