Loading...
HomeMy WebLinkAboutCAG2023-076 - Original - Capital Lighting Company, Inc. - Riverbend Light Pole Replacement - 02/09/20232/7/2023 Okay to sign L. Todd CAG2023-076 2/9/23 2/10/23 PUBLIC WORKS AGREEMENT - 1 (Over $20K and No Performance Bond) PUBLIC WORKS AGREEMENT between City of Kent and Capital Lighting Company, Inc. THIS AGREEMENT is made by and between the City of Kent, a Washington municipal corporation (hereinafter the "City"), and Capital Lighting Company, Inc. organized under the laws of the State of Washington, located and doing business at 2105 Inter Ave., Suite D, Puyallup, WA 98372-3438, 425-251- 0244, Garrett Aguillard (hereinafter the "Contractor"). AGREEMENT The parties agree as follows: I. DESCRIPTION OF WORK. The Contractor shall perform the following services for the City in accordance with the following described plans and/or specifications: As described in attached Exhibit A, incorporated herein, contractor shall provide labor and materials to remove the existing damaged base, pole, and two fixtures and replace with a new base, pole, and two led fixtures. The Contractor further represents that the services furnished under this Agreement will be performed in accordance with generally accepted professional practices within the Puget Sound region in effect at the time such services are performed. II. TIME OF COMPLETION. The parties agree that work will begin on the tasks described in Section I above within 10 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 6/30/2023. The term of this Agreement shall continue until all work has been completed, final acceptance has occurred, and all Contractor obligations have been fulfilled. III. COMPENSATION. The City shall pay the Contractor a total amount not to exceed $20,125.53, including any applicable Washington State Sales Tax, for the work and services contemplated in this Agreement. The City shall pay the Contractor eighty-five percent (85%) of the Contract amount upon completion and acceptance of the work by the City, or at such earlier time as the City may determine is appropriate. The City will pay the remaining Contract amount upon fulfillment of the conditions listed below and throughout this Agreement. Card Payment Program. The Contractor may elect to participate in automated credit card payments provided for by the City and its financial institution. This Program is provided as an alternative to payment by check and is available for the convenience of the Contractor. If the Contractor voluntarily participates in this Program, the Contractor will be solely responsible for any fees imposed by financial institutions or credit card companies. The Contractor shall not charge those fees back to the City. PUBLIC WORKS AGREEMENT - 2 (Over $20K and No Performance Bond) A. No Payment and Performance Bond. Because this contract, including applicable sales tax, is less than $150,000, and pursuant to Chapter 39.08 RCW, the Contractor, in lieu of providing the City a payment and performance bond, has elected to have the City retain the final ten percent (10%) of the Contract amount for a period of thirty (30) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. B. Retainage. The City shall also hold back a retainage in the amount of five percent (5%) of any and all payments made to the Contractor for a period of sixty (60) days after the date of final acceptance, or until receipt of all necessary releases from the State Department of Revenue, the State Department of Labor & Industries, and the State Employment Security Department, and until settlement of any liens filed under Chapter 60.28 RCW, whichever is later. The amount retained shall be placed in a fund by the City pursuant to RCW 60.28.011(4)(a), unless otherwise instructed by the Contractor within fourteen (14) calendar days of the Contractor’s signature on the Agreement. C. Defective or Unauthorized Work. The City reserves its right to withhold payment from the Contractor for any defective or unauthorized work. Defective or unauthorized work includes, without limitation: work and materials that do not conform to the requirements of this Agreement; and extra work and materials furnished without the City’s written approval. If the Contractor is unable, for any reason, to satisfactorily complete any portion of the work, the City may complete the work by contract or otherwise, and the Contractor shall be liable to the City for any additional costs incurred by the City. “Additional costs” shall mean all reasonable costs, including legal costs and attorney fees, incurred by the City beyond the maximum Contract price specified above. The City further reserves its right to deduct the cost to complete the Contract work, including any Additional Costs, from any and all amounts due or to become due the Contractor. D. Final Payment: Waiver of Claims. THE CONTRACTOR’S ACCEPTANCE OF FINAL PAYMENT (EXCLUDING WITHHELD RETAINAGE) SHALL CONSTITUTE A WAIVER OF CONTRACTOR’S CLAIMS, EXCEPT THOSE PREVIOUSLY AND PROPERLY MADE AND IDENTIFIED BY CONTRACTOR AS UNSETTLED AT THE TIME FINAL PAYMENT IS MADE AND ACCEPTED. IV. INDEPENDENT CONTRACTOR. The parties intend that an Independent Contractor- Employer Relationship will be created by this Agreement. By their execution of this Agreement, and in accordance with Ch. 51.08 RCW, the parties make the following representations: A. The Contractor has the ability to control and direct the performance and details of its work, the City being interested only in the results obtained under this Agreement. B. The Contractor maintains and pays for its own place of business from which the Contractor’s services under this Agreement will be performed. C. The Contractor has an established and independent business that is eligible for a business deduction for federal income tax purposes that existed before the City retained the Contractor’s services and is a service other than that furnished by the City, or the Contractor is engaged in an independently established trade, occupation, profession, or business of the same nature as that involved under this Agreement. D. The Contractor is responsible for filing as they become due all necessary tax documents with appropriate federal and state agencies, including the Internal Revenue Service and the state Department of Revenue. PUBLIC WORKS AGREEMENT - 3 (Over $20K and No Performance Bond) E. The Contractor has registered its business and established an account with the state Department of Revenue and other state agencies as may be required by the Contractor’s business, and has obtained a Unified Business Identifier (UBI) number from the State of Washington. F. The Contractor has a valid contractor registration pursuant to Ch. 18.27 RCW or an electrical contractor license pursuant to Ch. 19.28 RCW. G. The Contractor maintains a set of books dedicated to the expenses and earnings of its business. V. TERMINATION. The City may terminate this Agreement for good cause. “Good cause” shall include, without limitation, any one or more of the following events: A. The Contractor’s refusal or failure to supply a sufficient number of properly skilled workers or proper materials for completion of the Contract work. B. The Contractor’s failure to complete the work within the time specified in this Agreement. C. The Contractor’s failure to make full and prompt payment to subcontractors or for material or labor. D. The Contractor’s persistent disregard of federal, state or local laws, rules or regulations. E. The Contractor’s filing for bankruptcy or becoming adjudged bankrupt. F. The Contractor’s breach of any portion of this Agreement. If the City terminates this Agreement for good cause, the Contractor shall not receive any further money due under this Agreement until the Contract work is completed. After termination, the City may take possession of all records and data within the Contractor’s possession pertaining to this project which may be used by the City without restriction. VI. PREVAILING WAGES. The Contractor shall file a “Statement of Intent to Pay Prevailing Wages,” with the State of Washington Department of Labor & Industries prior to commencing the Contract work. The Contractor shall pay prevailing wages in effect on the date the bid is accepted or executed by the Contractor, and comply with Chapter 39.12 of the Revised Code of Washington, as well as any other applicable prevailing wage rate provisions. The latest prevailing wage rate revision issued by the Department of Labor and Industries is attached. VII. CHANGES. The City may issue a written change order for any change in the Contract work during the performance of this Agreement. If the Contractor determines, for any reason, that a change order is necessary, the Contractor must submit a written change order request to the person listed in the notice provision section of this Agreement, Section XVI(D), within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts and events giving rise to the requested change. If the City determines that the change increases or decreases the Contractor's costs or time for performance, the City will make an equitable adjustment. The City will attempt, in good faith, to reach agreement with the Contractor on all equitable adjustments. However, if the parties are unable to agree, the City will determine the equitable adjustment as it deems appropriate. The Contractor shall proceed with the change order work upon receiving either a written change order from the City or an oral order from the City before actually receiving the written change order. If the Contractor fails to require a change order within the time specified in this paragraph, the Contractor waives its right to make any claim or submit subsequent change order requests for that portion of the contract work. If the Contractor disagrees with the equitable PUBLIC WORKS AGREEMENT - 4 (Over $20K and No Performance Bond) adjustment, the Contractor must complete the change order work; however, the Contractor may elect to protest the adjustment as provided in subsections A through E of Section IX, Claims, below. The Contractor accepts all requirements of a change order by: (1) endorsing it, (2) writing a separate acceptance, or (3) not protesting in the way this section provides. A change order that is accepted by the Contractor as provided in this section shall constitute full payment and final settlement of all claims for contract time and for direct, indirect and consequential costs, including costs of delays related to any work, either covered or affected by the change. VIII. FORCE MAJEURE. Neither party shall be liable to the other for breach due to delay or failure in performance resulting from acts of God, acts of war or of the public enemy, riots, pandemic, fire, flood, or other natural disaster or acts of government (“force majeure event”). Performance that is prevented or delayed due to a force majeure event shall not result in liability to the delayed party. Both parties represent to the other that at the time of signing this Agreement, they are able to perform as required and their performance will not be prevented, hindered, or delayed by the current COVID-19 pandemic, any existing state or national declarations of emergency, or any current social distancing restrictions or personal protective equipment requirements that may be required under federal, state, or local law in response to the current pandemic. If any future performance is prevented or delayed by a force majeure event, the party whose performance is prevented or delayed shall promptly notify the other party of the existence and nature of the force majeure event causing the prevention or delay in performance. Any excuse from liability shall be effective only to the extent and duration of the force majeure event causing the prevention or delay in performance and, provided, that the party prevented or delayed has not caused such event to occur and continues to use diligent, good faith efforts to avoid the effects of such event and to perform the obligation. Notwithstanding other provisions of this section, the Contractor shall not be entitled to, and the City shall not be liable for, the payment of any part of the contract price during a force majeure event, or any costs, losses, expenses, damages, or delay costs incurred by the Contractor due to a force majeure event. Performance that is more costly due to a force majeure event is not included within the scope of this Force Majeure provision. If a force majeure event occurs, the City may direct the Contractor to restart any work or performance that may have ceased, to change the work, or to take other action to secure the work or the project site during the force majeure event. The cost to restart, change, or secure the work or project site arising from a direction by the City under this clause will be dealt with as a change order, except to the extent that the loss or damage has been caused or exacerbated by the failure of the Contractor to fulfill its obligations under this Agreement. Except as expressly contemplated by this section, all other costs will be borne by the Contractor. IX. CLAIMS. If the Contractor disagrees with anything required by a change order, another written order, or an oral order from the City, including any direction, instruction, interpretation, or determination by the City, the Contractor may file a claim as provided in this section. The Contractor shall give written notice to the City of all claims within fourteen (14) calendar days of the occurrence of the events giving rise to the claims, or within fourteen (14) calendar days of the date the Contractor knew or should have known of the facts or events giving rise to the claim, whichever occurs first . Any claim for damages, additional payment for any reason, or extension of time, whether under this Agreement or otherwise, shall be conclusively deemed to have been waived by the Contractor unless a timely written claim is made in strict accordance with the applicable provisions of this Agreement. At a minimum, a Contractor's written claim shall include the information set forth in subsections A, items 1 through 5 below. FAILURE TO PROVIDE A COMPLETE, WRITTEN NOTIFICATION OF CLAIM WITHIN THE TIME ALLOWED SHALL BE AN ABSOLUTE WAIVER OF ANY CLAIMS ARISING IN ANY WAY FROM THE FACTS OR EVENTS SURROUNDING THAT CLAIM OR CAUSED BY THAT DELAY. PUBLIC WORKS AGREEMENT - 5 (Over $20K and No Performance Bond) A. Notice of Claim. Provide a signed written notice of claim that provides the following information: 1. The date of the Contractor's claim; 2. The nature and circumstances that caused the claim; 3. The provisions in this Agreement that support the claim; 4. The estimated dollar cost, if any, of the claimed work and how that estimate was determined; and 5. An analysis of the progress schedule showing the schedule change or disruption if the Contractor is asserting a schedule change or disruption. B. Records. The Contractor shall keep complete records of extra costs and time incurred as a result of the asserted events giving rise to the claim. The City shall have access to any of the Contractor's records needed for evaluating the protest. The City will evaluate all claims, provided the procedures in this section are followed. If the City determines that a claim is valid, the City will adjust payment for work or time by an equitable adjustment. No adjustment will be made for an invalid protest. C. Contractor's Duty to Complete Protested Work. In spite of any claim, the Contractor shall proceed promptly to provide the goods, materials and services required by the City under this Agreement. D. Failure to Protest Constitutes Waiver. By not protesting as this section provides, the Contractor also waives any additional entitlement and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). E. Failure to Follow Procedures Constitutes Waiver. By failing to follow the procedures of this section, the Contractor completely waives any claims for protested work and accepts from the City any written or oral order (including directions, instructions, interpretations, and determination). X. LIMITATION OF ACTIONS. CONTRACTOR MUST, IN ANY EVENT, FILE ANY LAWSUIT ARISING FROM OR CONNECTED WITH THIS AGREEMENT WITHIN 120 CALENDAR DAYS FROM THE DATE THE CONTRACT WORK IS COMPLETE OR CONTRACTOR’S ABILITY TO FILE THAT CLAIM OR SUIT SHALL BE FOREVER BARRED. THIS SECTION FURTHER LIMITS ANY APPLICABLE STATUTORY LIMITATIONS PERIOD. XI. WARRANTY. The Contractor warrants that it will faithfully and satisfactorily perform all work provided under this Agreement in accordance with the provisions of this Agreement. The Contractor shall promptly correct all defects in workmanship and materials: (1) when the Contractor knows or should have known of the defect, or (2) upon the Contractor’s receipt of notification from the City of the existence or discovery of the defect. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. XII. DISCRIMINATION. In the hiring of employees for the performance of work under this Agreement or any sub-contract, the Contractor, its sub-contractors, or any person acting on behalf of the Contractor or sub-contractor shall not, by reason of race, religion, color, sex, age, sexual orientation, national origin, or the presence of any sensory, mental, or physical disability, discriminate against any person who is qualified and available to perform the work to which the employment relates. The Contractor shall execute the attached City of Kent Non-Discrimination Policy Declaration, and comply with City Administrative Policy 1.2. PUBLIC WORKS AGREEMENT - 6 (Over $20K and No Performance Bond) XIII. INDEMNIFICATION. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees, agents and volunteers harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the Contractor's performance of this Agreement, except for that portion of the injuries and damages caused by the City's negligence. The City's inspection or acceptance of any of the Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's duty to defend, indemnify, and hold the City harmless, and the Contractor’s liability accruing from that obligation shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. In the event the Contractor refuses tender of defense in any suit or any claim, if that tender was made pursuant to this indemnification clause, and if that refusal is subsequently determined by a court having jurisdiction (or other agreed tribunal) to have been a wrongful refusal on the Contractor’s part, then the Contractor shall pay all the City’s costs for defense, including all reasonable expert witness fees and reasonable attorneys’ fees, plus the City’s legal costs and fees incurred because there was a wrongful refusal on the Contractor’s part. The provisions of this section shall survive the expiration or termination of this Agreement. XIV. INSURANCE. The Contractor shall procure and maintain for the duration of the Agreement, insurance of the types and in the amounts described in Exhibit B attached and incorporated by this reference. XV. WORK PERFORMED AT CONTRACTOR'S RISK. The Contractor shall take all necessary precautions and shall be responsible for the safety of its employees, agents, and subcontractors in the performance of the contract work and shall utilize all protection necessary for that purpose. All work shall be done at the Contractor's own risk, and the Contractor shall be responsible for any loss of or damage to materials, tools, or other articles used or held for use in connection with the work. XVI. MISCELLANEOUS PROVISIONS. A. Recyclable Materials. Pursuant to Chapter 3.80 of the Kent City Code, the City requires its contractors and consultants to use recycled and recyclable products whenever practicable. A price preference may be available for any designated recycled product. B. Non-Waiver of Breach. The failure of the City to insist upon strict performance of any of the covenants and agreements contained in this Agreement, or to exercise any option conferred by this Agreement in one or more instances shall not be construed to be a waiver or relinquishment of those covenants, agreements or options, and the same shall be and remain in full force and effect. C. Resolution of Disputes and Governing Law. This Agreement shall be governed by and construed in accordance with the laws of the State of Washington. If the parties are unable to settle any dispute, difference or claim arising from the parties’ performance of this Agreement, the exclusive means of resolving that dispute, difference or claim, shall only be by filing suit exclusively under the venue, rules and jurisdiction of the King County Superior Court, King County, Washington, unless the parties agree in writing to an alternative dispute resolution process. In any claim or lawsuit for damages arising from the parties' performance of this Agreement, each party shall pay all its legal costs and attorney's fees incurred PUBLIC WORKS AGREEMENT - 7 (Over $20K and No Performance Bond) in defending or bringing such claim or lawsuit, including all appeals, in addition to any other recovery or award provided by law; provided, however, nothing in this paragraph shall be construed to limit the City's right to indemnification under Section XIII of this Agreement. D. Written Notice. All communications regarding this Agreement shall be sent to the parties at the addresses listed on the signature page of the Agreement, unless notified to the contrary. Any written notice hereunder shall become effective three (3) business days after the date of mailing by registered or certified mail, and shall be deemed sufficiently given if sent to the addressee at the address stated in this Agreement or such other address as may be hereafter specified in writing. E. Assignment. Any assignment of this Agreement by either party without the written consent of the non-assigning party shall be void. If the non-assigning party gives its consent to any assignment, the terms of this Agreement shall continue in full force and effect and no further assignment shall be made without additional written consent. F. Modification. No waiver, alteration, or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of the City and the Contractor. G. Entire Agreement.The written provisions and terms of this Agreement, together with any Exhibits attached hereto, shall supersede all prior verbal statements of any officer or other representative of the City, and such statements shall not be effective or be construed as entering into or forming a part of or altering in any manner this Agreement. All of the above documents are hereby made a part of this Agreement. However, should any language in any of the Exhibits to this Agreement conflict with any language contained in this Agreement, the terms of this Agreement shall prevail. H. Compliance with Laws. The Contractor agrees to comply with all federal, state, and municipal laws, rules, and regulations that are now effective or in the future become applicable to the Contractor's business, equipment, and personnel engaged in operations covered by this Agreement or accruing out of the performance of those operations. I. Public Records Act. The Contractor acknowledges that the City is a public agency subject to the Public Records Act codified in Chapter 42.56 of the Revised Code of Washington and documents, notes, emails, and other records prepared or gathered by the Contractor in its performance of this Agreement may be subject to public review and disclosure, even if those records are not produced to or possessed by the City of Kent. As such, the Contractor 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: Garrett Aguillard Capital Lighting Company, Inc. 2105 Inter Ave., Suite D Puyallup, WA 98372 425-251-0244 (telephone) Garrett@capitallightingwa.com (email) NOTICES TO BE SENT TO: CITY OF KENT: Leah Bryant City of Kent 220 Fourth Avenue South Kent, WA 98032 (253) 856-5084 (telephone) lbryant@kentwa.gov (email) APPROVED AS TO FORM: Kent Law Department ATTEST: Kent City Clerk [In this field, you may enter the electronic filepath where the contract has been saved] 02/09/2023 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) 7. 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 (1/5/2023), 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. Capital Lighting Company, Inc. 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. Quantity Description Unit Price Amount Sales Rep Quoted To: Good ThruCustomer ID Payment Terms TOTAL 18,279.32 IF EXISTING ELECTRICAL IS NOT UP TO CODE DURING INSTALLATION, ELECTRIC REPAIRS AND UPGRADES ARE NOT INCLUDED, ADDITIONAL COSTS MAY OCCUR UPON CUSTOMER APPROVAL. ESLLED AREA LIGHT SERIES v 1 s 1 0 NJ AL Series -150 Watts - 2nd Generation Performance Overview: Wattage:150 1L Lumen Output: Up to 22,421 Lumens 10 YEAR Efficacy (Im/\Al): Up to 153 Lumens per Watt Kelvin: 3000K, 4000K, 5000K CRI: >80 (Opus n 11 S IP65 DIM MABLE r�1 Intertek RATING 1-10V Key Features & Benefits: • Rotatable Lens • Innovative Mounting Hardware Allows for Single Person Installation • Multiple Stocked Finish Options (White, Bronze, Black, Grey) • Multiple Stocked Kelvins (3000K, 4000K, 5000K) • Tool -less Entry to Easily Access Fixture Components Ordering Guide: 0-m-= ESL TYPE WATTS AL (Area Light) 150W 'Contact Factory for custom finish options GENERATION KELVIN VOLTAGE 2 (2nd Gen) 30 (3000 Kelvin) Blank (120-277 VAC) 40 (4000 Kelvin) HV (247-480 VAC) 50 (5000 Kelvin) Project: Catalog #: Notes: FINISH' MOUNT BZ (Bronze) FDM (Fixed Direct Mount) BK (Black) FRDM4 (Fixed Round Direct Mount 4n) GR (Grey) FRDM5 (Fixed Round Direct Mount 5") WH (White) DM (Direct Mount) RDM4 (Round Direct Mount 4n) RDM5 (Round Direct Mount 5") SF (Slip Fitter) YM (Yoke Mount) OCC (Occupancy) For occupancy, photocell and receptacle PC (Photocell) information please see page 3 N VLF Date: _-_ LENS OPTIONS CONTROLS T3 (Type 3) Blank (none) T3R (Type 3 Right) BS (Bird Spikes) T3L (Type 3 Left) T4 (Type 4 Standard) T4R (Type 4 Right) T41- (Type 4 Left) T5 (Type 5) tNot All Part Numbers DLC Qualified. For a Complete Listing Please Consult the DLC Qualified Products List (QPL). Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev:05/26/2020 11S 'Vo N Specifications, Options & Accessories Accessories Ordering Guide: ®-rim- -_-_ •.tions (Order Separately) ESL-AL2-BS (Area Light Bird Sikes) I ESL TYPE SHIELD TYPE SIZE FINISH ESL-REM--1100(Remote to Co tprol 80CC) AL2 FSS (Front Street Side Shield) S (75-15OW) BZ (Bronze) FBS (Full Body Shield) L (200-320" BK (Black) HSS (House Side Shield) GR (Grey) WH (White) Front Street Side Shield* Full Body Shield* House Side Shield* *See page 10 for dimensions Mount Options: J Direct Mount - Arm Innovative two part mounting system allows installer to mount support hardware to pole without needing to hold fixture in hand. Direct Mount - Adaptor 0 .dr �°• e0 Direct Mount - Square 0 6 0 4" Round Direct �o Mount - 4" 0 o 051, Round Direct � �o Mount - 5" 0 N V/� i eoo 0000 00 Bird Spikes Remote (ESL-AL2-BS) (ESL-REM-100) 0 Yoke Mount 0 To. Slip Fitter m m Fixed Direct Mount - Square O Fixed Round Direct Mount - 4" pp 0 4" Fixed Round Direct Mount - 5" fftj- ® .0 5" Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 021 LED AREA LIGHT SERIES Photocell Occupancy Options: Occupancy N VLF • • •I TANDY-BY 1 2 3 4 5 6 7 8 9 10 ON SENSITIVITY TIME LIGHT LEVEL u TIME OFF OFF 20% OFF OFF 10s OFF OFF M OFF OFF 0% OFF OFF +- OFF ON 50% OFF ON 10min OFF ON 101ux OFF ON 10% OFF ON 1min ON OFF 75% ON OFF 30min ON OFF 301Loc ON OFF 30% ON OFF 30min OFF ON ON 100% ON ON 60min ON ON 50lux ON ON 50% ON ON 60min ESL-80CC-ODD-LV* Power Supply: 6-24 VDC Sensor Type: Passive Infrared Sensitivity Adjustment: 20% / 50% / 75% / 100% Dimming Control Output: 0-10V Max. 25mA sinking current Detection Radius/angle: 30ft@40ft Height/360' Detection Area (square footage): 2826ft2@40ft Height/360o Mounting Height: 40ft Max Remote Range: 50ft Humidity: Max 95% RH Temperature: -40*F " 1670F (-40°C - 75°C) *Not applicable for outdoor photocell applications Photocell Receptacle Options: The Nova Series offers a 7-Pin receptacle. Photocell Options: a- - - - - - - - - - - - - - - ------ - - - - -- 27 ___________ _ _ _ _ ____________ m' 30' 20' 12' 6' 0' 6' 12' 20' 30' FEET Side View Coverage FEET Top View Coverage ESL-RPC7 7-Pin receptacles offer on/off control, network control integration, and adds an extra set of controls to "future proof" your Area Light purchase. ESL-PCOF ESL-PCOFHV ESL-PCSC ESL-PCOF is a standard ESL-PCOFHV is a standardgo A shorting cap for those projects where you Dusk to Dawn (on/off) photocell Dusk to Dawn ( on/off) photocell have the flexability to decide in the future that works from 120 -277 VAC. that works from 347-530 VAC. how to control the ESL Vision Area Light. Please contact the factory for more information about 3rd party network photocell controls that can be integrated Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 E5LLED AREA LIGHT SERIES V I s 1 o NJ Lens Distribution Distribution Options: ESL Vision's lighting design engineers can help create custom lighting layouts for yourjobs free of charge. TYPE 3 - LEFT TYPE 4 - LEFT TYPE 3 TYPE 4 TYPE 3 - RIGHT I TYPE 4 - RIGHT VL� 1M F101POEM 1§�1�� FREE 10,��011MMIMMLIGHTING '11r,■11„11, LAYOUT DESIGN TYPE 5 Rotateable Lens: The Nova Series gives you even more flexibility with light distribution. By rotating the lens 90' one way or the other, you can easily customize your light distribution. Right Left Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 TS5L ' I o N Technical Data Catalog Data: KELVIN N VLF ESL-AL-75W-2 3000K LUMENS 1OJ52 (30) LPW 134 DLC QPL PYOQ8CK4 4000K LUMENS 10,700 (40) LPW 141 DLC QPL PB5EXJ4J 5000K LUMENS 11,251 (50) LPW 148 DLC QPL7K) PORO5AFO) (YY) T3 (Type 3) 10,152 134 PYOQ8CK4 10,700 141 PB5EXJ4J 11,251 148 POR05AFO) (YY) T3 (Type 3) 10,103 133 PKD93Y8T 10,648 140 PVH4SROW 11,196 148 PUN2VQIJ) (YY) T3L (Type 3 Left) 10,103 133 PKD93Y8T 10,648 140 PVH4SROW 11,196 148 PUN2VQIJ (HV) (XX) (YY) T31- (Type 3 Left) 10,140 134 PHWRKJC 10,687 141 PC99TPMX 11,237 148 PISVQFTD (BLANK) (XX) (YY) T3R (Type 3 Right) 10,140 134 PHWRKJC 10,687 141 PC99TPMX 11,237 148 PISVQFTD (HV) ()CX) (YY) T3R (Type 3 Right) 10,091 133 P3KWW4NY 10,635 140 PLYPB1YC 11,183 148 PQX675K9 (BLANK) (XX) (YY) T4(Type 4) 10,091 133 P3KWW4NY 10,635 140 PLYPB1YC 11,183 148 PQX675K9 (HV) (XX) (YY) T4(Type 4) 10,061 133 PJFCRF30 10,568 140 P7DIG1Q6 1 11,074 147 P4YGJFQ6 (BLANK) (XX) (YY) T41- (Type 4 Left) 10,061 133 PJFCRF30 10,568 140 P7DIG106 11,074 147 P4YGJFQ6 (HV) (XX) (YY) T41- (Type 4 Left) 10,057 133 P63SHL3J 10,599 140 PEOHG700 11,145 147 PYLZGIIR (BLANK) (XX) (YY) T4R (Type 4 Right) 10,057 133 P63SHL3J 10,599 140 PEOHG700 11,145 147 PYLZGIIR (HV) (XX) (YY) T4R (Type 4 Right) 10,870 143 P213P8GRN 11,456 151 PRG2H3PG 12,046 159 PCAIPQSI (BLANK) (XX) (YY) T5 (Type 5) 10,870 143 P2BP8GRN 1 11,456 151 PRG2H3PG 12,046 159 PCAIPQSI (HV) (XX) (YY) T5 (Type 5) ESL-AL-11OW-2 14,738 133 P78ZOUK7 15,533 140 PWUCP4DD 16,333 147 PY9M5722 (BLANK) (XX) (YY) T3(Type 3) 14,738 133 P78ZOUK7 15,533 140 PWUCP4DD 16,333 147 PY9M5722 (HV) (XX) (YY) T3 (Type 3) 14,667 132 P1Z18XCU 15,457 139 PW81ZC03 16,254 147 POLGDLIA (BLANK) (XX) (YY) T31- (Type 3 Left) 14,667 132 P1ZI8XCU 15,457 139 PWSIZC03 16,254 147 POLGDLIA (HV) (XX) (YY) T31- (Type 3 Left) 14,721 133 P1-51-5611- 15,514 140 PBACTAJU 16,314 147 P8GGLPOL (BLANK) (XX) (YY) T3R (Type 3 Right) 14,721 133 P1-51-561L 15,514 140 PBACTAJU 16,314 147 P8GGLPOL (HV) (XX) (YY) T3R (Type 3 Right) 14,649 132 P90OC8ZR 15,439 139 P3A7MZBT 16,234 146 P24V1EAX (BLANK) (XX) (YY) T4(Type 4) 14,649 132 P90OC8ZR 15,439 139 P3A7MZBT 16,234 146 P24V1EAX (HV) (XX) (YY) T4(Type 4) 14,605 132 PNIQ3XBG 15,393 139 PYlOR675 16,186 146 P91TGEPH (BLANK) (XX) (YY) T41- (Type 4 Left) 14,605 132 PNI03XBG 15,393 139 PYlOR675 16,186 146 P91TGEPH (HV) (XX) (YY) T41- (Type 4 Left) 14,600 132 P8FILYTG 15,387 139 PS2XEXUT 16,179 1 146 1 PBRFPQOJ I (BLANK) (XX) (YY) T4R (Type 4 Right) 14,600 132 P8FILYTG 15,387 139 PS2XEXUT 16,179 146m (HV) (XX) (YY) T4R (Type 4 Right) 15,780 142 PD6ZM8X8 16,630 150 PVF3MXF9 17,487 158 (BLANK) (XX) (YY) T5 (Type 5) 15,780 142 PD6ZM8X8 16,630 150 PVF3MXF9 17,487 158 (HV) (XX) (YY) T5 (Type 5) ESL-AL-150W-2 18,897 129 P8LE7VNV 19,916 136 PZM109XL 20,942 143 PRCKOUKI (BLANK) (XX) (YY) T3 (Type 3) 18,897 129 P8LE7VNV 19,916 136 PZM109XL 20,942 143 PRCKOUKI (HA (XX) (YY) T3 (Type 3) 18,805 128 PF61`4101D 19,819 135 P8U7Y3YY 20,840 142 P3SJS921 (BLANK) (XX) (YY) T31- (Type 3 Left) 18,805 128 PF6F41QD 19,819 135 P8U7Y3YY 20,840 142 P3SJS921 (HA (XX) (YY) TH (Type 3 Left) 18,875 129 P9GVQ70G 19,892 136 PY8T14BE 20,917 143 POJ3S6P8 (BLANK) (XX) (YY) T3R (Type 3 Right) 18,875 129 P9GVQ70G 19,892 136 PY8T14BE 20,917 143 POJ3S6P8 (HA (XX) (YY) T3R (Type 3 Right) 18,783 128 P9PSMJD8 19,795 135 PTG4J4FR 20,815 142 PW1Z58YS (BLANK) (XX) (YY) T4(Type 4) 18,783 128 P9PSMJD8 19,795 135 PTG4J4FR 20,815 142 PW1Z58YS (HV) (XX) (YY) T4(Type 4) 18,726 128 PRFECLUD 19,736 135 P5UL3JE4 20,753 142 P1MTSF8X (BLANK) (XX) (YY) T41- (Type 4 Left) 18,726 128 PRFECLUD 19,736 135 P5UL3JE4 20,753 142 PIMTSF8X (HV) (XX) (YY) T41- (Type 4 Left) 18,719 128 P4168SMU 19,728 135 PQZOMVOL 20,745 142 PE311<12S (BLANK) (XX) (YY) T4R (Type 4 Right) 18,719 128 P4168SMU 19,728 135 PQZOMVOL 20,745 142 PE311<12S (HV) (XX) (YY) T4R (Type 4 Right) 20,232 138 POBMS4PO 21,323 145 PNYC4TX9 22,421 153 P019FZU8 (BLANK) (XX) (YY) T5 (Type 5) 20,232 138 POBMS4PO 21,323 145 PNYC4TX9 22,421 153 1 P019FZU8 (HV) (XX) (YY) T5 (Type 5) Input Voltage: (Blank)=120-277 VAC, (HV) = 247-480 VAC I Finish (XX): BZ = Bronze, BK = Black, GR = Grey, WH = White Mount (YY): DM = Direct Mount, RDM4 = Round Direct Mount 4", RDM5 = Round Direct Mount 5", SF = Slip Fitter, YK = Yoke Mount Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 T5L ' I o N Technical Data Catalog Data: KELVIN VLF ESL-AL-20OW-2 3000K LUMENS 27,570 (30) LPW 141 DLC QPL PKKJN4U4 4000K LUMENS 29,056 (40) LPW 148 DLC QPL PBPHKQWB 5000K LUMENS 30,553 (50) LPW 156 DLC QPL7K) PQIR FF10) (YY) T3 (Type 3) 27,570 141 PKKJN4U4 29,056 148 PBPHKQWB 30,553 156 POIRPF10) (YY) T3 (Type 3) 27,436 140 PAW369YD 28,915 148 P4EMWYZI 30,405 155 P91WI684) (YY) T3L (Type 3 Left) 27,436 140 PAW369YD 28,915 148 P4EMWYZI 30,405 155 P91W1684 (HV) (XX) (YY) T31- (Type 3 Left) 27,538 141 PFRVNKKB 29,022 148 P21C05TS 30,517 156 PMWUIH5E (BLANK) (XX) (YY) T3R (Type 3 Right) 27,538 141 PFRVNKKB 29,022 148 P21C05TS 30,517 156 PMWUIH5E (HV) ()CX) (YY) T3R (Type 3 Right) 27,404 140 PJIOW075 28,881 148 P6X92JF7 30,369 155 PPL3RME1 (BLANK) (XX) (YY) T4(Type 4) 27,404 140 PJIOW075 28,881 148 P6X92JF7 30,369 155 PPORMEI (HV) (XX) (YY) T4 (Type 4) 27,321 140 PGD7YYSF 28,794 147 P5VZEWY8 30,278 155 P6ML174P (BLANK) (XX) (YY) T41- (Type 4 Left) 27,321 140 PGD7YYSF 28,794 147 P5VZEWY8 30,278 155 P6ML174P (HV) (XX) (YY) T41- (Type 4 Left) 27,311 140 P56TRKQF 28,783 147 PJ640DDC 30,266 155 P3BiVMDT (BLANK) (XX) (YY) T4R (Type 4 Right) 27,311 140 P56TRKQF 28,783 147 PJ640DDC 30,266 155 P3BiVMDT (HV) (XX) (YY) T4R (Type 4 Right) 29,518 151 PZKM4S5R 31,109 159 PE91X57J 32,712 167 P4SRQ22M (BLANK) (XX) (YY) T5 (Type 5) 29,518 151 PZKM4S5R 31,109 159 PE91X57J 32,712 167 P4SR022M (HV) (XX) (YY) T5 (Type 5) ESL-AL-250W-2 35,532 135 PQNDL5PY 37,447 143 PKMMF2XJ 39,377 150 PYYDTKSQ (BLANK) (XX) (YY) T3 (Type 3) 35,532 135 PQNDL5PY 37,447 143 PKMMF2XJ 39,377 150 PYYDTKSQ (HV) (XX) (YY) T3 (Type 3) 35,360 135 PCGMSDW1 37,266 142 PFUHEIUQ 39,186 149 PWFOR5TZ (BLANK) (XX) (YY) T31- (Type 3 Left) 35,360 135 PCGMSDW1 37,266 142 PFUHEIUQ 39,186 149 PWFOR5TZ (HV) (XX) (YY) T31- (Type 3 Left) 35,490 135 PVOC10TG 37,403 142 PUQP9MYP 39,330 150 PJD98LDT (BLANK) (XX) (YY) T3R (Type 3 Right) 35,490 135 PVOC10TG 37,403 142 PUQP9MYP 39,330 150 PJD98LDT (HV) (XX) (YY) T3R (Type 3 Right) 35,317 135 POZKZIF6 37,221 142 PFLOAJBA 39,139 149 PT3RU9LL (BLANK) (XX) (YY) T4(Type 4) 35,317 135 POZKZIF6 37,221 142 PFLOAJBA 39,139 149 PT3RU9LL (HV) (XX) (YY) T4(Type 4) 35,213 134 PEEPAE6G 37,110 141 PVBBX1ZF 39,022 149 PLEU2TIA (BLANK) (XX) (YY) T41- (Type 4 Left) 35,213 134 PEEPAE6G 37,110 141 PVBBX1ZF 39,022 149 PLEU2T1A (HV) (XX) (YY) T41- (Type 4 Left) 35,198 134 PB8C5EMW 37,095 141 P330JB6P 39,006 149 P4GFQOPE (BLANK) (XX) (YY) T4R (Type 4 Right) 35,198 134 PB8C5EMW 37,095 141 P330JB6P 39,006 149 P4GFQOPE (HV) (XX) (YY) T4R (Type 4 Right) 38,043 145 P9GGL10E 40,093 153 P038NNEU 42,159 161 PPOOCJOX (BLANK) (XX) (YY) T5 (Type 5) 38,043 145 P9GGL10E 40,093 153 PQ38NNEU 42,159 1 161 1 PPOOCJOX (HV) (XX) (YY) T5 (Type 5) ESL-AL-320W-2 40,997 131 PFBENYDW 43,207 138 P65CQJME 45,433 145 PPOY81MV (BLANK) (XX) (YY) T3 (Type 3) 40,997 131 PFBENYDW 43,207 138 P65CQJME 45,433 145 PPQY81MV (HA (XX) (YY) T3 (Type 3) 40,798 130 P50LMZ51 42,997 137 P3FLODP9 45,212 144 PSCXOPAS (BLANK) (XX) (YY) T31- (Type 3 Left) 40,798 130 P50LMZ51 42,997 137 P3FLODP9 45,212 144 PSCXOPAS (HA (XX) (YY) TH (Type 3 Left) 40,948 131 PKSKYHX3 43,155 138 PS80RWHO 45,379 145 PF01MYWG (BLANK) (XX) (YY) T3R (Type 3 Right) 40,948 131 PKSKYHX3 43,155 138 PS8QRWHO 45,379 145 PF01MYWG (HA (XX) (YY) T3R (Type 3 Right) 40,749 130 P8L1YK6K 42,946 137 POJ05LK0 1 45,158 144 IP7WFOSLW (BLANK) (XX) (YY) T4(Type 4) 40,749 130 P8L1YK6K 42,946 137 POJ05LKO 45,158 144 P7WFOSLW (HV) (XX) (YY) T4(Type 4) 41,255 124 PCHRR3JM 42,817 136 PJOPBWKX 45,023 144 PCQSV6K1 (BLANK) (XX) (YY) T41- (Type 4 Left) 41,255 124 PCHRR3JM 42,817 136 PJOPBWKX 45,023 144 PCQSV6K1 (HV) (XX) (YY) T41- (Type 4 Left) 40,611 129 PX44BVVi 42,800 136 P087FHOR 45,005 143 P238F3BB (BLANK) (XX) (YY) T4R (Type 4 Right) 40,611 129 PX44BVVI 42,800 136 PQ87FHOR 45,005 143 P238F31313 (HV) (XX) (YY) T4R (Type 4 Right) 43,894 140 PSEJ90W7 46,260 147 PYDSKZA4 48,643 155 PJVFKB6N (BLANK) (XX) (YY) T5 (Type 5) 43,894 140 PSEJ90W7 46,260 147 PYDSKZA4 48,643 155 PJVFKB6N (HV) (XX) (YY) T5 (Type 5) Input Voltage: (Blank)=120-277 VAC, (HV) = 247-480 VAC I Finish (XX): BZ = Bronze, BK = Black, GR = Grey, WH = White Mount (YY): DM = Direct Mount, RDM4 = Round Direct Mount 4", RDM5 = Round Direct Mount 5", SF = Slip Fitter, YK = Yoke Mount Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 ESLLED AREA LIGHT SERIES V I s I o N Technical Data N VLF Construction: Optical: • Rugged Anodized Aluminum Housing • Optical Grade Polycarbonate Lens with UV Protection • High Performance Heat Sink • Rotatable Lens • Weathertight Tool -less Entry Access • Prismatic Molded Lens for Optimal Uniformity • Stainless Steel Hardware • Impact Resistant Lens Electrical: • Distribution Options: • Input Voltage Options:120-277 VAC, 277-480 VAC - Type IV, Type IV right (T4R), Type IV left (T4L) • Operating Temperature: -40OF to 140OF (400C to 600C) - Type III, Type III right (T3R), Type III left (T3L) • Life: L70 Lifetime >100 000 hours L90 Lifetime >48 000 Hours -TM-21 @77F - Type V • Dimming:1-10V Dimmable • 12V Auxiliary Lumen Ambient Temperature (LAT) Multipliers: Driver Summary: 0 °C 32°F 1.02 10 °C 50°F 1.01 20 °C 68°F 1.0 25 °C 77°F 1.0 30 °C 86°F 1.0 40 °C 104°F 0.99 Electrical Load - Standard Voltage: 75 0.63 0.36 110 0.92 0.53 150 1.25 0.72 200 1.67 0.96 250 2.08 1.20 320 2.67 1.54 Electrical Load - High Voltage: 75 1 0.27 0.22 0.16 75 1500 nnA 110 2200 rnA 150 3000 nnA 200 4200 nnA 250 5100 nnA 320 6600 mA LED Lumen MaintenancE M0 • 25000 50000 100000 75 100% 95% 90% 80% 110 100% 94% 88% 78% 150 100% 94% 87% 75% 200 100% 95% 90% 80% 250 100% 94% 88% 78% 320 1 100% 94% 87% 75% 0.31 0.27 0.46 0.40 4kV L/N 0.63 0.54 >0.99 M20 VAC -40°F to 140°F 120-277 VAC 50/60 Hz <13% 6kV L/N/G 0.83 0.72 >0.91 @277 VAC (-40°C to 60°C) 10kV Optional 1.04 0.90 1.33 1.16 1-10V 110 0.40 0.32 0.23 4kV L/N 150 0.54 0.43 0.31 >0.97 @277 VAC -40°F to 140°F 277-480 VAC 50/60 Hz <70%@277 VAC, <19%@480 VAC 6kV L/N/G 1-10V 200 0.72 0.58 0.42 >0.88 @480 VAC (-40°C to 60°C) 10kV Optional 250 0.90 0.72 0.52 320 1 1.16 0.92 0.67 1 I I I I I I EPA. SINGLE FIXTURE � TWO FIXTURES @ 90° TWO F FIXTURES C� .-_. THREE FIXTURES @ 90° M_ i THREE FIXTURES @ 120' I FOUR FIXTURES @ 90° .�i-. EPA FOR 75, 110 AND 150 WATT NOVA FIXTURES 0° 0.19 0.38 0.39 0.54 0.51 0.75 10° 0.57 1.16 1.19 1.41 1.29 2.25 30° 0.75 1.56 1.72 2.24 2.15 3.1 60° 1.31 2.55 2.74 3.29 3.06 5.17 90° 1.43 3.01 3.19 4.29 4.19 5.87 EPA FOR 200, 250 AND 320 WATT NOVA FIXTURES 0° 0.21 0.51 0.57 1.53 1.36 1.85 10° 0.97 1.45 1.59 2.68 2.23 2.58 30° 1.95 2.81 3.24 4.37 4.16 6.35 60° 2.21 3.84 4.37 6.64 6.41 8.63 90° 2.32 4.66 5.13 7.65 7.64 11.19 Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 E5LLED AREA LIGHT SERIES V i s 1 o N Fixture & Mounting Dimensions Dimensions: B Fixed Direct Mount: FIXED DIRECT MOUNT Direct Mount - Square 7.37" 4.87" FLAT Round Direct Mount - 4" 7.69" 4.87" 0 4" Round Direct Mount - 5" 7.62" 4.87" 0 5" N VLF 75 25.78" 10.63" 1.38" 13.25 110 25.78" 10.63" 1.38" 13.25 150 25.78" 10.63" 1.38" 13.25 200 29.53" 13.78" 2.56" 18.75 250 29.53" 13.78" 2,56" 18.75 320 29.53" 13.78" 2.56" 18.75 Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 E5LLED AREA LIGHT SERIES v i S i o N Mounting Dimensions Direct Mount: A Direct Mount- Square 9.18" 4.88" FLAT Round Direct Mount- 4" 9.46" 4.88" 0 4" Round Direct Mount - 5" 9.38" 4.88" 0 5" Slip Fitter: Yoke Mount: 3-0.23" 3-M4 M8 O 0 0.3£ 4.23" 6.14" N VLF SQUARE uu J cD W Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 IIS 'Vo N Shield Dimensions Front Street Side Shield: Front Street Side Shield - Small 10.73" ;it m u) 8.82A 10.67" 8.82" 0.54" 1.74" m o I Full Body Shield: Full Body Shield - Small ---/ --I_ House Side Shield: House Side Shield - Small Front Street Side Shield - Large 14" i N N VLF jLO 13.01" 13.76" 13.01" 0.59" _ _ ---------- -- 1.66"— -- I I I A I I A I I N I I I Full Body Shield - Large House Side Shield - Large Copyright 0 2020 ESL Vision, LLC. All rights reserved. Rev: 05/26/2020 1 /10/23, 2:24 PM GRS424 Straight Round Steel Poles ■ TENON TOP GRS424 TOP GAP Item: #GRS424-7GA-D2180-WHT FIXTURE DRILLING FINISH ° WH11 WHITE v 0 POLE TOP PROVISION 2 Tr v Custom color examples from Cardinal Qty: 1 ADD TO PROPOSAL BASE PLATE. Click image to enlarge 4 IN. ROUND SHAFT: STEEL GAUGE: 7 A53/A500 POLE HEIGHT: 24'-0" HAND HOLE: 3" X 5" HAND HOLE 18"O.C. ELEVATION: BASE PLATE: 5/8" A36 BOLT CIRCLE: 9.5" ANCHOR BOLTS: (4) 3/4" X 24" X 3" ANCHOR BOLT F1554GR36 GRADE: BASE COVER: 2-PIECE SQUARE www.garmireironworks.com/product.aspx?itemid=2425&prodid=10793&pagetitle=GRS424 2/3 EXHIBIT B INSURANCE REQUIREMENTS FOR SERVICE CONTRACTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contr insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. 3.coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. 2.Commercial General Liability insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products-completed operations aggregate limit. EXHIBIT B (Continued) C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance: 1. the City. Any Insurance, self-insurance, or insurance pool coverage shall not contribute with it. 2. 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 also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with 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. ACC]R00 CERTIFICATE OF LIABILITY INSURANCE FOATEIMM;DDIYYYY] 131/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ahern Insurance Agency LLC NAMEACT Jordan Dreyer �F 27116 167th PI SE IPAONE " C.'., 253-854-3883 A C No #114 n DR'ESS: jordan.jahern@farmersagency.com Covington WA 98042 INSURER(S) AFFORDING C£7VERAGE NAIC # INSURER A: Truck Insurance Exchange 21709 INSURED Capital Lighting Company Inc INSURER B: Farmers Insurance Exchange 21652 2105 Inter Ave, Suite D INSURERC : Mid Century Insurance Company 21687 Puyallup WA 98372 INSURER D: INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE US T ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSli C1lJL SUER POLICY EFF POLICY EXP LTR : TYPE OF INSURANCE INSD WVD POLICY NUMBER IMMIDO.YYYYJ J"1DDJ'YYYY1 LIMITS C J COMMERCIAL GENERAL LIABILITY J ,/ 606777610 01/1512023 01/15/2024 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE � OCCUR PREM SESORENEa occcurrDence $ 100,000 MED EXP (Any one $ 5,000 PERSONAL& ADV INJURY $ 1,000,000 GEN'L GENERAL AGGREGATE $ 2,000,000 AGGREGATE LIMITAPPLIES PER POLICY JE� F LOC $ 2r00,000 PRcqucT'S-COMPIOPAGG S OTHER: B AUTOMOBILE LIABILITY J J 606777619 _0711512023 0111512024 COM {Ea. accidentl $ 2,000,00.0 $ J ANY AUTO BODILY INJURY (Per person) OWNED q SCHEDULED AUTOS ONLYAUTOSHIRED NON -OWNED AUTOS ONLYAUTOS ONLY BODILY INJURY {Per accident) PgOPER {Per. accident $ $ A J UM13RELLA LIAB J OCCUR LVJ J 606777637 01/15/2023 01/1512024 EACH OCCURRENCE T, 6,000,000 AGGREGATE $ 6,000,000 EXCESSLIAB CLAIM&MADE DED 7 RETENTIONS 1,000 $ (,^ WORKERS COMPENSATION AND EMPLOYERS'LIABILFFY ANYPROPRIETORIPARTNERIEXECllIIVE YIN OFFICERIMEMBEREXCLUDED? (Mandatory in NH) NIA 606777610 :0111512023 - 0111512024 STATUTE ER E.L. EACiHACCIDENT -� E.L. DISEASE - EA EMPLOYEE STOP GAP $ 1,000,000 $ 1,000,000 Ify es. describe under ❑ESCRIPTION OF OPERATIONS belove E.L. DISEASE - POLICY OMIT $ r 000 Q00 C Employee Dishonesty J 606777610 01/15/2023 01/16/2024 $250,000 B ContractorsTool s/Equipment-nonowrm 606777610 01/15/2023 01/1512024 $25,000 ❑ESCRIPTION OF OPERATIONS r LOCATIONS I VEHICLES (ACORD 101. Additional Remarks Schedule, may be attached it more space is required) The City of Kent is added as an additional insured. Poiicy includes 10 days notice of cancellation for non -pay, 45 days for all Other reasons CERTIFICATE HOLDER CANCELLATION City of Kent 400 West Gowe St, Ste 114 Kent, WA 98032 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE D 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. POLICY NUMBER: 60677-76-10 tzh FARMERS J7420 INSURANCE 1st Edition BLANKET ADDITIONAL INSURED ENDORSEMENT - ONGOING OPERATIONS This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM A. The following is added to Paragraph C.2. Who Is An Insured: Any person(s) ororganization(s) whom you are required to add as an additional insured to this policy under a written contract, a written agreement, or a permit issued by a state or political subdivision, is also an additional insured, but only with respect to liability for "bodily injury", "property damage", or "personal and advertising injury" caused, in whole or In part, by your acts or omissions, or the acts or omissions of those acting on your behalf in the performance of your ongoing operations or in connection with premises owned by, or rented to you. Such contract, agreement or permit must be currently in effect or becoming effective during the term of this policy and the contract or agreement must be executed and signed prior to the "bodily injury", "property damage", or "personal and advertising injury". However, the insurance afforded to such additional insured: (1) Only applies to the extent permitted bylaw; and (2) Will not be broader than that which you are required by the contract, agreement or permit to provide forsuch additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: 1. This insurance does not apply to"bodily injury" or "property damage" occurring after: (a) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional Insured(s) at the location of the covered operations has been completed; or (b) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to ParagraphD. Liability And Medical Expenses Limits Of Insurance: 1. The most we will pay on behalf of the additional insured is the amount of insurance: (a) Required by the contract, agreement or permit; or (b) Available under the applicable Limits Of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits Of Insurance shown In the Declarations. This endorsement is part of your policy. It supersedes and controls anything to the contrary. It is otherwise subject to all the terms of the policy. J7420-ED1 04-20 1 ncludes copyrighted material of I nsurance Services Office, Inc., with its perrnissiiun. Page 1of1 93-7420 J7420101 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 01/05/2023 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers In Shop) Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf Carpenters $71.53 15J 4C View King Carpenters Floor Layer Et Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition Mastic $70.09 15J 41J View King Cement Masons Application of all Epoxy Material $69.59 15J 41J View King Cement Masons Application of all Plastic Material $70.09 15J 41J View King Cement Masons Application of Sealing Compound $69.59 15J 41J View King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 4U View King Cement Masons Composition or Kalman Floors $70.09 15J 4U View King Cement Masons Concrete Paving $69.59 15J 4U View King Cement Masons Curb Et Gutter Machine $70.09 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $69.59 15J 4U View King Cement Masons Curing Concrete $69.59 15J 4U View King Cement Masons Finish Colored Concrete $70.09 15J 4U View King Cement Masons Floor Grinding $70.09 15J 4U View King Cement Masons Floor Grinding/Polisher $69.59 15J 4U View King Cement Masons Green Concrete Saw, self -powered $70.09 15J 4U View King Cement Masons Grouting of all Plates $69.59 15J 4U View King Cement Masons Grouting of all Tilt -up Panels $69.59 15J 4U View King Cement Masons Gunite Nozzleman $70.09 15J 4U View King Cement Masons Hand Powered Grinder $70.09 15J 4U View King Cement Masons Journey Level $69.59 15J 4U View King Cement Masons Patching Concrete $69.59 15J 4U View King Cement Masons Pneumatic Power Tools $70.09 15J 4U View King Cement Masons Power Chipping Et Brushing $70.09 15J 4U View King Cement Masons Sand Blasting Architectural Finish $70.09 15J 4U View King Cement Masons Screed Et Rodding Machine $70.09 15J 4U View King Cement Masons Spackling or Skim Coat Concrete $69.59 15J 4U View King Cement Masons Troweling Machine Operator $70.09 15J 4U View King Cement Masons Troweling Machine Operator on Colored $70.09 15J 4U View Slabs King Cement Masons Tunnel Workers $70.09 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible Operator (Not $126.05 15J 4C View Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C View King Divers Et Tenders Diver $126.05 15J 4C 8V View King Divers Et Tenders Diver On Standby $84.94 15J 4C View King Divers Et Tenders Diver Tender $77.16 15J 4C View King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $89.09 15J 4C View 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $94.09 15J 4C View 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $107.09 15J 4C View 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $103.09 15J 4C View 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $105.59 15J 4C View 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $110.59 15J 4C View 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $112.59 15J 4C View 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $114.59 15J 4C View 70.01 - 72.00 PSI King Divers Et Tenders Hyperbaric Worker - Compressed Air Worker $116.59 15J 4C View 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $71.98 15J 4C View King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Workers Journey Level $35.19 5L 1 E View King Electricians - Inside Cable Splicer $99.36 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $106.81 7C 4E View King Electricians - Inside Certified Welder $95.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $103.09 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $92.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $99.36 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Construction Cable Splicer $88.89 5A 4D View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electricians - Powerline Construction Electronic Technicians Elevator Constructors Elevator Constructors Fabricated Precast Concrete Products Fence Erectors Fence Erectors Flaggers Glaziers Heat Et Frost Insulators And Asbestos Workers Heating Equipment Mechanics Hod Carriers Et Mason Tenders Industrial Power Vacuum Cleaner Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inland Boatmen Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Water Systems By Remote Control Inspection/Cleaning/Sealing Of Sewer Et Certified Line Welder $81.65 5A 4D View Groundperson $52.91 5A 4D View Heavy Line Equipment Operator $81.65 5A 4D View Journey Level Lineperson $81.65 5A 4D View Line Equipment Operator $70.02 5A 4D View Meter Installer $52.91 5A 4D 8W View Pole Sprayer $81.65 5A 4D View Powderperson $60.75 5A 4D View Journey Level $60.10 7E 1 E View Mechanic $103.81 7D 4A View Mechanic In Charge $112.09 7D 4A View All Classifications - In -Factory Work Only $20.62 5B 1 R View Fence Erector $48.14 15J 4V 8Y View Fence Laborer $48.14 15J 4V 8Y View Journey Level $48.14 15J 4V 8Y View Journey Level $75.91 7L 1Y View Journey Level $84.58 15H 11 C View Journey Level $94.11 7F 1 E View Journey Level $59.85 15J 4V 8Y View Journey Level $15.74 1 View Boat Operator $61.41 5B 1 K View Cook $56.48 513 1 K View Deckhand $57.48 5B 1 K View Deckhand Engineer $58.81 513 1 K View Launch Operator $58.89 5B 1 K View Mate $57.31 513 1 K View Cleaner Operator, Foamer Operator $31.49 1 View Grout Truck Operator $15.74 1 View Head Operator $24.91 1 View Technician $19.33 1 View Tv Truck Operator $20.45 1 View Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating Screed $56.80 15J 4V 8Y View King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper -paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $57.84 15J 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute Operator $57.84 15J 4V 8Y View King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $57.84 15J 4V 8Y View King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving (Incl. $56.80 15J 4V 8Y View Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $57.84 15J 4V 8Y View King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension $57.84 15J 4V 8Y View Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $58.56 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $57.84 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $56.80 15J 4V 8Y View King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, green cutter $59.85 15J 4V 8Y View when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $48.14 15J 4V 8Y View King Laborers Tamper Et Similar Electric, Air Et Gas $57.84 15J 4V 8Y View Operated Tools King Laborers Tamper (Multiple Et Self-propelled) $57.84 15J 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer Et $57.84 15J 4V 8Y View Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air Worker 0-30 $158.87 15J 4V 9B View psi King Laborers Tunnel Work -Compressed Air Worker 30.01- $163.90 15J 4V 9B View 44.00 psi King Laborers Tunnel Work -Compressed Air Worker 44.01- $167.58 15J 4V 9B View 54.00 psi King Laborers Tunnel Work -Compressed Air Worker 54.01- $173.28 15J 4V 9B View 60.00 psi King Laborers Tunnel Work -Compressed Air Worker 60.01- $175.40 15J 4V 9B View 64.00 psi King Laborers Tunnel Work -Compressed Air Worker 64.01- $180.50 15J 4V 9B View 68.00 psi King Laborers Tunnel Work -Compressed Air Worker 68.01- $182.40 15J 4V 9B View 70.00 psi King Laborers Tunnel Work -Compressed Air Worker 70.01- $184.40 15J 4V 9B View 72.00 psi King Laborers Tunnel Work -Compressed Air Worker 72.01- $186.40 15J 4V 9B View 74.00 psi King Laborers Tunnel Work-Guage and Lock Tender $59.95 15J 4V 8Y View King Laborers Tunnel Work -Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer Et Water General Laborer Et Topman $56.80 15J 4V 8Y View King Laborers - Underground Sewer Et Water Pipe Layer $57.84 15J 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or $43.76 15J 4V 8Y View Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop) Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop) Mechanic $43.63 151 11 E View King Metal Fabrication In Shop), Welder/Burner $39.28 151 11 E View King Millwright Journey Level $73.08 15J 4C View King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King King Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Modular Buildings Painters Pile Driver Pile Driver Plasterers Plasterers Playground Et Park Equipment Installers Plumbers Et Pipefitters Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Power Equipment Operators Cabinet Assembly Electrician Equipment Maintenance Plumber Production Worker Tool Maintenance Utility Person Welder Journey Level Crew Tender Journey Level Journey Level Nozzleman Journey Level Journey Level Asphalt Plant Operators Assistant Engineer Barrier Machine (zipper) Batch Plant Operator: concrete Boat Operator Bobcat Brokk - Remote Demolition Equipment Brooms Bump Cutter Cableways Chipper Compressor Concrete Finish Machine - Laser Screed Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure Concrete Pump: Truck Mount With Boom Attachment Over 42 M Concrete Pump: Truck Mount With Boom Attachment Up To 42m Conveyors Cranes Friction: 200 tons and over $15.74 1 View $15.74 1 View $15.74 1 View $15.74 1 View $15.74 1 View $15.74 1 View $15.74 1 View $15.74 1 View $49.46 6Z 11 J View $77.16 15J 4C View $71.98 15J 4C View $67.49 M 1 R View $71.49 1 R View $15.74 1 View $95.69 6Z 1 G View $80.12 15J 11 G 8X View $75.35 15J 11 G 8X View $79.41 15J 11 G 8X View $79.41 15J 11 G 8X View $80.33 7A 11 H 8X View $75.35 15J 11 G 8X View $75.35 15J 11 G 8X View $75.35 15J 11 G 8X View $79.41 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $75.35 15J 11 G 8X View $75.35 15J 11 G 8X View $78.80 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $82.76 7A 11 H 8X View King Power Equipment Operators Cranes, A -frame: 10 tons and under $75.55 7A 11 H 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' $81.12 7A 11 H 8X View of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 tons with $79.62 7A 11 H 8X View attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom $81.97 7A 11 H 8X View including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of boom $82.76 7A 11 H 8X View including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 tons, under 150' $80.33 7A 11 H 8X View of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through 199 tons $81.97 7A 11 H 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, $79.00 7A 11 H 8X View a -frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $79.41 15J 11G 8X View King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane $78.80 15J 11G 8X View Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: permanent and shaft $75.35 15J 11G 8X View type King Power Equipment Operators Finishing Machine, Bidwell And Gamaco Et $79.41 15J 11G 8X View Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with attachments $75.35 15J 11G 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut $79.41 15J 11G 8X View Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road $80.12 15J 11G 8X View Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating Off -road $79.41 15J 11G 8X View Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $78.80 15J 11G 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $79.41 15J 11G 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $79.00 7A 11H 8X View King Power Equipment Operators Hydralifts/boom trucks: 10 tons and under $75.55 7A 11H 8X View King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $80.12 15J 11G 8X View Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $79.41 15J 11G 8X View King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $0.50 per hour $80.92 15J 11G 8X View over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, $80.12 15J 11G 8X View Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution Ft $75.35 15J 11G 8X View Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and Manlifts), Air $78.80 15J 11G 8X View Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: 20 tons $79.62 7A 11H 8X View through 44 tons King Power Equipment Operators Overhead, bridge type: 100 tons and over $81.12 7A 11H 8X View King Power Equipment Operators Overhead, bridge type: 45 tons through 99 $80.33 7A 11H 8X View tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $79.41 15J 11G 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under 100 feet in $79.41 15J 11G 8X View height base to boom King Power Equipment Operators Remote Control Operator On Rubber Tired $80.12 15J 11G 8X View Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11H 8X View King Power Equipment Operators Rigger/Signal Person, Bellman(Certified) $79.00 7A 11H 8X View King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators King Power Equipment Operators Rollagon Roller, Other Than Plant Mix Roller, Plant Mix Or Multi -lift Materials Roto-mill, Roto-grinder Saws - Concrete Scraper, Self Propelled Under 45 Yards Scrapers - Concrete E. Carry All Scrapers, Self-propelled: 45 Yards And Over Service Engineers: Equipment Shotcrete/Gunite Equipment Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons Shovel, Excavator, Backhoes: Over 90 Metric Tons Slipform Pavers Spreader, Topsider & Screedman Subgrader Trimmer Tower Bucket Elevators Tower Crane: over 175' through 250' in height, base to boom Tower crane: up to 175' in height base to boom Tower Cranes: over 250' in height from base to boom Transporters, All Track Or Truck Type Trenching Machines Truck Crane Oiler/Driver: 100 tons and over Truck crane oiler/driver: under 100 tons Truck Mount Portable Conveyor Vac Truck (Vactor Guzzler, Hydro Excavator) Welder $80.12 15J 11 G 8X View $75.35 15J 11 G 8X View $78.80 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $80.12 15J 11 G 8X View $78.80 15J 11 G 8X View $75.35 15J 11 G 8X View $78.80 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $80.92 15J 11 G 8X View $81.75 15J 11 G 8X View $80.12 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $81.97 7A 11 H 8X View $81.12 7A 11 H 8X View $82.76 7A 11 H 8X View $80.12 15J 11 G 8X View $78.80 15J 11 G 8X View $79.62 7A 11 H 8X View $79.00 7A 11 H 8X View $79.41 15J 11 G 8X View $79.41 15J 11 G 8X View $80.12 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Underground Asphalt Plant Operators $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Assistant Engineer $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Barrier Machine (zipper) $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Batch Plant Operator, Concrete $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Boat Operator $80.33 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Bobcat $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Brokk - Remote Demolition Equipment $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Brooms $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Bump Cutter $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Cableways $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Chipper $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Compressor $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Concrete Finish Machine - Laser Screed $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Concrete Pump - Mounted Or Trailer High $78.80 15J 11G 8X View Sewer Et Water Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $80.12 15J 11G 8X View Sewer Et Water Attachment Over 42 M King Power Equipment Operators- Underground Concrete Pump: Truck Mount With Boom $79.41 15J 11G 8X View Sewer Et Water Attachment Up To 42m King Power Equipment Operators- Underground Conveyors $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes Friction: 200 tons and over $82.76 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes, A -frame: 10 tons and under $75.55 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes: 100 tons through 199 tons, or 150' $81.12 7A 11 H 8X View Sewer Et Water of boom (including jib with attachments) King Power Equipment Operators- Underground Cranes: 20 tons through 44 tons with $79.62 7A 11 H 8X View Sewer Et Water attachments King Power Equipment Operators- Underground Cranes: 20 tons through 44 tons with $79.62 7A 11 H 8X View Sewer Et Water attachments King Power Equipment Operators- Underground Cranes: 200 tons- 299 tons, or 250' of boom $81.97 7A 11 H 8X View Sewer Et Water including jib with attachments King Power Equipment Operators- Underground Cranes: 300 tons and over or 300' of boom $82.76 7A 11 H 8X View Sewer Et Water including jib with attachments King Power Equipment Operators- Underground Cranes: 45 tons through 99 tons, under 150' $80.33 7A 11 H 8X View Sewer Et Water of boom(including jib with attachments) King Power Equipment Operators- Underground Cranes: Friction cranes through 199 tons $81.97 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Cranes: through 19 tons with attachments, $79.00 7A 11 H 8X View Sewer Et Water a -frame over 10 tons King Power Equipment Operators- Underground Crusher $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Deck Engineer/Deck Winches (power) $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Derricks, On Building Work $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Dozers D-9 Et Under $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Drill Oilers: Auger Type, Truck Or Crane $78.80 15J 11G 8X View Sewer Et Water Mount King Power Equipment Operators- Underground Drilling Machine $80.92 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Elevator and man -lift: permanent and shaft $75.35 15J 11G 8X View Sewer Et Water type King Power Equipment Operators- Underground Finishing Machine, Bidwell And Gamaco Et $79.41 15J 11G 8X View Sewer Et Water Similar Equipment King Power Equipment Operators- Underground Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Sewer Et Water attachments King Power Equipment Operators- Underground Forklifts: under 3000 lbs. with attachments $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Grade Engineer: Using Blue Prints, Cut $79.41 15J 11G 8X View Sewer Et Water Sheets, Etc King Power Equipment Operators- Underground Gradechecker/Stakeman $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Guardrail Punch Sewer Et Water King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off- Road Sewer Et Water Equipment 45 Yards. Et Over King Power Equipment Operators- Underground Hard Tail End Dump Articulating Off -road Sewer Et Water Equipment Under 45 Yards King Power Equipment Operators- Underground Horizontal/Directional Drill Locator Sewer Et Water King Power Equipment Operators- Underground Horizontal/Directional Drill Operator Sewer Et Water King Power Equipment Operators- Underground Hydralifts/boom trucks: 10 tons and under Sewer Et Water King Power Equipment Operators- Underground Hydralifts/boom trucks: over 10 tons Sewer Et Water King Power Equipment Operators- Underground Leverman Sewer Et Water King Power Equipment Operators- Underground Loader, Overhead, 6 Yards. But Not Sewer Et Water Including 8 Yards King Power Equipment Operators- Underground Loaders, Overhead Under 6 Yards Sewer Et Water King Power Equipment Operators- Underground Loaders, Plant Feed Sewer Et Water King Power Equipment Operators- Underground Loaders: Elevating Type Belt Sewer Et Water King Power Equipment Operators- Underground Locomotives, All Sewer Et Water King Power Equipment Operators- Underground Material Transfer Device Sewer Et Water King Power Equipment Operators- Underground Mechanics: All (Leadmen - $0.50 per hour Sewer Et Water over mechanic) King Power Equipment Operators- Underground Motor Patrol Graders Sewer Et Water King Power Equipment Operators- Underground Mucking Machine, Mole, Tunnel Drill, Sewer Et Water Boring, Road Header And/or Shield King Power Equipment Operators- Underground Oil Distributors, Blower Distribution Et Sewer Et Water Mulch Seeding Operator King Power Equipment Operators- Underground Outside Hoists (Elevators and Manlifts), Air Sewer Et Water Tuggers, Strato King Power Equipment Operators- Underground Overhead, bridge type Crane: 20 tons Sewer Et Water through 44 tons $79.41 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $79.41 15J 11 G 8X View $75.55 7A 11 H 8X View $79.00 7A 11 H 8X View $81.75 15J 11 G 8X View $80.12 15J 11 G 8X View $79.41 15J 11 G 8X View $79.41 15J 11 G 8X View $78.80 15J 11 G 8X View $79.41 15J 11 G 8X View $79.41 15J 11 G 8X View $80.92 15J 11 G 8X View $80.12 15J 11 G 8X View $80.12 15J 11 G 8X View $75.35 15J 11 G 8X View $78.80 15J 11 G 8X View $79.62 7A 11 H 8X View King Power Equipment Operators- Underground Overhead, bridge type: 100 tons and over $81.12 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Overhead, bridge type: 45 tons through 99 $80.33 7A 11 H 8X View Sewer Et Water tons King Power Equipment Operators- Underground Pavement Breaker $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Pile Driver (other Than Crane Mount) $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Posthole Digger, Mechanical $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Power Plant $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Pumps - Water $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Quick Tower: no cab, under 100 feet in $79.41 15J 11G 8X View Sewer Et Water height base to boom King Power Equipment Operators- Underground Remote Control Operator On Rubber Tired $80.12 15J 11G 8X View Sewer Et Water Earth Moving Equipment King Power Equipment Operators- Underground Rigger and Bellman $75.55 7A 11 H 8X View Sewer Et Water King Power Equipment Operators- Underground Rigger/Signal Person, Bellman(Certified) $79.00 7A 11H 8X View Sewer Et Water King Power Equipment Operators- Underground Rollagon $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Roller, Other Than Plant Mix $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Roller, Plant Mix Or Multi -lift Materials $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Roto-mill, Roto-grinder $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Saws - Concrete $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Scraper, Self Propelled Under 45 Yards $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Scrapers, Self-propelled: 45 Yards And Over $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Shovel, Excavator, Backhoe, Tractors Under $78.80 15J 11G 8X View Sewer Et Water 15 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoe: Over 30 Metric $80.12 15J 11G 8X View Sewer Et Water Tons To 50 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes, Tractors: 15 $79.41 15J 11G 8X View Sewer Et Water To 30 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 50 Metric $80.92 15J 11G 8X View Sewer Et Water Tons To 90 Metric Tons King Power Equipment Operators- Underground Shovel, Excavator, Backhoes: Over 90 Metric $81.75 15J 11G 8X View Sewer Et Water Tons King Power Equipment Operators- Underground Slipform Pavers $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Spreader, Topsider Et Screedman $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Subgrader Trimmer $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Tower Bucket Elevators $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Tower Crane: over 175' through 250' in $81.97 7A 11H 8X View Sewer Et Water height, base to boom King Power Equipment Operators- Underground Tower crane: up to 175' in height base to $81.12 7A 11H 8X View Sewer Et Water boom King Power Equipment Operators- Underground Tower Cranes: over 250' in height from base $82.76 7A 11H 8X View Sewer Et Water to boom King Power Equipment Operators- Underground Transporters, All Track Or Truck Type $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Trenching Machines $78.80 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/Driver: 100 tons and over $79.62 7A 11H 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Crane Oiler/Driver: 100 tons and over $79.62 7A 11H 8X View Sewer Et Water King Power Equipment Operators- Underground Truck crane oiler/driver: under 100 tons $79.00 7A 11H 8X View Sewer Et Water King Power Equipment Operators- Underground Truck Mount Portable Conveyor $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Vac Truck (Vactor Guzzler, Hydro Excavator) $79.41 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Welder $80.12 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Wheel Tractors, Farman Type $75.35 15J 11G 8X View Sewer Et Water King Power Equipment Operators- Underground Yo Yo Pay Dozer $79.41 15J 11G 8X View Sewer Et Water King Power Line Clearance Tree Trimmers Journey Level In Charge $57.22 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $54.32 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $57.22 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $51.18 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $38.99 5A 4A View King Refrigeration Et Air Conditioning Mechanics Journey Level $91.51 6Z 1G View King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Applicators Journey Level $28.18 1 View King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Pipefitters Journey Level $95.69 6Z 1G View King Residential Refrigeration Et Air Conditioning Journey Level $91.51 6Z 1G View Mechanics King Residential Sheet Metal Workers Journey Level $94.11 7F 1 E View King Residential Soft Floor Layers Journey Level $55.54 5A 3.1 View King Residential Sprinkler Fitters (Fire Journey Level $55.95 5C 211 View Protection) King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View Roofers Roofers Sheet Metal Workers Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Shipbuilding Et Ship Repair Sign Makers Et Installers (Electrical). Sign Makers Et Installers (Non -Electrical) Soft Floor Layers Journey Level $59.05 5A 3H View Using Irritable Bituminous Materials $62.05 5A 3H View Journey Level (Field or Shop) $94.11 7F 1 E View New Construction Boilermaker $39.58 7V 1 View New Construction Carpenter $39.58 7V 1 View New Construction Crane Operator $39.58 7V 1 View New Construction Electrician $39.58 7V 1 View New Construction Heat Et Frost Insulator $84.58 15H 11C View New Construction Laborer $39.58 7V 1 View New Construction Machinist $39.58 7V 1 View New Construction Operating Engineer $39.58 7V 1 View New Construction Painter $39.58 7V 1 View New Construction Pipefitter $39.58 7V 1 View New Construction Rigger $39.58 7V 1 View New Construction Sheet Metal $39.58 7V 1 View New Construction Shipfitter $39.58 7V 1 View New Construction Warehouse/Teamster $39.58 7V 1 View New Construction Welder / Burner $39.58 7V 1 View Ship Repair Boilermaker $50.35 7X 4J View Ship Repair Carpenter $50.95 7X 4.1 View Ship Repair Crane Operator $45.06 7Y 4K View Ship Repair Electrician $50.42 7X 4.1 View Ship Repair Heat Et Frost Insulator $84.58 15H 11C View Ship Repair Laborer $50.95 7X 4.1 View Ship Repair Machinist $50.95 7X 4J View Ship Repair Operating Engineer $45.06 7Y 4K View Ship Repair Painter $50.95 7X 4.1 View Ship Repair Pipefitter $50.95 7X 4J View Ship Repair Rigger $50.35 7X 4.1 View Ship Repair Sheet Metal $50.35 7X 4J View Ship Repair Shipwright $50.95 7X 4.1 View Ship Repair Warehouse / Teamster $45.06 7Y 4K View Journey Level $55.78 0 1 View Journey Level $35.73 0 1 View Journey Level $55.56 5A 3.1 View King King King King King King King King King King King King King King King King King King King King King King King King King King King King Solar Controls For Windows Sprinkler Fitters (Fire Protection) Stage Rigging Mechanics (Non Structural) Stone Masons Street And Parking Lot Sweeper Workers Surveyors Surveyors Surveyors Surveyors Surveyors Telecommunication Technicians Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Telephone Line Construction - Outside Terrazzo Workers Tile Setters Tile, Marble Et Terrazzo Finishers Traffic Control Stripers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers Truck Drivers - Ready Mix Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Well Drillers Et Irrigation Pump Installers Journey Level Journey Level Journey Level Journey Level Journey Level Assistant Construction Site Surveyor Chainman Construction Site Surveyor Drone Operator (when used in conjunction with survey work only) Ground Penetrating Radar Operator Journey Level Cable Splicer Hole Digger/Ground Person Telephone Equipment Operator (Light) Telephone Lineperson Journey Level Journey Level Finisher Journey Level Asphalt Mix Over 16 Yards Asphalt Mix To 16 Yards Dump Truck Dump Truck Et Trailer Other Trucks Transit Mix Irrigation Pump Installer Oiler Well Driller $15.74 1 View $90.99 5C ix View $15.74 1 View $66.32 7E 1 N View $19.09 1 View $79.00 7A 11 H 8X View $75.55 7A 11 H 8X View $80.33 7A 11 H 8X View $75.55 7A 11 H 8X View $75.55 7A 11 H 8X View $60.10 7E 1 E View $39.15 5A 2B View $26.29 5A 2B View $32.72 5A 2B View $37.00 5A 2B View $60.36 7E 1 N View $60.36 7E 1 N View $51.19 7E 1 N View $51.90 7A 1 K View $72.45 15J 11M 8L View $71.61 15J 11M 8L View $71.61 15J 11M 8L View $72.45 15J 11M 8L View $72.45 15J 11M 8L View $72.45 15J 11M 8L View $17.71 1 View $15.74 1 View $18.00 1 View Signature: ;yW AXI-9 Will Moore (Jan 31, 202314:27 PST) Email: wmoore@kentwa.gov Signature: Juli arascondola(Feb 2, 202309:24 PST) Email: jparascondola@kentwa.gov Signature: Email: rlashley@kentwa.gov FAC23-02 Capital Lighting- RB Light Pole Final Audit Report 2023-02-02 Created: 2023-01-31 By: Leah Bryant (Ibryant@kentwa.gov) Status: Signed Transaction ID: CBJCHBCAABAAMMB-Iiz6f677NZ7LnhTOoDmewjvkOwW "FAC23-02 Capital Lighting- RB Light Pole" History Document created by Leah Bryant (Ibryant@kentwa.gov) 2023-01-31 - 10:06:59 PM GMT Document emailed to wmoore@kentwa.gov for signature 2023-01-31 - 10:11:26 PM GMT ` Email viewed by wmoore@kentwa.gov 2023-01-31 - 10:26:24 PM GMT Signer wmoore@kentwa.gov entered name at signing as Will Moore 2023-01-31 - 10:27:23 PM GMT �} Document e-signed by Will Moore (wmoore@kentwa.gov) Signature Date: 2023-01-31 - 10:27:25 PM GMT - Time Source: server Document emailed to garrett@capitallightingwa.com for signature 2023-01-31 - 10:27:28 PM GMT Email viewed by garrett@capitallightingwa.com 2023-01-31 - 10:44:20 PM GMT o Signer garrett@capitallightingwa.com entered name at signing as Jon Whitesel 2023-01-31 - 10:45:44 PM GMT Document e-signed by Jon Whitesel (garrett@capitallightingwa.com) Signature Date: 2023-01-31 - 10:45:46 PM GMT - Time Source: server Document emailed to Ronald Lashley (rlashley@kentwa.gov) for signature 2023-01-31 - 10:45:48 PM GMT s Email viewed by Ronald Lashley (rlashley@kentwa.gov) 2023-02-02 - 1:18:19 AM GMT Powered by r � Adobe T AcrobatSign Document e-signed by Ronald Lashley (rlashley@kentwa.gov) Signature Date: 2023-02-02 - 1:21:23 AM GMT - Time Source: server Document emailed to bjlevenhagen@kentwa.gov for signature 2023-02-02 - 1:21:26 AM GMT Leah Bryant (lbryant@kentwa.gov) added alternate signer Julie Parascondola Qparascondola@kentwa.gov). The original signer bjlevenhagen@kentwa.gov can still sign. 2023-02-02 - 4:06:18 PM GMT Document emailed to Julie Parascondola (jparascondola@kentwa.gov) for signature 2023-02-02 - 4:06:19 PM GMT s Email viewed by Julie Parascondola (jparascondola@kentwa.gov) 2023-02-02 - 5:24:40 PM GMT Document e-signed by Julie Parascondola Qparascondola@kentwa.gov) Signature Date: 2023-02-02 - 5:24:57 PM GMT - Time Source: server Agreement completed. 2023-02-02 - 5:24:57 PM GMT Powered by `--�� Adobe T Acrobat Sign