Loading...
HomeMy WebLinkAboutCAG2022-438 - Original - All Around Fence Company - Fencing Arouond Service Club & Canterbury Parks - 11/23/202211/16/22 CAG2022-438 11/18/22 PUBLIC WORKS AGREEMENT - 1 (Over $20K and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and All Around Fencing Company THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and All Around fence Company organized under the laws of the State of Washington, located and doing business at 13602 Pacific Avenue South, Tacoma, WA 98444; Mailing Address: P.O. Box 98909, Lakewood, WA 98496-8909. Phone: (253) 863-4895. Contact: Ron Dagle. (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: Contractor to install perimeter fencing at Centerbury Park and install security fencing around maintenance building at Service Club. See Exhibit A. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 15 working days after the City issues its Notice to Proceed. Upon the effective date of this Agreement, all physical work shall thereafter be completed by December 31, 2022 . 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 FIFTY EIGHT THOUSAND ONE HUNDRED NINETY ONE AND FIFTEEN CENTS ( $58,191.15), including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 2 (Over $20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor’s signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. PUBLIC WORKS AGREEMENT - 3 (Over $20K and No Performance Bond) D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor’s failure to complete the work within the time specified in this Agreement. C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor’s persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time PUBLIC WORKS AGREEMENT - 4 (Over $20K and No Performance Bond) specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY PUBLIC WORKS AGREEMENT - 5 (Over $20K and No Performance Bond) THAT DELAY. A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor’s receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor PUBLIC WORKS AGREEMENT - 6 (Over $20K and No Performance Bond) shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor’s liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor’s part, then the Contractor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Contractor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules PUBLIC WORKS AGREEMENT - 7 (Over $20K and No Performance Bond) and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement. The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor agrees to cooperate fully with the City in satisfying the City’s duties and obligations under the Public Records Act. J. City Business License Required. Prior to commencing the tasks described in Section I, the Contractor agrees to provide proof of a current city of Kent business license pursuant to Chapter 5.01 of the Kent City Code. K. Counterparts and Signatures by Fax or Email. This Agreement may be executed in any number of counterparts, each of which shall constitute an original, and all of which will together constitute this one Agreement. Further, upon executing this Agreement, either party may deliver the signature page to the other by fax or email and that signature shall have the same force and effect as if the Agreement bearing the original signature was received in person. IN WITNESS, the parties below execute this Agreement, which shall become effective on the last date entered below. All acts consistent with the authority of this Agreement and prior PUBLIC WORKS AGREEMENT - 8 (Over $20K and No Performance Bond) to its effective date are ratified and affirmed, and the terms of the Agreement shall be deemed to have applied. CONTRACTOR: By: Print Name: Its DATE: CITY OF KENT: By: Print Name: Dana Ralph Its Mayor DATE: NOTICES TO BE SENT TO: CONTRACTOR: Ron Dagley All Around Fence Company P.O. Box 98909 Lakewood, WA 98496 (253) 863-4895 (telephone) (253) 863-0704 (facsimile) NOTICES TO BE SENT TO: CITY OF KENT: Ben Levenhagen, Support Services Field Supervisor City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5133 (telephone) (253) 856-6120 (facsimile) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk ] 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 perform work with relation to this Agreement shall comply with the regulations of the City’s equal 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, it will be considered a breach of contract and it will be at the City’s sole determination regarding suspension or termination for all or part of the Agreement. The 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 “Contractor”) 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 generally under Washington’s Law Against Discrimination, Ch. 49.60 RCW, 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 applicable to contractor’s contract 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 preceding statements were complied with during the course of the contract’s performance. 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 required to sign the City’s Non-Discrimination Policy Declaration, prior to commencing performance. Any contractor, subcontractor, consultant or supplier who willfully disregards the City’s nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City’s Title VI coordinator, and perform the following duties for their respective departments. 1. Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City’s equal employment opportunity policy. 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. PUBLIC WORKS AGREEMENT - 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 (10/26/2022), the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. All Around Fence Company 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. Time of All Around Fence Co. (AAFCO) On site estimate: �� : 3 ❑ estimate date: Phone/Email quote date: VV� Licensed, bonded, and insured. (Fel I PO Box 98909, Lakewood WA 98496 Estimator's name: L► • ► 2 FENCE CO." > Office: 253-863-4895 Fax: 253-863-0704 Revised date: office use ktm t(D � allaroundfen�P�all=r^^,rtco.,�e..., "�"' e: M/D: Job name:( -A. , fi r C EXHIBIT A './CONTRACT LIC#ALLARAF839KS Contact person: h a 4t 2 IM9mtC0-: �� ►,I - Phone #1: S? - 6-1 3 3 Phone #2: (I�7 J Q s to C / —i""nrieffols, (r' ► T y"C) Email: levee.) ha ►7 tJA• c — Bllling email if dill: Footage Wood 7allTan wnite Clay Orna- mental Iron OtherVinyl i _ 1 FA4Z I �^ t : Nt . tea,_ np� Height �i' `1 1 LA' Pall, -�' -7 7- 1 POSTS �yL tit ie1 ` L Lt. I LCr �•� Terminal Line Gate LILA f I_-.... :i,, f— ilrn �C U IF A J Il t-c-L tor-. 01 Material specs ���' `� 1x34 elm Top rail 2.. Middle rail Bottom rail °S u 11 1/1 7 � Tension wire Wood styles: No s: -�, ,. 3Z �, `( ���r.�vt^a n . 6-1 ��r f ,` SN"'sc� 'T i (Cln�ou? IiclJr, r, n � / —� / `� � _ Ot C" (tA!C, (o I 'C Price: Tax to be added upon job completion. Standard Estate ❑ Full Panel ElGAL'— Picture Frame ❑ bi4£ YOU RETURN YOUR SIGNED CONTRACT"I'0 US. YOU ARE AGREEIN . "i'O'FHF.. JOB AND YOU ARE RESPONSIBLE FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB. We propose hereby to furnish materials and labor -complete in accordance with the above specifications. *We have a $700.00 minimum plus materials. Ifyou change yourjob and the price falls below that cost, you may be required *We pay the $700.00 minimum plus materials price. *One year warranty on workmanship & materials supplied by AAFCO" We do not warranty wood gates over 10' wide, no exceptions- We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 7 days. *Most of our correspondence is done by email" Payment is due upon receipt of invoice. We accept checks & money orders. For a lee, we also accept debit and credit cards. Tax will be added to yourjob upon job completion. *THE CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. , AFC 0 IS NOT RESPONSIBLE FOR UTILITY/SPRINKLER LINES. j Estimator's Authorization: All The prices, specifications, and conditions are satisfactory, understood, and are hereby accepted by my signature below: Customer's signature: Date: Kirkland ❑ Rambler ❑ Horizontal El Shadow Board ❑ Lattice Top ❑ Custom ❑ Gates: Single walk ❑ Single drive ❑ Double drive ❑�� Roll ❑ Hillside ❑ Clearing Included If checked Teaude ifc ui ecked) El included 1f checked V(% —� All Around Fence Co. (AAFCO) Licensed, bonded, and insured. PO Box 98909, Lakewood WA 98496 FENCE CO. Office: 253-863-4895 Fax: 253-863-0704 allaroundfence@allaroundfencewa.com a On -site L ) estimate date: Time of estimate: phone/Email quote date: Estimator's name Revised date: Revised date: office use M/D: Job name: �� (� Yo/ f PROPOSAL/CONTRACT LIC#ALLARAF839KS Contact person: Mgmt Co. Phone #1: _� Phone #2: Job Site 'j _Address if diff LJ Email: l Billing email if dill: � { j Wood Bloc Galv Chain link white Tan Clay Vinyl Orna- mental Iron Other 1 1 •�� f I Footage Height � I I I I POSTS Terminal -L-7 Line Gate Material specs e T Top rail 1S(P Kv Middle rail Bottom rail Tension wire `1 964d Wood styles: Notes: �<sQ�1� 7-7 } ��� t i,&K Price: g `3t I Z• nt to be added upon job completion. Standard Estate ❑ Full Panel El Picture Frame ❑ *ONCE YOU RETURN YOUR SIGNED CONTRACT TO US, YOU ARE AGREEING TO T " )BAND RESPONSIBLE FOR THE FULL PAYMENT (INCLUDES LABOR AND MATERIALS) EVEN IF YOU CANCEL THE JOB. *We propose hereby to furnish materials and labor -complete in accordance with the above specifications. *We have a $700.00 minimum plus materials. If you change your job and the price falls below that cost, you may be required pay the $700.00 minimum plus materials price. *One year warranty on workmanship & materials supplied by AAFCO. We do not warranty wood gates over 10' wide, no exceptions. We do not stain or paint fences. *This estimate is just an estimate and may be withdrawn by AAFCO if not accepted within 7 days. *Most of our correspondence is done by email. Payment is due upon receipt of invoice. We accept checks & money orders. For a fee, we also accept debit and credit cards. Tax will be added to your job upon job completion. *THE CUSTOMER IS RESPONSIBLE FOR MARKING THEIR PRIVATE UTILITY LOCATIONS AND FENCE LINES. AAFCO IS NOT RESPONSIBLE FOR UTILITY/SPRINKLER LINES. f Estimator's Authorization: Kirkland ❑ Rambler ❑ Horizontal Ellto Shadow Board ❑ Lattice Top ❑ custom ❑ Gates: Single walk ❑ 1. 4 ' Single drive ❑ Double driveiR 1.35 " Roll ❑ Hillside ❑ The prices, specifications, and conditions are satisfactory, understood, and are hereby accepted by my below: Customer's signature: Date: Clearing included if checked El Tear out/Haul away included if checked Pc W ^C� -,b J-D Cr a'r EXHIBIT BINSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The City shall be named as an insured under the Contractor’s Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 2. Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Commercial General Liability insurance shall be written with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. 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. EXHIBIT B (Continued) 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. CERTIFICATE OF LIAB THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONI CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTE CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the SUBROGATION IS WAIVED, subject to the terms and conditions of the certificate does nol confer rights to Iho certificate holder In lieu of sucn ern PRODUCER FEDERATED MUTUAL INSURANCE COMPANY HOME OFFICE: P.O. BOX 328 OWATONNA, MN 55060 INSURED 19"374 ALL AROUND FENCE COMPANY PO BOX 98909 LAKEWOOD, WA 98496-8909 DATE (MMIDD/YYYY) ILITY INSURANCE 12/272021 LY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS ND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, THIS BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR policy(les) must have ADDITIONAL INSURED provisions or be endorsed. It policy, certain policies may require an endorsement. A statement on this IGrsemenl s . CON'CLIEN ACr T PHONE Eal• 8 333 49 tt N&507-44 1664 E•Ma�EL - C NTCON CE T R FEDINS=M INSyRERk AFFORDlNO COVERAGE NAM N INSURER A: FEDERATED MUTUAL INSURANCE COMPANY 13935 INSURER B: INSURER C: INSURER D: INSURER E: _ INSURER F: COVERAGES CERTIFICATE NUMBER: 103 ncvtarvn r��oro�... LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR L VBR POLICY EPF POLICY EXP LIMITS POUCY NUMBER ! YY M YY TYpF OF INSURANCE $1,ff00,000 X COMMERCIAL GENERAL LIARILITV EACH OCCURRENCE oAMAoe To RElfreo $100,000 CLAIMS -MADE ❑X OCCUR MED EXP (Any one person) EXCLUDED Y N 9369175 01/15/2022 01/15/2023 PERSONAL ADV INJURY $1,000,000 A GENERAL AGGREGATE $2,000.000 hyr-NI AOGR E LIMIT APPLIES PER: PRO- PRODUCTS - COMPIOP AOO $2,000,000 POLICY JECT ❑ LOC �OTH41R: COMW ED SiNGLB LIMIT $1,000,000 AUTOMOBILE LIABILITY docIll X ANY AUTO BODILY INJURY (Per person) SCHEDULED A 'OWNED AUTOS ONLY AUTOS N N 9369175 01/15l2022 01/15/2023 BODILY INJURY IF -accident) NON -OWNED GPERTY DAMAGE HIRED AUTOS ONLY AUTOS ONLY EACH OCCURRENCE $5,000,000 X UMBRELLA LIAR X OCCUR N N 9369176 01/15/2022 01/15/2023 AGGREGATE $5,000,000 A EXCESS LIAR CLAIMS -MADE DED RETENTION OTSR wiliffi PLR STATUTE PA*B EMPLOYERS' LIABILITY y�r-}�1 E.L EACH ACCIDENT $1,000,000 ANY PROPRIETORIPARTNERIEXECUTIVE N I A N A OFFICERIMEMBER EXCLUDED? 9369175 01/15/2022 01/15l2023 E.L DISEASE -EA EMPLOYEE $1,000,000 (Mandatory in NHI II yes, deserlbe Vndf1' E L DISEASE -POLICY LIMIT $1,000,000 DESCRIPTION OFOPERATION6 below DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached it more space is required) SEE ATTACHED PAGE CERTIFICATE HOLDER CANCELLATION 198-037-4 1030 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITY OF KENT THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 2204TH AVE S ACCORDANCE WITH THE POLICY PROVISIONS. KENT, WA 98032-5836 AUTHORIZED REPRESENTATIVE © 1988.2015 ACORD CORPORATION All rights reserved. ACORD and logo are registered marks of ACORD ACORD 26 (2016103) The name AGENCY CUSTOMER ID: 19 37-4 LOC h ADDITIONAL REMARKS SCHEDULE AGENCY liAR1f IH SU3 CD FEDERATED MUTUAL INSURANCE COMPANY ALL AROUND FENCE COMPANY PO BOX 98909 rvucr nvmeen SEE CERTIFICATE # 103.0 CARRIER SEE CERTIFICATE # 103.0 CODE LAKEWOOD, WA GaZIS"909 EFfECTWE DATE' SEE CERTIFICATE # 103.0 Page 1 of 1 THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CEaT)F[CAYF OF LIABILITY INSURANCE — STOP -GAP (EMPLOYER'S LIABILITY) COVERED STATE(S) WA PROJECT LOCATION: 4821 KEN DES MOINES RD *311, KENT WA 98032 THE CERTIFICATE HOLDER IS AN ADDITIONAL INSURED SUBJECT TO THE CONDITIONS OF THE ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU ENDORSEMENT FOR GENERAL LIABILITY. ACORD 101 (2008101) © 2008 ACORD CORPORATION, All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 20 33 12 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN A WRITTEN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II - Who Is An Insured is amended to include as an additional insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. A person's or organization's status as an additional insured under this endorsement ends when your operations for that additional insured are completed. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to: 1. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: a. The preparing, approving, or failing to prepare or approve, maps, shop drawings. opinions, reports, surveys. field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. © Insurance Services Office, Inc., 2018 Page 1 of 2 CG 20 33 12 19 Policy Number: 9369175 Transaction Effective Date: 01/15/2022 2. '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. C. With respect to the insurance afforded to these additional insureds, the following is added to Section Ill - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement you have entered into with the additional insured: or 2. Available under the applicable limits of insurance; whichever is less. This endorsement shall not increase the applicable limits of insurance. Page 2 of 2 © Insurance Services Office, Inc., 2018 CG 20 33 12 19 Policy Number: 9369175 Transaction Effective Date: 01/15/2022 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WAS 98504-4540 Washington State Prevailing Wage The PREMILING 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 lied Journey Level Prevailing Wage Rates fDr the Effective Date: 10/12/2022 un X Tradii Job Classification +fie Holiday Ov@rtim@ Note *R"k Claws King Asbezttos Abatement Workers Journey Level $56X0 1" view King MGM Journey Level S72-54 39 y zu Ming Bark Mason Journey Level $66.62 2€ L Him King Brick Ma5m Pointer- Caulker -Cleaner $66.32 ZE J_N view King BuRdi 9 5eml a E PIDY= Janitor S23.23 M IT ymy King BA6 g Seivice F plo= Traveling WaxeriSF ampooer $28.68 M 2f Kind Building5eMce E p1gym Mnd Cleaner (Ron -5i;aifQW S32.1& 56 IE View King ovilding Service E PWYM Wind6r CLL&an@r (5taffdd) $33.18 LF vim King Cabinet makers (fir ] Journey ce,el $22.74 1 4(ing cag&pte AcowtfcaL Worker S71.53 U King Carggfltefs Bridge Dock And Marf $71.53 JU 14.- Yid CarpL!mL�rs i(ing Caroenters Floor Finisher $71.53 lu vie King cagmnte Floor Layer S71-53 j�u view King Ca rpto= Iaurnty Lev,�t S�1:53 15J 4� vim King Car enters Scaffold Erector $71.53 15J King dement t,Aa5on5 AppLication of aLL Composition $70.09 1U 4Dl view Mastic KJng Cernem Mason s Application of all Epoxy S69.55P M Material Mpg Cement Masons Application of all Pllastic 570.09 lu �y view &Werlal King Cem"Lpwwrl5 AppUration of Sealing $64.59 j j(i= COMpvuM Ming Cement Masons Application of Underlayment 570.09 iu D Yft King Cement Ma5on5 BuilcMin� mineral. $69.59 j_U 411view King Cement NuasQp3 Composition or Kalman Floors S70.G9 Mng Concmie Paying $69.59 15,E AU YiM Ring Cemen" Morons Curb & Gutter Machine 570.09 j3j AU view King Cement NgsQn5 Curlb # Gutter,'5idmaN5 $69.59 1_r' l�l 'thew K;ng cemept Hlal4ftt Curing -Cflne_i@M $69.59 _. King Cement masons Flrklsh C.oaoreig Concrel,e $70.00 151 D �dm Kind Cement Mawn5 Floor Grinding S70.09 1u AU view King Cement M4wn5 Flom Grinding;Polisher $64.59 151 411 Vim Mng Cement Mason Green Ccmrrese Saw, self- $70.09 1�j 4u yitd powered Kind Cement t+fa50n5 Grouting of all Plak-a $69.5$ lu D view King, _ftgm Gruutlrig flf all Tilt -up Parm�LS $tfq.5� j,5,1 l Yi Ktng Cement Mason Gunike Nozzleman $70.09 lu Vi" King Cement Mas*n Hand Plowered Grinder 570.09 view King. _Mawn3 Journey L-ewe[ $611.54 JU lu YiM Ding Cernem f asons patching Coym-ete M1.59 1U 4u Yim King CemenF Ma5on5 Pneumatic Power Tools $70.09 1u 411 View King Ceme Mawnt Power Chipping EL Brushing $70.09 J Kmg Cemenz maions Sarhd Blasung Architectural 57MR lu vie" Finish (Ling Cement M35om Screed Et Radding hi,�chine $70.09 1 +�l Mview K;ng, Cement MW. nZ Sp rckl.irlg od Skim Coot $84.5t) JU D Concrote kiniR Cement faa5pn5 Troweling Machine gyrator $70.09 JU AU View King Cement i+ awns TroweLing Machine Operator an $70.09 JU lu View Colaned dabs Ktng CtLno-L masons Tun nel. worke€s M. D4 1!j D vie" (ling Div" Et Tenders Fekk 1%ktLjcle or 5ubrnmihle 26.06 1u 4C view Gperatcw (blot Under Pressure) King Down EC RnderN Diver �131.05 1% King 0iaers Et Tend?r5 Giver �1 30.06 1u 4L V king 0iw�ri f Tendug Diver $17q.0$ JU ViEw Ring Diver Si 75.05 '�` N Ktng dlvers k Tender3 IDIver �126.05 M4 BY King Divers Et Tenders Myer On Standby $84.94 view King Diwem,E[ Tende6 Diver Tinder $77.16 Ktng Dlwers k Tenders "rbarlc Worker - $59.0� 1_�j 4C Compressed Air 1%arker 8-30.CO PSI , King Diver-5 Et Ten%er5 Hyperharic Worker - $44.09 1 YilY Compressed Air Worker 30. 01 - 44.00 PSI Ding Divers & Tenders "rbaric worker - S107. 151 4C AM CompresAl Parker 44.01 54. W PSI King Givers Et Ten rs Hyrperharic Worker - S107-00 Compressed Air Worker 44. 01 I I 5-4_00 P51 Ding poars A Tenders "rbaric Worker 103.IR 15J 4 Compres Alf ftrker 54.01 60.00 PSI I ]Lind Dinners EL Tenders "rharic Worker - 5105.59 1 _ Compressed Air Vkrker 60.01 d.4_00 PSI 'King Divas FL TOndtrs f~ rbarie worker • $110.59 15.j 9� C0MpVCw,Alf Worker 64.01 a . 01 kl King DiwerS Et Tender Hyperbaric Worker - $11?,59 Compressed ,fir Worker 6a. Ot 70-00 P51 Kjng lxY.0M_Et =jeF Hy rbavic work,@r • �114.59 j Cofflpre%Ad AIr Wormer YO, 01 72,00 P51 Kind Divers a Fenders Hyperbaric Worker - 5116,54) Compmwd Air WortRr 72.Ot 7d-00 PSI King Qiyer5 it Tendt rj Manifold OpEmtor $77.16 King Divers ft Fencers iankfold Operator Mixed Gas $82.16 IU Irving Divers a Tender RernQt..e Onrat.*d Vehicle $T7,16 1U Ope€-atwITKINnician King ai r# Er T-ride Rq�rnote Oiler -&tie Vehkk� $71,98 1U Ti2m1er in e ' S rkers A55i5tank Ensgineer 576.56 52 Xing Dry ge W+ rker5 AssisUnt hate tDeckharrd M $75.97 LD King 2L"W Yaa'k,�r5 MbtXrrlSn $76.56 'w Ktn €Ug r Engrneer Wel-der 578.03 King rage Wgiker5 Lerman, Hyd rauLkt sn.59 KJng LEI L d9t2flE� mates $76.56 King lrtdi3t WCFrkM Oiler $75.97 , King Phry—WALL APp i r journey LeYA $71.53 j ,FJrtig Drwrall D km Journey LeYN $70.61 Ittng Electri-cal Rxture maintenance jcurney itvial 535.19 Warke King y Elwri[ ana - in5ide CabLe SpLicer $94.36 KLng E&trr laos • Insidk Cablt Splicer Itunrrel) �1 f 6.81 ZL King lElectrician5 Inside Certified MXelder 595.9a King Electr8gi-ans fn5i4e Certified WAc$2€ ttunnet) S103. aq King EL42 it(Klan� • Lniide Construction Suck Fle-rson 547.0�1 ZC King F6 ctricians - tnside Journey Level; $92.59 King Elt-ctrkians - rnSide Journey Level (tunnel.) $49.36 ZC 44n4 ELectrK1.&n5 • +rotor 5110P Journey tew-el W.68 5$ King El€zgthcian5 - PonwerLine CebL�L Splicer 598,82 5A CQn5tr-Lgtion flung EleQritiarls � F'vh wr irle CQn trLKl11Qn Certified Line%%ELder $91-65 Kong ElectrKians - Powefline GroLrndperwn $52.91 ,A Constru€Lion King Electricians - Pp we{line 4Eavy Lire Equipme nk Sol -65 Connnxtion Operator King EL aracians Powryt0ne Awn" Lcv-1 Lirkepemim $81.65 $� Constructlo King Elect€�cian5 Pg wertine Lim Equipment Operator $70.0 � Cggt€uc-tio KFr1g ELeclri ians • nXegtij]f, Cons#xuttiexn Meter rnstaller $5$,41 King Elect€r[.ians - Ponwertine pole sprayer 581.65 1 K hm view Em 'i m View view YkA 4D I � _ view Him View Consmrctlon King EL.,-Ctri-Cian5 - PoawKl.ine Po wderperKn $60.75 View Con5trLr,t1on King ElelFtrgnir, Tmhniciarri Journey LeweE $60.10 ZE 'Lim ktng Elevator ConstruC to mecNinic W3.51 m 4A Vie King El-ywator ConstFugtor 5 Mechanfr, In F-har!�e $I17.0 4A view Bing Eaklaid Famast Camrete ALL FLassitications In-Factvey smfifi �$ Frodue Work OrtiLy Ding FerKe Erectors Fence Erector $48.14 1-` 4v- $Y View 1ting FerKe E;rector5 Fgnre Laborer 548.14 1U iv_ FAY View King Lwgm iburmy LeweL 548.14 L-kj 4Y ax AtA Icing Glazier juumey Levek $75.91 ZL 1Y - view King Heat Et Fros; GnsuLatq r5 And Journey tRwl 554.58 jjH ijLL view Asbe$toss V&rkers mng rFi At1�1g-r LLipmo1k W,- ar11cs .Journey LevN $94.11 ZE if Ylw Icing Hod F-arri em $ Mason Tenders Journey Level: 559.85 l` 4V -YY Y w King Ir%du5Grial. Power Vacu:Jm Journey 1_ev l! $14.49 view ie n r King InLand Boatmen Goat Operator $61.41 $ ]1 Him King In[ -and Eloatrrwn Cook 556.19 1 K V � King Inland Bmmyn Deokhand $57.48 L 1 K Yim I(ng Inland Boatmen Deckhand £ngirleer W.81 52 iK view King In[ -and Boatmen La-unch Opera for 559.89 52 1K View King Inland ElQatmen mate $57-31 a 1K KIng B-01 Cleaner Operalor, Foamer $31.44 1 Him Sewer $ WaLer 5y2LtmS3W Operatoe Refmte Control ! King IFnp2ct ion IC leanings Sea I ing [�' f. GrouL Truck Operator $14.44) i Sewer Et Water 5yjtems yr Rempte ContrP4 King L learill=MZ Head Op�erakar $24.91 1 Sewer ft WaLer ygcW� Remote Conarol King Irt5r&&LionlCIeaninF/Seal ing f Technician 519. Sewer Et Water 5yltgms By. REI aka CQntri� Ktns l Tv Truck 0Kr$kor $20.45 1 Sewee ft wawc r� Remote Cntrnl King InsuLptign A + l Jowmey Level. $71,53 J View Kind r rk?Lr Journeyman $97-8 7A IQ Yiew 9mg r r Air, Gas Or Electric Vibrating $54.62 1U 4Y B-Y Screed Kind Lahorer5 Airtrac DriIL Opemor M-54 1u 4V FAY view Kling LAQwr� BaLLast Regulw chi" $54.62 jU ly tu , King r r Batch Werghman $48.14 1U 4V- ly view Kind La r r Brick Pavers S54.62 j_U 4V Fly- view Kling LAMED Brush Cutter $54.67 LU dy al Yim King Laborerr Brush Hog Feeder $54.62 1U 4v- ly View King Labore Burner $54.62 1U 4Y FAY view King r r Calsson worker $58.56 IU 4Y E Yd King Lahorer CarpenL-er Tenripr S54.6� lu dV PAY View King Laaorer5 Cement aum per • paxi ng $57.54 15J ly fty Yip K.5ng lahnrer Cement Finisher Tendu $54.62 �.$,�IY BX YiM Kind LabQrer Chaan�e H)tiSe 4r Dry Sh jrk 554.62 JU 4Y AY YiMY King L,pborer5 CFripping Gun (30 Lam. And $57.94 JU l' ]' 19nx Oyer M ktng r r ChIpalng Gun (Under 30 Lbs.) $54.62 15J !�V V '• King Labgrer Choker Setter S54.62 � 4v_ 2YY view King LaboreE5 Chuck Tender $54.62 1U IY U jai= King Laborer, Clad Power Spreader $57.84 1U !!IV- King Laborer 5 Cl"n-up L.ak�orer 554.62 j_U iv_ PAY View BEng I ah� Co r-ritLl Dumper IChute $57.94 JU AY E Yip. oporaror 9knq Laborer C&n rete Form Stnpper 554.62 ]U �Lv- IY YiM King Laborer Concrete Nacernpm Crew $57.34 1U 4-V Q1 YiM K;ng, Laborer; Cwc:r.Ete Saw Operas-arfCone 557.&4 JU AM Ax Yi= aKilL�r Kinij Laborer Crwl hef Feeder 54a. 14 IU �Lv- ly View ling Laborers Curing Labor -Er $54.62 JU �V FAY View King Vemolit9oA: Mecki ng a MovirkS $54.67 4-V ay xim {IncL, 0arred Material) Kind r r Ditch J)kjijgr 55-4.62 IU �U 2 view King Latwer Diver $58.56 JU AY Ift DEng LAbQrers Wkl Operator jHydraulie, $57.�4 j�j $ Yft Wa+ryand i Ming r r D*y StackWipIt5 $54-62 IU iv_ ly ViQW King L,x rer3 Dump Rersan $54.62 JU IY Meng Laborers "xy Technician $54.67 1U �[-V- E Mim King Laborer Eras[-Pn (antral Worker S54.47 5J 4V King Ukgrer5 FaLLer Ec Bucker Chain Saw $57.04 JU AY E Yi Ang r r Fine Graders $54.67 1�1 IV- Ly Vie" King LabQrer Finewptrh 54a.14 IU 4V 2YY View King La area Form 5-Attsr $54.&Z JU AY FLyY YkA Ang Laborer Gabian BaskeL Bulldm $54.62 ]U V IY YhnY King Laborers Gemral Laborer 554.6 JU ! V PAY view King Obore Grade Chchckfr & Transit Person S54.95 JU EV UY Yi��: Kkngr r r Grind�rs $54.62 JUPam' yrye" King LabQrer Groff hachine Tender $54.6Z IU 4V Y Vie" King, 1. re GMUtMeA jPre55urej In-Lludirrg $57.94 JU AY U Post TkRnsion Beams King Latwer Guardrait EwLor $54.62 IU 4V �LY View King L&bQrers Hazardous Waste Worker ILeveL $58.56 IU 4V FAY View Al Ding Lab.Qms Flaxardous Waste Worker (Level $57.�K JU A Yl= KM r r Razardous Waste Worker (LeveL $54.62 jU 4V ly View Q King L bwer3 High ScaLer $58.56 15.) ly ly we, Lamrer Jackhammer $57.84 15J �Lv- JY V m King L r r tasert�--am Operaxor 557.8,4 j_,U 4V FAY vie, King L r r iNainLenance Person $54.82 IU LY ff Nim King r r manhole SuiLaer-Muaman $57.84 ]-U �Lv- $y view King Laborer wteriat Yard Pherson $54.62 iU !V- 2Y View King L-ab rer5 Motorman-iffinkyr Locmmtiwe $57.94 JU 4-V E Vi" Mn r r rboz2lem8ri �concretc pump, Mas 1 !b! green cutter when using cwNr ion or high Rre5wm aiF Et WateF on ooMreke $ elk, 5andbta5t, gunIte, 5hokcrete, water bta5te+r, vacuum bld5ter) Ming Laborer 5 Pavorneiit Breaker $57.04 j.0 ly M ME 4nq, Laborer Pitot Car $49.14 1U �Lv- v yini King Latiorer Pipe Layer Lead) 559.85 1U !V �-Y Vic King 2 r r Pipe LayeriThiLor $57.84 4U E K,in F F Pipe pot Tender $57.�t J.ijU U �Lv- U View King Laborer Pipw R-etiner $57.�V _U 4V LYY view King I rPi-, Pipe Wrapper $57.04 ]U AY ly YkIl Kmg Laborer Pot Tender $54.61 iu �'- IY Kind r r Povwderman $58.5$ iu 4V FAY view K;ng �J!� Powdermw's Htlper $54.62 jU V LY Kind Laborer Power Jacks 557.84 JI !�1_ ly VIE" King L r r RaiLroad Spike PuLLer - Power $57.S4 IU 4V FAY Vi" King Labor@ Raker • Asphalt $54.8-5 15W IY ta Kind r r Re-timb :-man M.56 ]U �Lv- Ey Kin& Laborer Demote Equipment Operawr $57.94 IU 4V IY_ view Ming L4 NYgr,5 RfggEF(SignaL ftfsvh 557.�4 LU IY ax View Mini r r Rip Rai) Pk-r on S54.62 iU 4V IY- view King Labyrer5 R&Et Buster $57.34 1U 4V LYY View Ming WMir CS Rudder $57. B4 1U 4Y L� ximd Kind rie kaffotd �r-ector $54.62 1U !�V Jay view King L r r ScaLe Person $54.62 _U AV IY View King wbQLer5 SL r (ter Z4') $57.84 LU 4y L King r r Row Sprayer $54.62 1U �Lv- IY Vie Kind r r 5preio¢er jConciretei $57.R4 jU 4V PAY View King Ldlz r,� Stake Hopper $54.6� LU AY ax Mpg Laborer Stock PlLer 554.62 iU !�V- $Y view -King Laborer Swinging Stagelgoatswain S4a.14 4V ff view Cl ai r ijng Ldzg Tamper 6L SftLar Electric, Air $57.84 i 2 yid Et Gas Operated Tools Kirin Laborer Tamper i144ultiple Et Se;f- $57.84 1U prapeReda King Timber Person • Sewer (LaWr, $57.84 JU ly Ix 5honer li CrGhbvK Kind Laborer Toolroom Person [at Jobsito $54.62 1U !!�V LYY Weer King Laborers Topper $94.62 IU 4V PAY View King, ktng King King Ding King King, DEng King Ding Kind King King King King King King King KFng King Ki n8 King KFng King King Ming Kind King, King King KJnS Ding King King King King L�k!p-r Rr-� Track L WWrer $54.62 JU LaMr,er Track Ltner (Power) $57.84 1U La r rs Traffic CantroL Lamer S51-48 L L}vr f Traffic Conval. 5upmism $54.55 j Laborer Truck SpoLter $54.62 1 Lahorer5 Tugger Operator $57. a 4 JU L b rcr. Tunnel Work -Compressed Air $1521.87 II J Worker .0-30 psi Laborer Tunnel Work -Compressed Arr $163.W JU Worker 30.01-44.00 psi La�orqr5 Tunnel Work -Compressed Air �167.58 15J Worker 44.01-54-00 psi LatQCe j Tunnel mrk•Compne55ed Air �1 ? 3.28 ]j Wtinker 54:-1-60.00 psi Labore Tunnel Work -Compressed Air S175.+10 1� Mbrlaer 60.1�1-64,00 psi L-0 3 Tunnel Work •CompressQd lair �190.50 Worker 64.01 •b8.00 psi Labprer Tunnel Work -Compressed Air �182.40 `1U Worker 68.01-70,00 psi Laborers Tunnel Work -Compressed Air S104.40 JU Worker 70.01-77.00 psi Lamre Turm i Fork -Compressed Air S186.40 15J Wort er 72. Q 1-74.00 psi Latmrer5 Tunnel Work-Guage aid Lek 559.9S Tender TurtntL Works Mlv nr $59.95 LU Labor-er Tunnel Vtrk-MI+*r $57.41 7Z6 L abQrer5 W brator $57. a 4 L,DNY.gr,5 Vinyl. Scbmw $54.62 12 J Lat)orer Wajrhman $43.76 ju Labyrer5 Welder $57.34 1U Wmm WeLI POLM Latmer $57:�K LU Lal�ore Mindow WasherlCieaner 543.76 1U Labprer5 Undergroun-d Sewer Genera! taborer Ft Topman S54.47 j Erb Lit3r Pips Layer $57.94,J It Wabe Landes ra Conaructiion La-ndscape $0176 Landgars a mairttenance Laths Ar ue Set nits AetaL Fabrication In Shop) #gtaL Fabricatian in % p) A*LaL Fabncation in Shop) MiPwriglt!� ConsVurtipnl LandKapin:� Or PWntirr8 Laborers Landscape agar Groundskeeper Jpurn" i.grreL Jourrity Cevm FitteriCertidied WeL-der C,eneral Laborer Mechani-C Welderi Burner Journey LeveL ly yi1�m VY view view.. ly K yim AY view iv_ F§Y view I L 4 93 View 4V 413 Vier 4V 9t Vim 4V 98 Am V m vier 4V 91 Vie ! V 921 Yiew aV+ 91 vie" ly t Y&I Ey Dmf iv_ 4V JY View AV FLyY View 4V ly view :Lv �(' V'm I i !V if view $78.30 1_U 1 $17.87 1 V m $71:�view $43.17 -131 ILE mim S30.07 jM JIL ylw $41.65 153 LA Vim S39.28 1l IiE Vie $73.GS j_U !K View King, Nwvti r Bukdwq� Cabinet AssembLy $14.49 1yizy Ktn,g Mod Wlar BWildir+gE cbmtric lan $14.49 1 View King #zd WLar Buikdi-M EqLripment Maintenance $14.49 1 . view King h�d.4�r. �_I2�]!L�$ PLumbe-r $14.44 1 Yi= Ding modular alliWingi Production Worker $14.49 1 View King AdodULar Building Tbp9 MainWar )e $14.49 1 View King, UId 1- $U91di11A$ Utility Person $14.41 1 YiM Ding Md1itar NuildiM Welder $14.49 1View King P4imers $UUME�y LEVEL $49.46 L i_u vie" King EatkY!Rc Crew Tondo $T7.16 Ktng Pile driver Crew TenderfTechnician $77.16 JU 4C View King Pile Driver Jourripy tgptek 571.9$ 1u 9. view King PLastI�= Journey LPYN $67.44 ZU la migA Ktng, plasterers trozzleman $71.44 ZQ 1B King PL�ytgraynd a Plark EgUjlpmen Inc,Lalle rney t vet 514.49 1View King P[WwihHgrs L Pi =hmfu Journey Level $45,E1 ;Z 1� Yl2 Ding power EU+ enL petato asphalt Plant Operators 580.12 iu lia view King Power EgwJp went UF&YatQ[ ,assistant Engineer $75.35 jU M Foy view King B.� LIJI gum 0 1L V41ra LO I am& MiNchlno� (Zrp o $79.41 1U 11J� Kind 22mar-U unP arwnt Batch Plant Operator: concr-ete $79.41 J-U 13-C, 9 vie King Power E LLJMNnL pgtatQr Boat Operator $90.33 7A 11H LX View King U-wftUnL& Btib-cilt $75.�5 ],�,) .lfi U 'cif King Power Ecruiprrrent Qmra#ors 6rokk - Remote 17emoli k.ion 575.35 1u IIQ Ax Yi" Equipment 10ng Power EqU:Jgnt Upgratyr5 BrnanK $7�i-35 jU 1 l-, E Vi" �inv, $ F.SLu�IL L r�C r+, Bump Cutter Sn.41 15J M ax ] King Rower F +3' Qgrajor Cahlewaw5 $60.12 iu iiri Kind Rgwyr EE ujpgTnt pgrator Chipper $79.41 jU 11 , F�K view King Pow er-EML6I;MdL!QPff M Conrpdeswr $75.35 lu King PowerE LL%m n petr Concree Finish machine - $75.35 iu Lpwr �K reed King PqwwIr Eggir#grgnt tatgr� Con�re:e Pump - Mounted Or $7$.SO j� 1 �K Trailer High Pressur-E Lir1e Pump, Pump High Pressure ♦ling Power E"ppErtL QetatoConcrete Pump: Truck MwPI 580.12 iU With Hoorn Attachment Owr A2 ail iUng Pgwer F Opn rgrfC rpm-olm Ccmcrete Pump: Truck Mount $79.41 1 J ii-q M vile With Boom Attachment Up To 42 m King Power E0LLinr Mf ato Conveyors 57a.8() ]U ]iQ $x vie" King Power E ,qJUNnk Iiretors Cranes Fricti¢n_ IDO tons and $07.76 7A 11H EX Vier over Mng. U2 U1.911ISMMLCranes, A•frame. 1.0 tws and $75.55 7A undor King Power F Qjua�ent r&fato Cranes; 100 tong throLo 199 581.12 !A }i ]z view tons. or 150' of horn qinduding jib with attachmentsl L r 'King RMr EvuiP99PL r=t2a - -- Erar�s: 70 tons 6rough 44 sn.fil 7A im IE tons with attachnvfsts King Power E� nt Cranes; 200 tons- 299 tons. or 581.W � � i Ix _ 250' of boom including jib with attachments Kind Power E IZqmnL 4 Craws.: 300 tons and avuf or $32.76 Z6 11H BZ 300' of :boom inc luding jib With atta&rnents. King Power E U_irxnent Mtato Cranes; 45 tons through 99 580.3 Z6 Lih 9 view tons, un4er T50' -Qf bwm(imtud'Ing jib with at#achmenUS Kind Pywer E �Ljrxrrerrt r}erator Cranes: Friction cranes through $91.97 } view 199 CUM gm% Power E u+r n _ pcfato Cranes; thrmgh 19 tor* with 57�-W 7A i1H $ attachments., a-ffaw over 10 tons Kind Power E LLigmenk 4 Crusher $n.41 JU jjf� �y _ yim Icing, PQrrer EaUjO VeLk EngineerlDeck Wlinches $79.41 (power) Kinij Power EaL rJp!Mnt rgirator' Derricks. Dn BuIWIng Work S80.12 1ting Power ERuirxferrt Qoeratm Dozers D-9 Ec Under $70.E0 1 jj y King N U_UWr4=L maw IYAI 0I1er-s: AuVr Type, Truck $73.80 15) Or Crane Mount Kind Power E iL+ WUing machine 560.W 1U LIrAL Kin "r E gjrfrlunk ciZJ + E{evatnr and man -Lift: $75-35 permanent and shaft type King Power EgU_ipAknt r&iato Finishing machine. Bidwell Ar6d 574.41 JU ]�i 6Z Y_ Gam&o Ei Simkl,ar Equipment King Power Egg;pMgnk pears For;kLift: 30M Llrs and aver with $70.8Q jJU 1 ice, attachments W9, E�D.EQLr- Fori fifty urkder 3OQ IN. with $75.35 JU Ita U AM attathments King Nwer E LLipgNnt r� Grad- Engineer; Usina 8We SN Al j 11 + view Prints, CLxk Sheets, Etc Kind Pywer Erigjpan rf ra -arI GradecheckerI5takeman $75.35 j 1 ice, view Yin% _PQ_wLr_EqiLJ pg& n t ataLgu Guardrail Punch $79 AT 131 11r, @x ]kA Kind Power EOuap+rrent o r Hard Tail. End Dump $80.13 U 1� yiew ArCic.ulating Off- Rwd Equipment 45 Yand5- Er Over _ King Perwyr ErFiotors Hard Tail End Dump 5nA1 I.-ij L& M mim AracuLating off -toad , Equipment Under 45 Yar05 King Power EouirAmm Hori2ontaIiDirec[Tonal Drill 57a.60 jU DIQ E Vier King Fewer EgWUNE0p&LC&a HuriwntallDirectPunal. DriLI $7a.41 15J 1 i0 x Yid; oporator i(ing Power EgHL4 HYdralfftv Mom TrLKks Over $79.00 ZA JJ.tL YLOX 10 Tons I _ King Power Ep�LjpMgnt pMto Hydealiftsibom tracks: 10 $75.55 7A 11H + ions and under I ; 1Ling pdmt RMW Leverman $91.75 15,� ]. [ King Power F wipffien _ p!2iatcm Loader, Owrheac, 6 Yards. But $90.12 1U ]i-C $x Not Inctudsng & Yards Xing Power gipnen t QG+�+�#� 's L d�r�� �'�+�rhe�� Under #a 5��. A 1 � 1 i�i E view Yards Ring Paj L�HjQ2g0LQCS Umder%. PLartL Feld $74.41 Xing Power F jLjpM!2nt Motors loaders: -Elevating Type Belt $78.80 1u ]f'i $X View ,Ling Power Equilxngnk Ggra#o Locomotives, AIL $79-41 � 11��, �]view King a WA Lor*s material Trwsfar Dice S79.41 King Power Equip&mnt Cnefetors mec hanlcs: All I Leadmen - 5$0.92 Tu I!r, U View SO-50 per hour -over iriechAmIc) King Pp"r E 5HNntpMatgrs. MoLor Ratrn9 Graders $f90.12 1 ice, §_X Vier King, Power Equ-i a"J[�' MAickling 1•tiachlm, sole, Tunnel $90.12 lira M V-i= WLL, i'4orirrg. Pad Ioacer And for Weld King Power EcruWmnt omtors Oil Di-stributors. BWwer $75.35 1�`� 1 s , aisxriWC n -�t Aulth S rinS Oper-aw Ring BaILL4W Outside Wim IELLwators and M.Ro Iarlllfts), Air TusjgerS. 5trato Ring Pow, SW_ir knt OF&fato O ad, bridge h+ Crane: 579�.62 J$ ]ji 0 View 20 tons throLo44 #on5 Ring Ry wtier EtruiHNrtL p&rato Overhead, bridge type: 100 $01.12 Z6 11H tons ,red over Ding Power F L ipment CneUtnrs OyeOLea0, brldge type: 45 tans $80.3-1 1$ ati ex through 99 tons King Rower E �LjI#Mgnk QRLijjqD Pavement Breaker $75.�5 1_U 1 f view King File Driver (othft Tl�an L;rar&5. $79.41 LU U- M= Hbun L) King Power iLqpAmrLL Wrato Plant Oiler - Asphalt, Crusher $78.w lu 1 King Power ERU:gHHnt QgMtors P=hode Digger, MechanicaL $75-�S IU ii-q E Nim .. King l�w�f .�J�+ Hower Plan t $75.15 15,E 1115 U mum Ding Power E j�kp xnt Coefe#nrs Pumps - Watef 575.35 1u 11 U mim King Power F4ippgnL ra Quad 9, rid 41, D10And Over $ED.17 _U 11Q BZ yim.. -Kfng iG -Uw miatol-� Quick Toro: no cab, under 524.41 j�j Ii4 100 feet irk helgbt base to boom Kind Power E L�JgMpntQpe+�#or€ Rpmoke Control Operator On 580.17 1� 11 , Pam]view Ruhher Tired Eartli MQving Equipment Ring WjgLw L _9 pVf &tQa Rigger and 13LIrran $75.55 } Kkng Pow+er Ecruipgrent Crgtator* RigV051gn$L Person, 579.W 7A Iih 60e rnanlCertiffed ) King k,±L-r E�g:Menk Oceia#or RaLLagon $00.17 j 1view King Power EMLiMMnt Mrato Roller, Other Than Pkarit imix $75.35 15,E Ding Pon!r Ecwa nr rgyato Roller, Plant Mix Or Multi -lift 57#. iu iit $Z View Mat,eriats King Power EtrulrJlnnt QRg-iatQrs Rciw-miLL, Rwo-grinder $711.41 j_U M 19 Y W King Pnwfer Eok&=rrt 0MALnrs Saw-, - Concrete $79.80 1.&IJ 11C., ag vim+ Ling Power Ecp&&rra #n i r Scraper, Self aroOled Under 579.41 j-U Aci E view 45 Yand5 King Power EWumnk Opmaty[ 5trapers • Concrete Et EaM ALL $7A.90 j.0 King Power F LLipffien _ Scrapers, Self-prapekled: 45 $90.12 1U ]ji $X YarOS And Over Xing Power Eri�i nt p&rators Service Engineers: Equipment $75.80 iu -Ling f �P-ti_jvr fa0Emat_ -ILM 5hotcretelq3unite Equipment $75.35 Ding PORT Ert,alpffl? k Omators Shovel, Excavator, Eackhoe, 578.&0 1u ]!-C $X V m Trac4ors Under 15 metric Tons King Rower Eq IxnQnt U �a rs 5hoveL. Exta�rator. 9a khoe: $�0.1 1j1,view L]wer 30 Metri-c Tons T43 50 Metric Tans KLng D�mt4-�MW4.2MAW 511ow6, Excavator, &&&-hoes, $74.41 Ll i Tractors; 15 To 30 metm lbns King Power E LLJHNnk QnggtM $ho%eel, Excavator, khm, 550m JU ii-Q E view Over 50 Metres Tens To Met rir. TQrk$ King Powtr EMj=rrt J+ Qgra= Sri , Excavator, 9add1oe�: $01.75 ].aj J& M Owen 4O Aietrrc ions Mris P)wer EMiVLn nL pgirajor Slipfoirn PMTFS 580.1 1u jet Y119 Xing RowMr EqUs:fxnenk O r 5prear!err Tflpsider Er $80.12 j 1 M Yi= 5creedman f g Pg+ rxLflkn _ Op2rato Su1bgrader Trimmer $79.111 1U t Kind Powpr E jLjOmrato Tow+vr Bocket Eiewator5 $7a-$Q lu view King Fb4wtier EggjHNn k OSgMLtM Tower Crane: ower 175- through $91.97 LA LM M apt; 750' in height, base to boom King Power F Ujp9Nnt OneratM Tower crane: tip to 175 in $81.17 Z6 ]jh $x yim height baye Lo m King Power EVA&qNnt ratgr� Tflwer Cranes: ower 2$Q' in $Q2.7$ 7A 11H §—X view freight from hash rx}n Kin Tr-&rlsWem, AR Truk Or Truk $M1 �- J.5j � TYPO Kin weer L�igfMn t Or&fa km Tr-ervhing Am hine€ 575. g0 iu view -Ling PQwerr E VJPMM Tnick Crane OiLerfDriver: 100 $79.62 7A tons and Ever King Poyter-EqjL6I p-L! p m= Truck cram oflertil-riYe-r; uinder $74.80 }6 M am 100 tars Kind Power kLqQNnL Qp&rptor Trurk MQwnt Pgrka�ie Cunvey cw $79.41 lu 1 tview King Powr r E��i nt xak�r Var- Truk (Va for Gua[er, $711.41 JU ilq M H"ro Ex{awatar } KLnq Power nt r&:rato Welder $80.12 lu ]ii 19 VIM King Power E LLjHNnL Op&ratpr WheeL Tractvr5, Farmall Type $75.35 iu iNi E view King 1 .5• r. E[rir�l;�;l}� t d Yu 1b Pay r $79.41 JU uk M Y Ding Power EMLipg�ent OMtators- Asphalt Plant Operators $S0.12 1u 11i IX �qm Un [ around Sewer fi Water King Power E �qmenL perekors- assistant EngiFKw $7!5-35 JU jEi IN view Unde rgrouncl 5ewser a Water Mng Power [LLiZVj"Wfators. Barrier machine (aippwM 574.41 ]Yim UL14LfgFound Sewer 6L water KEng Power Ego4pg ffgOre:at2L - Batch PLant Operator, �ncret-e $79.41 Un erg€gund 5ewgr Fx meter I King jmmt fttors• Ii Sty er FE VAter Boat Operator 58p•1.1 Z6 Im tz _ Kind .md Powr LLipeMn t Oocrators- Bobcat 575.35 1U view Under8found Sewer E Water King PQwer EqV:Jnt pefetors- Brokk - Remote DemaLrtign $75,35 IU UndeT9.'gungI 5ewler FA Water Equipment Mny, PQwU_LMJJ=QL F8rW&rII- BrO+OM $75,35 2z% Uad.Leground,r EL r King war o 1 taLQr,- B61� CvLJer $ �� �[ ��+ View nde rgorgund $ewer Ii Water King gWjg MML QRC UJ�n. CahLewayrs SBO-12 JU ilk IM .Ii4S1MgF�CLd. Si yop.r ..ftTSr I King Power F LLpfflenL V&rators- CF Ipper $79.4t 1U lia Undo ground �ewmr & Water King Rower E Opment QLgUtors- Compressor S75_35 JU Afa Ix_ View Vndeig�Qund sewer F 'Water iJnQ, Po+ncLf_qullinm t M'5: Cwcmie Finish mKhine • Urlde+ round SekMr $ Wicr Laser Screed Kind Power E L&@N tt QryereJq[ - Concrete Pomp - Mounted Or 57a.a0 iu M M view Unde rgFound 5ew+er Et Water Trailer Hio pare king Pump, Pump High Prure iUng P0or EMjI L Q%JJ rL, ConCretep Pump. Truck Mount $80.1 z lu IM M YkA 2=g sound Sew+ar Es Water With 8oam Attachment Over 47 KLnS Power ELLJRTgntQ re#ori Concrete Pimp; Truck hen# 574.41 ju 1i Unde rSfound 5ewser & Water Nth m A##ec;hment lip Tp 42 m King Pq_wRr E+Wrn Conveyors $78.00 M LI-9 M Yid kau_&�9�[N_ 1?'YT AK wowl Ktn Power r Uip AknLfatorL- Cranes Friction: 200 tm and 582,76 ?_6 L11 BZ vie" Un round mower IR Water Over King Power E[tgilxnent Mpg atom- Cranes, A -frame: 10 toes and $75.55 7A 11H Unde rgound $,Ewer Es Water under Ktnv, P0.tyVr._FggwVjnQ0L UPD& MS- Cram; 1 tons ihroup 199 $81,12 ?A L11i M I pigfound SClwer k Wale tons, or 15i� of boom (I ncLLrding )tb wl Lh at#adhmentsh King Rower E q:JiqffignL pgiatprs- Cranes: 7D tons through 44 $711.67 7A 111H M View Vnde rground $gwser Ee Waxer tons with attach wianits King apgr.DLqpLnILoCL. Crams; 20 tons through 44 $79.62 ZA JJw tons With lattachiMMerrks Kinq Power Ecaai m m Qpmtors Cranes: 700 tons- 299 tons, or 581.97 Z6 J% View On e rground sewer 15l Water 250' of boom indkidinq jib with e##aOmenx5 King Ppr�nEr E�p?r�rr�nk �c�efa 2.[S- Crar}es: 3OQ tons and ciuer or S87.76 Underground 5evAr & Water �100' of boom including jib with attattimenis Ktn,g Power E LL4nerwra#ors- Cranes: a$ tons through 99 580.33l 2J� Ai IX View In a -wound 5e'er Et Water tons, urbder 150' of Etip (indvding jib with a##achment5) King E ui rkL. Crams; Friction crags through $81.97 7A LLH M ground Sewer 6i Water 199 toffs King Power EaugpqKrq aerators- Crams; thrmSh 19 Cans with 57(;.00 Z6 1 iH 9 vie" in around Sewer E Water etta4 hrrient5. a -frame over 10 tons King kyovr E giant sae;a#ors- Crushes $711.41 jU ii-Q M UR 'g'ound 5ewer.Fi Water King Power F wipffien _ p!2iators- Ceck En$If+eerlDeck Finches Pcml 1u 14 $x Und-'7ground Sewer EL Water fpcfwer) Xing Power EqLLipment �:�#ors Derri�k�, �n Building'No�k SEO.12 1j M E view ljnd� round $ewMr Ek Water Dwem D•9 EL Under $75.90 12J Ilk V TS& DEng Power Err,atipffient at - WU Dilers: AugeirTyr e, Truck $79.90 1U ]fit ]l Under$round Sewer 5t Water Or Crane h�ount King "r E L rJpw ip tQrs= DrilLEng Machine S9D_9 j' j 1 Ry]view Undergrpund 5yw er Er Water King Poy-or I! or r}t gaga- Elevatcw and mar1•lift: $75,35 M ] i $x i n �rground Sewer & water permanent and shaft type Kind Power EgujW!Menk .ra#or�- Finishing Mwhine, Bidwe4l And 579.41 jil jet PView Underound �uymr E YY1 tg Gamarp a 5imiLar EquipmenC King Power EoW3g=rrt QMator%� F06dift: IDW Lhs and ow -Er with $721.80 jaj 11L, M attachments .Kins 1%ower Epuf ram- Forklifts; under 3000 Ib5, with 575,35 1U IEi IN Yktw Upde.raound 5ewser Er Water attarhment5 JtFn& Pew r ggrxnent tgarator Grade Engineer: Using BLue $7�_41 1, 6 Yie,.' Under&:yund 5ew+er Er 'dater Prints, Curt She6ts, Etc Eme, Power-EiL .et nera#ors- GracrechKkerISIakemaf5 $75,35 lu ] i $ mim Uncle rground Sewer & Water King Power E qjggNnt ip ra#ors- CwardraiL Punch $79,41 JU ii-Q E view Unde pund $g wser a Water Kfn&'.�'"$_1!?nmrrtr�t�rs• Herd T�iL End Dump $.1 lend t rp�un 1. r meter Artf_ulating Off• Road Equlpment 45 Yards. fx Owr King Power E ViQffierrt aerators- Hard Tail End Dump $79.41 1'U yLny Unde n?und 54wner a W21te Artkulating Off -mad Equipment Un¢gr 45 Yards KFng P4 ! tlrrle�ltOM=rs• H0rizanta.LIDFrL!3ttF(3naL DriLl $75.80 Uri 1 [gF..Llr�d Sir L X&M Lontor KFng PQ wtr LQ LLipmerrt Drffat,am- r orizDntati Df rectional Drill 579.41 ju iLr2 M View nn+ Lr�n?und `. e'.+her & Water Qp•eratcw Xing PowVr Epui p&tatorS- Hydraliftsfboom trucks: 10 S75-55 ZA 11H EX Unde{grgund 5ewgr A Water tans and under Fang power Eo-. pttators- Rovalifbi bom tfutks: amir $74,00 Zg lid U YL Underground Sewer k water 10 tans Kind Power E L�Jp&nent rgia#ors- Leverman $$1,75 JU jK �y} Vi Unde rg: gund 5ewner Et Water Kira EQffeLEqijJQ=rjL,fpMaj=L Loader, Overhead, 6 Yards. But SM.12 JU ufi Iz L= LArlderground Sewer a water No[ IncLuding, S Yards Xing Power E L rJNKnt Qrfratgrs- Loaders, Overhead Under 6 $79.41 JU A-C JS View .Up�rground Sewer & Water Yard, King Power EguigfNnk i&(ators- L,aaders, FLarFt Feed S79_41 JU 1� Fes€ Vi Uri UgEDund SEy&r R W&Ier King Power -EgjL)oefators Loaders: Elevating type be#r $78,60 IV Y UEd.Lgfownd Sewer Fi 'dater K n& Power Eq�Ljpment opera#ors- Locomotives, ALL $79.41 ju M E view Underground 5ewv+er Et Water King P-p+• �,� �1'rsrth it Or, raters• MAterlal Tirmsfet Device $71J.41 1�J J9 asYirn4 I�r Kuig Power EWjpAknt Oeyerata 5- Merhanlcs: M ilLeadmen - 580.92 1u 1 B; View Underground Sewer Fz water SMO per hoar oyer mechanic) Kind Power E4�Lqpgmnt [gratom- Motor Pateoa Grader5 $80.12 j_U 11�i �]view Unde around Sewer F1 Water King )r4UIRiZ` making Machine, dale, TO nneL $80.12 74 $ ft. W DOLL, boriq. #find Header Mdfor Shield King P%nL- E�r+aSpffient p&fators- Oil Distributors, lBl-ow r $75.35 lu 1 V Under$round Sewer & Water (Y!Stri�ution $ Mulch lag Operator King Power F 4�Lip rent petators- Outside Hoists iELEvators and $78.80 IU 11�, M view a&.i pund Sewer �LWaler Manlilts), Air Tugger$, Strata W9, Power -E,HLNpLflkn _ oef$tors- Overhead. bridge type Crane. Sn.62 !A 11H BX i n .r round Sewer O1 'dater 20 tons tlhF-oUi�h 44 ton$ King Power Eli r*en pera'tors- Overhead, Ihridge type: 100 $81.13 ?A 11H fX ViQw Und�rgrprund $ewer E. Water tons arrd over Bing iJir r Overhead, bridge type: 45 tans 5n,31 2$ lib az yim -fndfrgfnund Sir fit Mt through 99 tons Kind Power Ecwaa m ro tors- pavement Breaker 575.35 j_U 1 LX View Unde WQU d Sewer a Water Bing Fbwer E[fuary Nnt QpgFatorj- PiLe Driver (othef Th-an Cram $71.41 IU 1X view UnOl R_pul1-d. rew+er .aL �ti> k Mount KLng Power EgjLgpment Qmtors- PLant (l,ker - Asphakt, Crusher $78.80 iu ]ia $x Yim Underground Sewer EL 'Water King Power E[ruJUNnt Gpg tors- Posthole DEgger, Mechanical. $75.35 1U 1 - 1X_ view lJnderg_U d 5reww+er $ Water Kling P'3wer 13Lilrl t 575. �5 LU M:G U Yjft Urid+_ge0 end Sc r a t@r Kind Power E �QMerrt aerators- Pumps - Water $75.35 1u Underefound 5ewer a 'Wzjter -Ling am EgiR=[yL_Qpj f.gj9j - Quad 4, Hd 41, U10 And Over $00.12 _Uj _ King Power EaHLgpmer>•t 1perators- Quick Tower: no cab. uMer $74.41 1U LLCI 9 '� U�Found Sewer Ft Water 100 fed# in height tmw to bwm King Power EQ-ua man peator.$- F2Pmote ContraL Operatflr On $80.12 !U 1 FCC, 6X Unde rgrgund 5ewyr x Water Rubber Tired Earth Moving Equipment King Power-EgjLNp!nenL mators- REggee and ReLlman $75,55 ZA Iih ax me".. Undergfound Sew-er a 'Hater King Power EnqjDMent pgrator$- Riggere$ienaL Peres, 579.00 Z 1iH X view Unde rgfi)und $ewer EL Water MLlman{!r#ified j - ing NVK-UldalzriL Or,Ualga • IoLLago,>'r $M i z LU Im 1% 3f UrtdC rpround SgyMr SL Watew l King Power E LiFg nL Coefators- Roller, Other Thain Punt mix $75.35 lu 11!Q Ix Underground 5ew+er & Water l King Pgww?,r Eg} pggrf0pF-rtorte RaLL-er, Vl.ant. Mix Or MuLti LiFt $75.50 JU M M _ IrQg�g'lln� Swr fir, Wat<;;Y MateriaLs King Power Ewpment Ceyerators- Roto - mill, Roto-grinder S79.41 1u View, Under' mend Sewer & Water King Power EgUjryrrgnt Gpgzators- Saws - Concrete $78.80 15J 1 iM, 1X_ Yiew Unda rgwund $ewer Er Water Ktng P0."r._Fqujp ,+ gUAM:s• Scraper, Self ProWled Unde, $74.41 7�.j ] � ► U grthw+rr & f�l+r 45 Yards � _ I I King Power F wip2iators- 5crapm - Concrete & Carry All $78.80 15j 14 ax Under round Sewer k Water -Kind Power EqLLjMenk � Ea view Ijnd� round $ewMr EL 4' ter Yards And r Xing aa= Eguipmpr! .-Qp i4,�q.r�_ Shotcrattl(iunitt Equipment $75.3-5 LU j.jA V yi�h King PoweF Err,atipffient p2fators- Shovel., Excavator, a&0�- oe, $7#.80 1u II-Q ]] Undearound Sewer 5t Water Tr43Gt-or5 Under 15 Metric Toni King Ppw+er EQuirn t Qmip tors SheL, Extauator, 9a khoe: $8O.1 15� 1 R y]View QndergrM d Sewer Et Water OreF 30 Metri n Tons To 50 Metric Torts 9mg, Power EqMLNpMen _ +7Vefa[ors Sho,el, Exeayawr. Backhocs. $7q.41 JU li i BX Underground Sewer Ei Water Track-or5; 15 To 30 metric Tons King Power Eli r n rgrators- Shovul.. Extawaw, ll"khoes: Mu JU 1 S , �,Yview Und�rgrprund $ewser 1�. 'dater OVEr 50 MEtri-c Tons To 90 Metric Tors King Watom Shov6, Excavator, B.6ck-hoes: $81.75 2u ] 9 Unde=sand Sewer & water Over 90 metnc Tons Kin wer E LLjpgnent [here#ors- SLipfoTrn Paver5 5$0.12 _U view Unde rg{ound �ewser & Water King PQwer Euipmgnk fetori- 5preader•r Tflpsider Ft $80.12 7!lj M M YLTY gEqund wee kWjni:r Scr%edM.&n King Power EmLip went Oma#ors- Sub$FadeF Trimmer 579.41 -U ]ii $X Undkf�Found Sewer & Water King Power Eguillment Up -r o- Tower Bucket ELeuators 578.8Q j-u 1 i , x hm Undezgrpun� Sewer a Water King �wjpff�Qrit p12+ators- Tyr-.rarre: over 175- through S81.97 Z& J-1d S Utldg2geound Sewer & water 25+0' in helght, base to bo&n _ King M�mr FguiggNnt mrotQrs- Tower rran1r: Up to 175: ir1 561,12 ZA 1 i H — �—X ViF.W Unde round 5rewner a Water height base W kaomm I(Fng ��'.r EgWgMg Towner -Crancm: ever 750' in $82.76 JA hE 1)001 :rgf�?U d jtj & #er Height from bue to boom Km w r E LLipmerrt i0 jjgrL- Tranmxwlers, All Track Or Truck $80.12 IU View nn+ gr�fgund Sewer &'r++`ater Type King PowVr EuigMgnt F&tators- Trenching Mw-hines $78.90 ram` 11-ra 6X Yi= Unde{grgund $ew+er A Water Fang power Eriwp!nQrlL pttatons., Truck Crane OlLerjWyer: 100 $79.62 ?A 11h a Mbny Uad.(—�rqfc,umd Sewer & WateF tons and over Kin wen E L rjp&Mnk Qgia#ors- Truck Crane OiLer}ariver: 100 $79.62 7A 'j1 y} view Unde rg: gun-d 5ewser Et Water xon5 and wrer King, EQffeLEqWjQWrjL.pMaj 5 Truck crarilre oilerldriwer; under $79.00 Z& Uh lz l r =ground S-aw+er GL water 109 tom. Xing Power F ILmkn-L Qiiaffatgn- Truer Mount PortaWe Com myor 5M41 JU 11C J4 View Underground Sewer & Water Ding Power Enuiryrrgnk irecators- Vac Truck (Vactor Guzzker, S79-41 JU iii FU Vi UpUgEDund Sey&r & ' ti HhydrD Ex-cawawr ) King power EgjL)oefators Weider $80.12 1u lia 1� yim Underground Sewer & 'dater King Power E �gggnt 13pera#ors- Wheel. Tray=tors, Farman Type $75.35 -u ilg E view Underground Sewer F, Water King C.E. rl f Lpr- Yo Yo Ply lbzer $7q.41 15,E UQ M Yim VjjdMgUWjjg r 1�. Water King Power Line Clearance Tree Journey Level in Charge $57.22 5A View Trirnmer5 Xing Power Line Cleararge Trey $pray Person S54.3� 5A AA Trimmers King &w'vr Line Iearar -Tr ThEnmer Tree EquipmerFt Operator $57.22 a .King Power Line Clearance Tree Tree Tnmawr 551.18 Trimmers Xing Power Line CleararKy Tree Tree Trimmer Grouindperson $38.99 5A 4A Trimmers Ving ae KtatiwA-6!f Ji�urnty LewtL $91.51 jz IQ Onoir194MIkCh � Bing Residential 9rink Mason Journey Lewl 566.32 ZE 1N King ResideDbal Carpenters Journey LeveE $35.44 1 King PesiderLual Cement mbsons .journey L $46.64 1 King. Re,5idenLial Dn}waEl AKUQoa Journey Level $71.5} j-u � Kind Residerxki l DrewAILT@pVr5 Journey Level $36.36 1 King ResldenLIal Flectrirrans .tourney beytk $48.80 1 Kin$ Re:jidenLial Qagier Journey tcnm4 $2$.9� 1 King R J( enLiAL Imuktiorl Journey Levet $28.18 1 rllicakdr't Kn$ Residenuat Labor-er5 rney IeRL 524.7� 1 King Re�idenkial Marble 5etter5 Journey LSE S27.3$ 1 King EmidegUaL Rtirlter5 .dour ney Lew-R $23.47 1 Itkn$ ResiderWal Plumbers fz Journey -Lewl $95.69 H iG Pi fog titters King Rgii:�ertial Refrigeration €t Asir Journey Level $91.51 g 19 Cgndikipninq Al ech-anic King J ilt ' v�rker3 zurneby Lewa1 $94.1 i 21 1$ Kin$ Residential Soft FIB LayMr Journey Lever 555.54 5A Icing RnidentIal Sprinkler Dtters IFire Praec3ion) Journey Level $55.9!i 5c ZR King Residerbtlal Stone masom . oumey Le*et $66.32 ZE L King Rnidenti43l Terrazzg 1Mprk-er5 Journey Lev -et 560.36 ZE 1N King ResiwemiaL TerraiaofT+Le FI-nhhers Journ@-y Lei $24.39 Icing Res.identlal We Setters .journey LewL $21.04 1 Icing Roofe Journey Le wet S59-05 King Rooler Using frrit ble Bituminous $52.0 Materials Icing SQL A*Zal Workers ,journey te+ret {Field -or Shop) $94.11 71 iE King Llhdi i New ConWuc tion Milermaker $39.53 ZY- 1 %ng New Constew tion Careen cur $39.58 ZY 1 Kind 5hmbuitdingfi N-ew Con5tFLMLtin Crank $39.58 1 Opera[ King i ir3gh�r RAir Newonstruc Lion Electrician $34.58 ZY 1 Bing �pbujtdm g-LSjIPjkw New Construction Heat 8 Frost $84.58 M 1rlsdat& King INpt i ir�46L � h i P--Rf.P-� Lir 4w Con!jtrtK#ion Lebwer 539.5$ a i King ii9buildig Lt 5hip_Egp�i KEwConstruction Machinist $39.58 Z 1 'Vie" mm R7- Vi Vi aft view R4d R King Lh-, g " P+ew Construction Operating $39.58 ZY 1 mkt Engineer -Kind itdir3g a hip R .p@jr New (onstruc Lion Painter 539.5$ 7 iview Icing pNjl, Dg FlipRiep.gi New Construe Lion P`ipefi tter $34.58 Yie Kmg Lh1 Qbwitd Ing Jp R?I r New Con5truc t Ian FU ggJer 539.58 ZY 1 View King �pbuitdirzg 6t Ship Rep@ir New (onstruction Sheet Metal. $3%.58 ?y 1 view King, I��uildar�g_ jja �3SR.��r New Consiruc t ion 5hipfitter $311.58 ZY 1 Y<= Icing Lhjpbujtdlog h; NewConstrucdon $39.59 U 1 ] WarehowelTeamster King Llhipbuil.dig Ej $hjp p ir New Construction Welder ! $34.58 1 _ Yim Burner Ding %pbuil.do_ gr ip Ship "Ir Foitemaker $50.35 ZN Ad ]J King uitding-LiLi Ship "ir Carter $50.95 ZN Aj YLM King il.d ig F, Shi it Ship Repair Crane Operatoi $45_136 ZY 4K view mng qi 11 build l�lg, � Ship "it E4ectriel" $50.42 Kind kmbuitding 6t WQ-RgnMr- Ship "ir Heat 8 Frost $8A.55 ill vie" Inwkator King LN pbui L -din g F, 5hi�R P-� Lir Ship Repai-r Labomr Vi Kfing pbuildI g Shti i Ship pepait Wohin13t $50.95 Z9 41 )Eft King i 1. d iR 6t Shi�R -a kr Ship R.epir Operating Fingineer $4$.06 a dK view King `Lhhii&uULng fx 5 h i Q R �i Ship Repair Painter $50.45 Z We, �hipbujtdlg � whip fir Ship A.epalr plpedttter $50.95 7 S 41 view King 51hi i + 1g tiL+ R it Ship !%�pjr Rigger 550.35 zx !U View King i ing_L5�hja air Ship Repair Sheet Metal. $50.35 Zm KEng it mr,g F i r i Ship "lrt Shipwright $50.95 U j yid King Lhdntwitdirsv Et Shia Rem Ship Repair Mrehome 1 545.06 ZK Tearrr$per' King 2grr Aukm fit In aLjipq Journey Levd $55.78 V King 5i6n makers a Instatters { Nod,- Jmmey Level 53$.73 ! View EltrKal{ -- Tview King $9ft FI�gr Ly�g Journey Lewet $55.56 L U King Journey Le wtt $14.49 Icing 5prinkter Fitters Cm Journey I.ewet 5W99 K View'. King t 8e I i ing Mechan icT tN n 3ourne + Level. S14.491 Y&M true t ura } King Stone Mason Journey Lewel $66.32 7-E L YLnx King Strege And Parking R?,r erney > l $19.09 1 view Work-e King 1qfffyrZ5 MSistant Canstruction Site $711.5Z L 11H m Yim Surw@yOr King Sure -yes CF�ainman $75.55 il� 1 iH $x view King 5 U rVe yrr�r Construction Site Surveyor $00.33 7A 111H m view long Swv yrm$ Diono Operazor (wbm used iri t,75.55 7)% 1M U co,njunc Lion with -survey work oni.vl King Ground penetrating Radar 575.55 26 iih 2 YID Operator King Tele[-ummuoic-atiyn Tectmirfau Journey Leal $50.10 ZE U YIm King lck4orwe Line out31d Coastrual-on Cable Splicer $39.15 5A 21 in Tele ±une Line ti Cgn5t ruotf-an - HoLe Di erg C;round Perrtpn S26, �9 5A Zia King T a Gxii - on t, r�. � TelepMne �quipmnnt Bator $32.721 9 i (Ught M King jCkr±or1e Line Construction - Telephone Linepemn $37.00 5A 22 King Terrazzo Workers Journey LeveL $60.36 iF King :0 W �92= 1 uroty L vtL $60.36 � King Tom, Aarbie Et Terra a Finisher $51.19 IN Finishers King Traflir. Control 5trr&r5 Journey Level $51.90 7A 1 K Ding Truck DrIvers Asphalt Mix CNer 16 lards $72.45 15 J Kind TrLKk Drivers A5phalt Mix To 16 Yanr 5 $71.51 ju 171 King Truck Drivers Dump Truck $71.61 ju 111 King True Driver Dump 7rLK1 &L Trailer $72.45 JU 1 1 1 Kind Trek Driwers Other Tr y $72.45 jU L 11 King TrK� Drivers - Remy Mf Transit Mix $72.45 JU 111 Kmq Weft Dflller5 h Irysk,all w g&Lkw P- mp Irrigation Pump Installer $17.71 1 King _ 5 V-k-L1 Dri LIer5 fie, Irrstalligr I rrigatipn Pum p Oi Ler S 1+4-49 1 King LL Drillers Gi IrHW!on-pump l WOLL Driller 51 .170 1 41 Signature: Garin Lee(Nov 9, 202215:13 PST) Email: glee@kentwa.gov Signature: L�- Email: rlashley@kentwa.gov Signature: 6zzz��Lg,—I %L ��ePST) Email: bjlevenhagen@kentwa.gov Cantebury - Service Club Contract Final Audit Report 2022-11-15 Created: 2022-10-26 By: Shayla Ott (soft@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAODhU8oSBp54COxyFsPgMFhuyRysV1a5z "Cantebury - Service Club Contract" History Document created by Shayla Ott (sott@kentwa.gov) 2022-10-26 - 8:15:47 PM GMT Document emailed to glee@kentwa.gov for signature 2022-10-26 - 8:19:44 PM GMT Email viewed by glee@kentwa.gov 2022-11-09 - 11:12:40 PM GMT Signer glee@kentwa.gov entered name at signing as Garin Lee 2022-11-09 - 11:13:11 PM GMT ca Document e-signed by Garin Lee (glee@kentwa.gov) Signature Date: 2022-11-09 - 11:13:13 PM GMT - Time Source: server Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2022-11-09 - 11:13:16 PM GMT 3 Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2022-11-10 - 8:27:51 PM GMT Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2022-11-10 - 8:36:40 PM GMT - Time Source: server Document emailed to bjlevenhagen@kentwa.gov for signature 2022-11-10 - 8:36:43 PM GMT Email viewed by bjlevenhagen@kentwa.gov 2022-11-14 - 6:45:01 PM GMT EY Signer bjlevenhagen@kentwa.gov entered name at signing as Brian Levenhagen 2022-11-14 - 6:45:30 PM GMT Powered by r � Adobe T Acrobat Sign E= Document e-signed by Brian Levenhagen (bjlevenhagen@kentwa.gov) Signature Date: 2022-11-14 - 6:45:32 PM GMT - Time Source: server Document emailed to All Around Fence (allaroundfence@allaroundfencewa.com) for signature 2022-11-14 - 6:45:35 PM GMT Email viewed by All Around Fence (allaroundfence@allaroundfencewa.com) 2022-11-14 - 8:01:00 PM GMT Email viewed by All Around Fence (allaroundfence@allaroundfencewa.com) 2022-11-15 - 5:54:23 PM GMT E= Document e-signed by All Around Fence (allaroundfence@allaroundfencewa.com) Signature Date: 2022-11-15 - 6:02:37 PM GMT - Time Source: server Agreement completed. 2022-11-15 - 6:02:37 PM GMT Powered by r � Adobe T Acrobat Sign